Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2010-046 Irrigation System Replacement, Phase 4, Consulting Services Agreement with Huibregtse, Louman Associates
RESOLUTION NO. R-2010-46 A RESOLUTION authorizing the City Manager to execute the attached and incorporated engineering and consulting services agreement with Huibregtse, Louman Associates for engineering and consulting services associated with the design of improvements to the City of Yakima irrigation systems; also authorizing the execution of other documents related to the design, contract administration and construction associated with completion of Phase 4 of the Irrigation System rebuild/refurbishment. WHEREAS, the City of Yakima Water/Irrigation Division requires engineering, consulting services and construction associated with Phase 4 of the Irrigation System rebuild/refurbishment of the City of Yakima irrigation systems ; and WHEREAS, the City of Yakima Water/Irrigation Division representatives have complied with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural services by a city; and WHEREAS, the City of Yakima Water/Irrigation Division representatives will continue to comply with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural services by a city for future engineering and architectural services; and, WHEREAS, Huibregtse, Louman Associates has the necessary expertise and experience to perform and provide the required engineering and 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 for engineering and consulting services associated with the design of improvements to the City of Yakima irrigation systems; and WHEREAS, the City Council deems it to be in the best interest of the City to authorize the City Manager to execute all other documents related to the design, contract administration and construction associated with the Phase 4 of the Irrigation System rebuild/refurbishment 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 for engineering and consulting services associated with the design of improvements to the City, of Yakima irrigation systems; together with all other documents related to the design, contract administration and construction associated with Phase 4 of the Irrigation System rebuild/refurbishment project. ADOPTEDBY THE CITY COUNCIL this 6th day of April 2010. Micah Cawley ayor ATTEST: AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND HUIBREGTSE, LOUMAN ASSOCIATES, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this 16-- day of ; t , 2010, by and between the City of Yakima,. Washington, a municipal corporation with principal offices at 129 North Second Street, Yakima, WA 98901, hereinafter referred to as "CITY", and Huibregtse, Louman Associates, Inc. with an office at 801 N 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 PHASE 4 — 308 IRRIGATION PIPELINE REPLACEMENT PROJECT (approximately 22,200 linear feet of pipeline replacement) herein called the "PROJECT " WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto, and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with knowledge 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 The above recitals are incorporated into these operative provisions of the Agreement. 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, P E. as 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 — Phase 4 — 308 IRRIGATION PIPELINE REPLACEMENT PROJECT (WORK) which is attached hereto and made a part of this Agreement as if fully set forth herein 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 the 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 " Page 1 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 shall be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit B, attached hereto and incorporated herein by this reference, 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 the ENGINEER's receipt of the written notification of change 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, 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 Page 2 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 according to Exhibit C - Schedule of Specific Hourly Rates, attached hereto and incorporated herein by this reference, on a time spent basis plus reimbursement for direct non -salary expenses. 51 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 plus fifteen percent (15%) and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary Expenses are shown in Exhibit B 51.1 1 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 forty dollars ($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 51.2 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. 51.3 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. 5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed the 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 shall submit to the City's Representative an invoice each month for payment for PROJECT 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 previously submitted invoices The ENGINEER shall Page 3 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 payment claims against CITY arising under or by virtue of this Agreement, other than such payment 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 61 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, correct or 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 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 subcontractors, 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 Page 4 6.4 INDEMNIFICATION (a) ENGINEER agrees to defend, indemnify, and hold harrriless the CITY, Its elected officials, agents, officers, and employees (hereinafter "parties protected") from (1) claims, demands, hens, lawsuits, administrative and other proceedings, and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses (including legal fees, costs, and disbursements) of any kind claimed by third parties arising out of, or related to any death, injury, damage or destruction to any person or any property to the extent caused by any negligent act, action, default, error or omission or willful misconduct arising out of the Engineer's performance under this Agreement. In the event that any lien is placed upon the City's property 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 loss, 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 (d) Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party 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 specifically and expressly 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 CITY'S INITIALS 6 6 It is understood that any resident engineering or inspection 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 a contractor's safety programs or methods, 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 Page 5 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 (15) 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 (10) 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 on behalf of the CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and 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 limitation, litigation expenses and attorney fees where caused by the ENGINEER's own negligent acts or omissions. 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 8 3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter "Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER does not grant CITY any right or license to such Intellectual Property SECTION 9 AUDIT AND ACCESS TO RECORDS 9 1 The ENGINEER, including its subconsultants, shall maintain books, records, documents 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. Page 6 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 the foregoing paragraphs are included in each subcontract for WORK on the Project. 9 5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10 1 At all times during performance of the Services, ENGINEER shall secure and maintain in effect insurance to protect the City and ENGINEER from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. ENGINEER shall provide and maintain. in force insurance in limits no less than that stated 'below, as applicable The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. 10 1.1 Commercial General Liability Insurance Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000 00) general aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City, its elected officials, officers, agents, employees, and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington 10 1.2 Commercial Automobile Liability Insurance a. If ENGINEER owns any vehicles, before this Contract is fully executed by the parties, OIC shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and property damage Automobile liability will apply to "Any Auto" and be shown on the certificate b If ENGINEER does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Contract, which is Section 12.2 entitled "Commercial Liability Insurance" c. Under either situation described above in Section 3 a and Section 13 b, the required certificate of insurance shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City, its elected officials, officers, agents, employees, and volunteers and additional Page 7 insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent) The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. 10 1 3 Statutory workers' compensation and employer's liability insurance as required by state law. 10 1 4 Professional Liability Coverage Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of professional liability coverage with a total minimum liability limit of Two Million Dollars ($2,000,000 00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000 00) aggregate The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent) The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. Failure of either or all of the additional insureds to report a claim under such insurance 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 insured 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 that affects the rights of the City 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 CITY does not anticipate ENGINEER subcontracting with any additional persons or firms for the purpose of completing this Agreement. 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. It is expressly intended and agreed that Page 8 no third party beneficiaries are created by this Agreement, and that the rights and remedies provided herein shall inure only to the benefit of the parties to this Agreement. 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. 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 During the performance of this Agreement, ENGINEER shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law This provision shall include but not be limited to the following. employment', upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. 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 of the WORK shall be extended by the number of days WORK is suspended. If the period of suspension exceeds ninety (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 under subsection 17 1 of this Section, CITY may terminate 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 Page 9 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 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 DISPUTE RESOLUTION 18.1 In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the Yakima Superior Court in accordance with the laws of Washington If both parties consent in writing, other available means of dispute resolution may be implemented. Page 10 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 (72) hours after mailing by certified mail to the place of business set forth below, whichever is earlier CITY City of Yakima 2301 Fruitvale Boulevard Yakima, WA 98902 Attn: Mr. David Brown, Water/Irrigation Manager ENGINEER. Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Attn Jeffrey T Louman, 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 Printed Name* R.A. Zais, Jr. Title City Manager Date. 4/4//6 Attest Deborah Kloster, City C rk City Contract No. 2010 - Resolution No Page 11 Sign re Printed Name. 3 f d yr Lc u. 14442. IA - Title. President Date* STATE OF WASHINGTON ) )ss COUNTY OF YAKIMA ) I certify that I know or have satisfactory evidence that R.A. ZAIS, JR. is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: .q/M Seal or Stamp oft gi 11 Ne • • . . Aro .may. I'M et:44 ) 'Op/sue, 40$ 111i'i+A8,N0`'� (Si: nature) Title Printed Name My commission expires. 03-/5-/y Page 12 STATE OF WASHINGTON ���/ ) ss COUNTY OF t" AK 4 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 instrument. Dated: A,-�' / � zi i0 Seal or Stamp 1006111111f 1, 1X t u N "`�' 4 • o i '- NOTAYW r _ t 2,1 3 ° PUBLIO 4 seA •.(> Ito 08 /24'.�9 R o ' .'' • (Signature) Title - Printed Name My commission expires Page 13 2G/3 EXHIBIT A CITY OF YAKIMA PHASE 4 - 308 IRRIGATION PIPELINE REPLACEMENT PROJECT, CITY PROJECT NO. IR2180 SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima — Phase 4 — 308 Irrigation Pipeline Replacement Project 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 estimates for irrigation system improvement areas as shown on Exhibit D It is anticipated up to three (3) separate contract documents may be prepared for work under this agreement, with all design services completed by December 31, 2012. This scope of work is prepared and offered with the following understanding. • CITY shall provide full information as to project requirements. CITY shall assist the ENGINEER by placing at his disposal all available information' pertinent to the Project including previous reports, drawings, plats, surveys, easements, utility records, and any other data relative to design and construction of the Project. • CITY shall provide all easements and rights-of-way necessary for replacement/installation of these irrigation pipelines. • CITY shall examine all studies, reports, sketches, estimates, specifications, drawings, proposals, and other documents presented by the ENGINEER and render decisions in writing pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. • CITY shall advertise for meetings and pay for all costs incident thereto • CITY shall make contact with and provide information to all affected property owners and coordinate required meetings. • CITY shall obtain approval of all governmental authorities having jurisdiction over the Project and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 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. B. Project Meetings. Attend up to two (2) 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 to design the project. B Evaluate alternatives for replacement of the identified irrigation pipelines Page 14 C Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. 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 It is anticipated that only plan view and details will be prepared and no vertical views or profiles are included. E. Furnish the CITY thirty (30) copies of the final Plans and Specifications for bidding and construction for each stage of work. It is anticipated two (2) sets of contract documents will be prepared to accommodate two (2) stages of construction work. F 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 govemmental authorities as have jurisdiction over design criteria applicable to the Project. G. Answer and supply such information as is requested by prospective bidders H. Prepare and issue addenda, if necessary Prepare the Engineer's Estimate of construction cost. J Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifications. L. 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 Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the CITY's construction contractor Page 15 EXHIBIT B PHASE 4 — GENERAL 308 IRRIGATION PIPELINE REPLACEMENT PROJECT CITY PROJECT NO. IR2180 Professional Fees Compensation for professional services will be on a time spent basis at the specific hourly rates shown on Exhibit C, 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 work. The maximum amount of compensation to the ENGINEER for this work will be One Hundred Sixty -Eight Thousand Five Hundred Thirty -Two Dollars ($168,532) This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. Project Title: Phase 4 - General 308 Irrigation Pipeline Replacement Client: City of Yakima Job Number 1 Oxxx Date. 29 -Mar -10 ENGINEER'S HOURLY ESTIMATE Task No Project Task Licensed Principal Engineer Project Engineer Principal Land Surveyor CAD Technician 2 -Man Survey Party Word Processing Technician $1 54 $105 $1 42 $92 $1 67 $61 Total Hours Task Direct Costs 1 PROJECT MANAGEMENT A Project Management 40 64 0 0 0 8 112 $13,368 8 Protect Meetings 8 12 0 8 0 4 32 $3,472 2 DESIGN AND FINAL PLANS, SPECIFICATIONS & ESTIMATE A Field investigations and field surveying 8 32 24 48 256 0 368 $55.168 8 Perform the preliminary design 48 144 8 160 16 6 382 $41.406 C In-house project review, quality control 6 8 4 4 0 4 26 $2,944 D Incorporate Agency review comments 6 16 0 40 0 4 66 $6,528 E Final design, Plans, and Specifications 16 64 4 128 4 6 222 $22.562 F Fumish copies of Plans and Specifications 4 6 0 0 0 4 14 $1,490 G Fumish engineering data for approvals 4 6 0 0 0 4 14 $1,490 H Answer bidders questions 4 8 0 0 0 0 12 $1,456 Prepare and issue addenda 4 8 0 8 0 4 24 $2,436 J Prepare Estimate of construction cost 8 16 0 12 0 2 38 $4,138 K Attend bid opening 6 6 0 0 0 0 12 $1,554 L Prepare tabulation of bids 6 8 0 0 0 6 20 $2,130 M Make recommendation of contract award 4 6 0 0 0 4 14 $1,490 Labor Subtotal 172 404 40 408 276 56 1356 $161,632 EXPENSES: Travel. Cost $/hr Ground Days Miles Mileage $0.45 0 $0 00 Meal s/Lodging $ 0.00 Misc Expenses: Advertisement (up to three contract plan sets) $4,500 00 Telephone Postage Outside Printing (up to three contract plan sets) $2,400 00 Sub -Consultants None Anticipated $0.00 Mark-up 11 $0 00 Subtotal - Labor $161,632 00 Subtotal - Expenses $6,900 00 Subtotal - Subconsultants 50 00 Total - DESIGN AND FINAL PLANS & SPECIFICATIONS $168,532.00 Page 16 EXHIBIT "C" SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2010, Through December 31, 2010) Licensed Principal Engineer $154 00 per hour Licensed Principal Land Surveyor $142.00 per hour Licensed Professional Engineer $128 00 per hour Licensed Professional Land Surveyor $116 00 per hour Project Engineer $105 00 per hour CAD Technician $92 00 per hour Resident Engineer/Inspector $87.00 per hour Surveyor $87.00 per hour Senior Engineering Technician $87.00 per hour Engineering Technician $61 00 per our Word Processing Technician $61 00 per hour Surveyor on Two Man Survey Party $83 50 per hour Surveyor on Three Man Survey Party $72.67 per hour Vehicle Mileage $0 45 per mile Global Positioning Survey System Fee $80 00 per hour Page 17 EXHIBIT "C" SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2011, Through December 31, 2011) Licensed Principal Engineer $159 00 per hour Licensed Principal Land Surveyor $147 00 per hour Licensed Professional Engineer $132 00 per hour Licensed Professional Land Surveyor $120 00 per hour Project Engineer $109 00 per hour CAD Technician $95 00 per hour Resident Engineer/Inspector $90 00 per hour Surveyor $90 00 per hour Senior Engineering Technician $90 00 per hour Engineering Technician $63 00 per 'lour Word Processing Technician $63 00 per hour Two Man Survey Party $173 00 per hour Three Man Survey Party $226 p0 per hour VehiFle Mileage $0.48 per mile Global Positioning Survey System Fee $83.00 per hour Page 18 EXHIBIT "C" SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2012, Through December 31, 2012) Licensed Principal Engineer $165.00 per hour Licensed Principal Land Surveyor $151.00 per hour Licensed Professional Engineer $136.00 per hour Licensed Professional Land Surveyor $124.00 per hour Project Engineer $112.00 per hour CAD Technician $98 00 per hour Resident Engineer/Inspector $93.00 per hour Surveyor $93.00 per hour Senior Engineering Technician $93 00 per hour Engineering Technician $65.00 per hour Word Processing Technician $65 00 per hour Two Man Survey Party $178 00 per hour Three Man Survey Party $233.00 per hour Vehicle Mileage $0.50 per mile Global Positioning Survey System Fee $85.00 per hour Page 19 • GENERAL 308 IRRIGATION SYSTEV I V1PROVEMEN TS PHASE 4 • • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. ) ( 3 For Meeting of April 6, 2010 ITEM TITLE: Consideration of a Resolution authorizing execution of an agreement with Huibregtse, Louman Associates for engineering and consulting services related to Phase 4 of the Irrigation System Replacement / Rebuilding Project SUBMITTED BY: Dave Brown, Water/Irrigation Manager Dave Zabell, Assistant City Manager CONTACT PERSON/TELEPHONE: Dave Brown / 575-6204 SUMMARY EXPLANATION: In July of 2003, Council chose to rebuild / refurbish the Irrigation Systems, with the General -308 System as one of the highest priority projects, along with the necessary rate increases to fund the projects. In October 2003, Council approved a Revenue Bond Ordinance and the first revenue bond was obtained to finance the rebuilding of the Irrigation Systems. In the winter of 2006-2007, Phase 2 of the rebuild / replacement was completed. Phase 3 of this project will be completed this month and Phase 4, the final large phase, is ready to begin. Staff respectfully requests City Council to approve the attached resolution authorizing the City Manager to execute all documents related to the design, contract administration and construction for Phase 4 of the Irrigation System rebuild/refurbishment. Contracts will require design Engineers to develop a design, produce construction documents and perform contract administration. Contracts will also be for the construction of the replacement / rebuilding of the Irrigation Systems. Financial support for this contract will be from appropriations approved by Council in the 479 Irrigation CIP Fund, using proceeds from a revenue bond and transfers from rates collected for the rebuilding / refurbishment of the Irrigation Systems. The first contract will be with Huibregtse, Louman Associates for the design and contract administration for Phase 4/Stages 1-3 of the General -308 project. Resolution X Ordinance Other (Specify) Contract X Mail to (name and address): Mike Battle, Huibreqtse, Louman Associates, 801 No. 39th Ave., Yakima, WA 98902 Phone: 509-966-7000 Funding Source: 479 Irrigation CIP Fund and Bond Proceeds Za-. City Manager APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: Approve resolution authorizing the City Manager to execute the accompanying contract for the General -308 Phase4/Stages 1-3 design and subsequent contracts for the production of construction documents and contact administration by Huibregtse, Louman Associates, of Yakima, Washington; for the City Manager to execute all other documents related to the design, contract administration and construction for Phase 4 of the Irrigation System rebuild/refurbishment. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: tZ./ le-c2D/D-wo /064t6 c— — 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 9th day of April, 2010, 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 de mutually agree to, amend,,.revise,:andfor: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; Phase 4 ( Stage 1 308. Irrigation Pipeline Replacement: Pro1ect - '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 C of the original agreement IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 1, as of this2,71111' ;day of Serlh4.64.4 , 2010. CITY'OF YAKIMA CTitSignature Printed Name: R. A. Zais, Jr. Title: Date Attest City Manager HUIBREGTSE, LOUMAN ASSOCIATES, INC. Printed Name: Jeffrey T.: Louman; PE Title: Date: City Clerk City Contract No. 2010-35 Resolution No. G:IPROJECTS120101100461APS-ADDENDUM NO. 1.doc President 1/24//(3, Page 1 of 7 ADDENDUM NO. 1 EXHIBIT A CITY`OFYAKIMA PHASE 4.1 STAGE 1 - 308 IRRIGATION PIPELINE REPLACEMENT 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 Phase 4 /-Stage 1 - 308 Irrigation Pipeline Replacement Project This scope of work shall -include the .furnishing of engineering services during construction, labor, materials, equipment, supplies; jand incidentals necessary to conduct and complete the work. as indicated: hereinafter„for the following irrigation pipe replacement project: General 308.:Irrigation S.vstem Phase 41 Stage 1 Improvements: 'City of. Yakima Project.No. 1R2287 Schedule A: Irrigation system improvements including cleaning and inspection of approximately Togo linearfeet of existing pipes; 'sliplining approximately 7,090 linear feet of new 6” and 4" HDPE pipe; and installing. approximately 241 service connections. Work includes installation of new mainline valves,. service valves, and service pipes; connection to existing mainline .and service pipes of various materials; abandonment andIor removal of -existing pipe; surface restoration including hot mix asphalt, cement concrete pavement, gravel surfacing, cement concrete curb and gutter; and other related improvements. .Schedule B: Irrigation system improvements including cleaning and inspection of approximately 4,240 linear feet of existing pipes;-sliplining approximately 4,240 linear -feet of new 32" and 30" HDPE pipe; installation of. 8 new, 32 and 30" access ports with vaults; connection to-. existing mainline pipes and valves of various materials and sizes;, removal of existing pipe; surface restoration including gravel surfacing; and other related improvements.. 3'. SERVICESDURING CONSTRUCTION A. 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 forsubstantial compliance with Plans and Specifications. B. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. C. Consult and advise the CITY during construction and make a final report of the completed work. D. Monitor the construction contractor's compliance with State:labor standards. E. Review Contractor's submission of samples and shop -drawings, where applicable. F. Recommend progress payments for the construction contractor to the CITY. G: Prepare and submit proposed "contract change orders .when applicable. H. Prepare and furnish reproducible record drawings of all completed work from "as -built" drawings furnished by the City's construction contractor. G:U'ROJECTS\2010\10046\APS+ADDENDUM NO. 1.doc Page 2 of 7 TIME (*.PERFORMANCE Engineering Services During Construction for this Phase 4 / Stage 1 - 308 'Irrigation Pipeline Replacement Project shall begin upon construction contract award by the CITY 'to the lowest responsible bidder (anticipated October 2010) and extend through. construction 'contract completion (anticipated April 1'5,2011), GIPROJECTS120101100461APS-ADDENDUM NO. 1.doc Page 3 of 7 ADDENDUM NO.'1 EXHIBIT B 308.IRRIGATION PIPELINE: REPLACEMENT PROJECT PHASE 4 / STAGE 1 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:C of the original agreement. 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 $148.;382.00. This maximum amountwill not be exceeded without.the writterragreement orthe and the ENGINEER. G:\PROJECTS12010\10046WPS-ADDENDUM NO. 1.doc Page 4 of 7 PROJECT TITLE, 308 Irrigation Pipeline.Replacement Project .Phase 4 / Stage 1 CLIENT' CITY OF YAKIMA JOB':NUMBER: 10046C' Huibregtse; Louman Associates, Inc. 'DATE: September 14, 2010 :ENGINEER'S HOURLY ESTIMATE T 'A s .K PROJECT TASK 4 Principal Engineer Lic. Prof. Surveyor ' 2 -Man Survey Crew Project Engr Senior Engr Tech 2"tl:Re. Engineer! Inspector Resident Engineer! inspector Clerical TOTAL HRS TASK FEES 5159- '5120 $173 5109 595 $90 $90 $63 1 Construction Observation 24 2 6 120 0 300 820' 0' 1,272 1.18',974.00 2 Construction 'Administration 16 0 0 32 12 0 ;0 2 62 7,238.00. 3 Submittal Review 8 0 0 8 8 0 8 2- 34• 8;710.90 4 State LaborStandards Compliance 0 0 0 24 `6 0 0 2' 32 :3;282.00 5Progress:Reports 6 0 0 12 8 0: 16 2• 44 4;548:00 '6 Progress�Payments 6 0 0 12 16 0 16 4 54 5,394:00 7 -_Change Orders 4 0 0 8 2 0 8 2 24 2;534,00 8 •Record:Drawings 0 0 0 4 4 0 12 2 22 2,002.00 Labor.Subtotal 64 2 6 .220 :56 300 880. 16 1;544 147,682.00 EXPENSES: . hours $/hr Cornputers:. 0:00 Travel: Cost/ Unit Air Trips Ground Trp. pays Trip Miles Air Travel $0.00 0.00 :Mileage' $500.00 500:00 Meals/Lodging $0.00 0:00 Misc. expenses: FAX. 0:00 TELEPHONE 0.0o• POSTAGE 0.00 G:\PROJECTS12010\10046WPS-ADDENDUM NO. 1.doc Page 4 of 7 G \PROJECTS12010110046WPS-ADDENDUM NO. 1.doc Page 5'of 7 PROJECT TITLE. .308 Irrigation Pipeline Replacement:Project Phase 41 Stage 1 CLIENT CITY OF YAKIMA PRINTING $200.00 200:00 . SUB -CONSULTANTS: None•Anticipated 0.00 x_11_ 0:00 Subtotal - Labor $147,682:00 .Subtotal - Expenses .. $700.00 Subtotal - Subconstiltants $0.00 Total - ENGINEERING SERVICES DURING.CONSTRUCTION ,$148,382:00 G \PROJECTS12010110046WPS-ADDENDUM NO. 1.doc Page 5'of 7 EXHIBIT "C" Schedule of Hourly BillingRates Effective January 1, 2010,. through December 31, 2010 .Licensed Principal Engineer $154.00 per hour -Licensed Principal Land Surveyor' $142.00 perhour Licensed Professional Engineer $128,00 perhour Licensed Professional Land Surveyor '$116.00 per hour Project Engineer $105.00 per hour CAD Technician. $92:00 per'hour Resident Engineer/Inspector .$87.00 perhour Surveyor $87.00 per'hour :Senior Engineering Technician $87.00 per hour .Engineering Technician $61.00 per hour Word Processing Technician $61.00 per hour Surveyor on Two Man Survey Party $83.50 per hour Surveyor on Three Man .Survey Party -$72.67 perhour Vehicle Mileage '$0.45 per mile Global Positioning Survey System Fee $80.00 per hour G:\PROJECTS12010U0040\APS-ADDENDUM NO. 1doc Page 6 of 7 EXHIBIT "C" Schedule of Hourly Billing Rates Effective January 1, 2011, through December 31,-2011 Licensed Principal Engineer $159.00.per hour .Licensed Principal Land .Surveyor $147:00 per hour Licensed Professional Engineer '$1:32.00 per hour Licensed Professional Land Surveyor $120.00 per hour Project Engineer $109:00 per hour CAD Technician $95:00 per'hour Resident Engineer/Inspector $90AO per hour Surveyor .$90.00 per 'hour Senior'Engineering Technician $9.0.00 per hour Engineering Technician $63.00 per hour - Word Processing Technician :$63.00 -per hour Surveyor on Two Man Survey Party :$86.50,.per hour -Surveyoron Three_ManSurvey Party $75.33 per hour 'Vehicle:Mileage $0:48 per mile Global Positioning. Survey'System Fee $83:00 per hour G:\PROJECTS\20101100461APS-.ADDENDUM NO. 1.doc. Page 7 of 7 y„Ezws-alf.„5 4. THE 00N0.118U313044 DRAT -ANDS FROrIDE `.44.5. FPPROVOAATE IN1:4,14AIIC1N' NEGARDINS'1HL E'810,41 AND. COCAl10N'O' EASTING IRRIGATION SYSTEM CONFOINER114. FAP,BAG0.CANS. PARKED sE08C1115. 045 AND BOATS. El.:. ARE NOT INOICA.ICO ON THE DRA'A1NG5 ENT'I4AY`DE PRE4ENT,THRWONOJT THE, PFU.E01 AP:A. INANDADJACENT 10-1HHE RICHT G1 WAY.. AER'AL PHOTOS ARE PROs,000-114 THE PLANS FOR 011100AL INFORLI0TON. AL THOUGH, ACTUAL FIELD COND171CNS 6040:01ANCE0 91:CE THE•DATE OF THE-PH010. 11@-CCNIFACTOR SHALL '.,SIT THE PR-?JECT. ARCA(2.1.11 NOTE EXIS111NG C0NOI110NS, TO'RETERMIt1E THE LOCATION 014 'ExISTING FEATURES, AND 100(100144440440 DETERMINE .o-rencOMINENTS FOR 11110 COTIIRACT IH ACC:904I400 WITH 00011014'1-02.4(')'C8 DIE_S1AN4AP0 3.P003510 TTON5. ALL'-OSTURBM,C0. PF_MO0AI. REPLACEMENT, 'N114 REE IC014 NOT CC EX'51w: FEATURES SHALL -6E COMPLETED DT THE CCNI41CIOR 2. THE ttMT.IACTCTO l:.AD1(080-1001 SURFACE 0..0081. 1- NOT- 2.0ECIII0541LY I1EMNIED OJ .044 PLiNS_F1A3 EACH'REP41R 193ATIDN, All R0PAIR'LOCATIOINS 11A.0 BEEN 80410000 FOR SPECIFIC,'REPNR5.4NU 00154174. OUN451405 0ALCA/L1100. F,£PARN"CUANIITIES NA TIC BID SUMMARY ARE' APPRO01IATE;.ANO ALL ETINAI REP,MR TYPES SHALL BE DIRECTED 131-THE0410NE10 THE Co/1110010R IS AD•40.011 THA1 A F'ORO083 110 THE PRPJECT,RE0U113:5. 1 JR0 NUN ASBESTOS CEMENT PRE. THE LYARTPAC101 SHnt.l 8E RESPONSIBLE 1400 00MPL'N.G PATI All CODES ANO'REOW101400TS ASSOOA70D,AMRI .HANDLING, R0M0001, AND'01SP04L; OF MATE P'ALS000)4110N0 ASBESTOS, 1, DIE CONTRACTOR IS AO'115ED,IHAT A SIGNIFICANT PORTION OF THE PROJECT OCCURS WITHIN EASEMENTS CNN AND ADJACENT TO PPoVAlE'•PRO+ER5Y. TJ40 CONTRACTOR SHALL E1ERdSE CARE 10-407'DAMAGE FPJ'IATE'PROPERTT'ANO SHALL 14811 EXCA01111140 TO AREAS DESIGNATED FOR,SER.ICE' REPLACEMENT OR ACCESS FIT. THE CONTRACTOR SHALL. UTILIZE LOW IIAPACT CONSTRUCTION 4EIHOD3 AND EQUIPMENT AND 91WID ANT101PATE'1HE USE O'HAN0 TOOLS R4 THESE AREAS 5 ANY DANAGE: 10 PUBUC.41l1Il1E5 OR ADJACENT PROPERTIES ASA RESULT OF THE CONSTRUCTION AC1110E5 SMALL DE THE RESPONO'BUITT.CF THE " CON IRACIOR. REPAIR5:5HALL BF_ .THE RESPOnS181111T-OF THE, CONTRACTOR ANO 54IALL BE.MADE'IN ATIMELY MANNER TOTHE 5AT5 41011041 OF 1HE.DAMACEO PARTY • • 6. THE .CONTRACTOR MUST CALL THE .10081:000TY-LOCATION;REOUE5T .CEN(EP NOT LESS THAN 12 HOURS NOR MORE THAN -10 BUSINESS DAYS BEFORE ANY EXCAVATION, 1,00 REOUE5T FIEL0 (0000005 OF UIIUTIES' THE. TEIEP10NE' NUMBER•Foe" THE ONE, CALL CENTER FOR'THIS:PROJECT I5 1-600-424-5555' EFT 811. 7, PRIOR 10 CCINSTRUCTION, TH0'CONT1t0CTOR. SHALL 8E.4EOUIP.00 TO 8(0)41 . [AND lCtTIROINFY PdN 5400 0414 Pb1EN TAO OND ELEVATIONS. ESPECIALLY CONFLICTS, IT -SHALL BE THE RE5PON500ITY OF THE CONTRACTOR TO N011FT THE ENGINEER 1118E5111E1Y. WHERE EXISTING 01ILITIF.5 ARE, FOUND .TO CONFLICT WITTCPROJECT.I4PROYEMENTS. NO:ADO1014AL COMPENSATION Will BE ALLOWED FOR.POTHWNC OR 050151CATION OF EXISTING UTILITY LOCATIONS B ALL CONSTRUCTION SHALL CONFORM, TO THE LATEST EDITION -OF TF16. 510140AR0'SPEOFICATIGN5 FOR 180140,4081500. ANOrMUNICIPAi C01151ROCTON A5 P158E458E0,8T DIE WASRITOTON STATE DEPARTMENT OF TRANSPOtTATON •(445004) 8140 880] AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PR01490N5 OF .THE GOY OF YAKIMA' .9.,. WE -CONTRACTOR SHALL REM01E AL1 DEBRIS'FROU THE 9TE. NO -BURNING TELE BE 04.001100. THE CONTRACTOR SHALL BE'REOIAREO 70 SECURE ARO OPERATE HIS'OWN-WASTEDI01405AL 54154 AT, HI5'0140I 0XPENEE FOR THE' DISPOSAL OF All'ANIUITABLE MATERIAL, ASPHALT. CONCRETE, DEBRIS. WASTE MATERIAL. AND 0145401008OBJEC1I0,NARLE 1811084 , WHICH IS DIRECTED 70 WASTE: THE CCNTRACTOR,SNALL COMELY MIR l£.5TA10 OF WASHP1C7d1 R.011ATI1 5 REGAROOI1 OI;POSAL OF WASTE MATERIAL AS WTINED IN WAC 173-304,,SUBCHAP TEA 4E1. 10 'AI ALL 741405 WRING CONSTDI/CRON. 1NE'CCNIRAOIOR:SHALL 8E. RESPONSIBLE FOR. CONIROLLINCIO 1 -,ITL EROS/ON-CUE TO YARD AND RUNOFI 11. A. PP,ECONSIRIJCTON' MEETING WITH' THE' 1Of:AL..VRTS01CT10N/PU RUC WORR5 DEPORTMENT, THE.0035NE0R, THE -CCN1ItACTOR,'AND INTERESTED UTI1114 004404801005084.1)8(846117 A MINIIJUM.OF ONE 'AEE% PRIOR ?0-80QNN1NG CONS MIX TION," CANER SHALL BE 5YcNB-,H 4OU?I Mrv4I+,UM N00CE PRIOR, TO F"W THE START:00FX. , I2. TH1..COINTR4CTOR SHALL HANE ONE (1) SIGNED: COPY, OF THE'APPRO450 PLANS: ONE.(1) COPY OF TINE-APPRGPRIAIE'.STANDAROS AND '00101CATIW5, ANTI A "COPY OF ANT, PER18I15 NEEDED FOR TIT_ 'OOP ON -910 AT ALL TIMES, 13. CE 007000;115 ENTER *ANT TRENCH OR OTNER'(50440ATION FOUR FEET -OR MOP0.11 001414000140.110114611 THE OREN PIT RE0NPFMENT5 OF 005000/APWA SECTION 2-09.:(S)0,'17, SHALL 80 5'1010,. VINO 0618800, 174E CONTRACTOR' SHAM BE SOLELY, 80500NE181.0 FOR VICRX ER SAFETY VINO THE ENGINEER 001UMF4 NO 1100010310411.04.4, TRENCH SAFETY SYSTEMS SHALL. MEET ,THC'RL'CUIRENTNIS_CF THE W01444457;N M0051R1AL SAFETY ANO HEALTH 414, [NAP TER'43.17 ROW. Project Location Schedule B 14. IF. DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR. 'HIS SUBCONTRACTORS, OR OTHER AFFECTED PAR1E5. 444004'COUTO INDICATE A SITUATION THAT, lS NOT *SWIM) DO THE, PLANS 'OR' SPECIFIC A110140. THE CONTRACTOR 94011 CONTACT 1NE.ENGPNEER IMMF,0A TELT 15. 14'0.00441000108.5l1011 SUBMIT ,A:TRAFFIC CONTROL PLAN. IN ACCORDANCE 481141_ MUTED TO - THE 0NTY:OF YA1(WA FOR:APPROVAL:PRIOR TO ANY'CONSTRUCTON ACT:TES 881HIN. CIL AFFECTING, .THE 12I081.OF WAT THE CONTRACTOR SHALL BE RE5POh1810 FOR PRONDING,AN0 AND,ALL.TRAF0IC CONTROL DUNCES AS LUT 80 REWIRED -80 'THE CONSTRUCTOR ACTL41100. 16. 1410 GONER ACTOR 51 -CAU- Be RESPONSIBLE FOR PROVIOIN0,A0EWATE SAFEGUARDS, SAFETY 00410.0S. PROIECNV0E0OPM0N7. FLAMERS: AND. ANY OTHER ACTIONS NEEDE0.10. PROTECT tf)4 LIFE; 740,41114. AND 4YFET5,OF THE 0081IC. AND TO PROTECT PROPERTY IN 091000110N WITH THE PERFORMANCE OF WORK COVERED, BY: THIS CONTRACT. ALL SECT1O48400 114E 435007/APWA • 51ANOARD-SPECIF1CAT10N5 SECTION 1,10. 1EA71'ORARY,TRAFFIO CONTROL, SHALL APPL5 K WORK 'AITNIN -THE RICHT: CF -WAY HALL INTERRUP1' NORMAL TRAFFIC OPERATION: 17.. THE CONTRACTOR SHALL BE RE5PON519LE'FOR'KEEPING,ROADWAYS FREE' ANO CLEAR OF ALL.0005TRUCTION DEBIRJS.AND.ORi .TRACKED FROM'THE 910. .16, TIE CON1RAOTOI SHALL , BE- PESPONSIBLE.FOR RECOROWC-05-BOLT INFORMA11O7 OTR' 11 5ET 0 RECORD. DRA:'CNOS' KEPT AT THE 004/S114001 IN SIRE ANDS AVAILABLE :TO THE EWNER,171 A1.1 TIME5, THE CONTRACTOR:5HALL ' OEUV0R WISE ORN8411S'103 THE ENGINEER AT 114E COMPLETION OF THE WORK. IS. NO ‘6601.EE. EQUIPMENT, SUPPLIES 48 1401ERIALS 1401 BE FAR406 CI1 STORED ON PRI1441E, PROFERTT.IR4LESS'A,WPITIE4 AGREEMENT BETWEEN THE CCHIRA0TCAi' AND PROPERTY OWNER 15 EXECUTED A.ND'PRO'A000 TO -THC EN',1NEERIPRI54" TO CONSTRIJC11GN Sheets 12 thru'14 g sat% ;(aYiR`a Sheets' ..6thru8 W 11,19 Project Location' '`Schedule A Sheets; 8'thiv 1.1 20. ALL,OPERATIO45 CONDUCTED ON, 1T10.PREMISES. 46015080 TI0 0ARMI1400UP REPAIR, ARRIVAL.'OFDARTURE. OR RUNNING OF TRUCKS, ,EARTH &ACTING EDUIPMENT, CONSTRUCTION ,EWIPMENT. AND, ANY. OTHER A5501181ED Ed)PMENT SMALL3184ERALLY 8E. 0R1ITED TO THE PERIOD. BETWEEN 7;00 AM: AND 6;00 P.M.,0,ERY DAY UNLESS 0111ERYASE APPROVED 80. THE CITY. .21. ALL RIGHT OF WAY. .PARCEL CONFIGVRATONS,:AND,022NER 1400RMA004 PAS DE510PE0 PROM THE, LATEST C1TY,OF, VAK0MA'S C,LS , 00,11010, 5UR5 15'14141E.8EEN, .CONWCTEO. THE CONTRACTOR SHALL VERB, .110114 L3.8000E51 ADODONAL"INFORMA'il4N 'FROJ THE ENGINEER 04IERE RIGHT OF WAY DR PROPERTY UNES.ARE IN WESTON, 22: 801H, C8NS'ENTONAL 'AHO'1R011CHt005 CONSTRUCTION- MEDAUBS 9704.1'80 -PRORO5E0'BY 1HE.CCNTRACTOR AND APPRUFED'40 THE ENGINEER' PRIOR'.00 COLR4E140NG 23, . THE CONTRACTOR SHALL:CONPIPN EXISTING CUSTOMER'5110100 PIPING -08144 COMPRES500' AIR TIMOR TO'IAAKINO' CONNECTION. 24. THE CONTRACTOR SHALL R000RD.EXISIINO'.SC40C£ VFy'SE.P0SR10N.(0N/d47.(IN-A SET CF RECORD DRAWINGS PRIOR TO REMOVAL AN0"THE CCM TRACTOR SHALL RETURN NEW VALVE:1D CIRIGAN41 POS11100''AFTER PRESSURE TESTING MIS 80".EPTANCE, THESE„ .RECORD DRAPINGS 1HALL'B2.PPONDED,10' 1HE.E1GNNEER UPON COMPLETION OF THE '1,00.8.07 25 TIIE5CNTRACTOR-.0H011 1(15CONNECT EXISTING 008140E 18405 PROM *0.140(110- PROPERTIES:A1 NEW SERVICE SCRNCE ICC/IRONS'' SEE PLAN SHEETS FOR MORE DESCRIPTION. . '25 THE CONTRACTOR,' SHALT. 80[%1411 OR COTO! 180140HES. O'.EWNIGHT WITH STEEL Pti0TIHO, LEATRTG'NO IPENCHES OPSIN 8ARRICADES.ARB%OR WARNING TAPE WILL NOT PE ACCEPTABLE. 27. THE- CONTRACTOR ,5HNL REPAIR ANO MANTANN ALL PAVED TRENClO.105AIICNS 9114 COLO41IA ASPHALLARITI1: H01 MIX ASPHALT.BE0OMES AVAILABLE NO:AREA,REClARING 'ASPHALT REPAIR SHALL REMAIN UNPAILD TM MORE THAN FIRE WOP,IN45 DAY) FOL7UMNG THE 1165,41. ERCARAGOIN. 'Hglbregtse. Lotman Associates, Inc. CM3. ENCR4EEP'010' -18140 5,4840(,94)1 PLANNING All 1NV63 34Y, 14.0,.. NTON1Fq WA 18302 (are) 9EF.,To110•TAR (915) 964-5403 ) ADD IN8BEA 10,16E DATE: ESI -58-10 MAUR,: 10014.4.0 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 1 IMPROVEMENTS 15892: j 00.0 SC:ISN00 84 FAT0010 OVERALL'PLAN & GENERAL NOTES ET 2 :23 EXH.IBiT ,D 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 9th day of April, 2010, and Addendum No. 1 dated on the 24th day of September 2010, 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 21 Basic Services. In addition to the duties set forth in the underlying agreement, ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 2 Exhibit A: 48" Diameter Water Main Bypass and Replacement — Design Engineering and 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. 2 Exhibit A, compensation shall be on a time spent plus expenses basis at the ENGINEER's normal hourly billing rates shown on Exhibit C of the original agreement. IN WITN€SS WHEREOF the parties hereto duly enter into and execute this Addendum No. 2, as of this �,r`` day of tiny, , 2011.. Other than specific amendments stated herein, all other terms, conditions and requirements of the underlying contract shall remain in full force and effect throughout the term of the underlying contract. CITY OF YAKIMA Printed Name R. A. Zais, Jr Title. Date: Attest City Manager &AV/7 A.)e City Clerk City Contract No. 2010-35 Resolution No. HUIBREGTSE, LOUMAN ASSOCIATES, INC. Printed Name. Jeffrey T. Louman, PE Title Date: R-2010-46 G:\PROJECTS\2011\11061\APS-ADDENDUM NO 2.Doc President Page 1 of 5 ADDENDUM NO. 2 EXHIBIT A CITY OF YAKIMA 48" DIAMETER WATER MAIN BYPASS AND REPLACEMENT DESIGN ENGINEERING AND 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 - 48" Diameter Water Main Improvements 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 project: 48" Diameter Water Main Improvements Proiect: Emergency Improvements and Potential Bypass: Review, research and prepare design plans and specifications for emergency bypass of the City's 48" diameter water main crossing the Naches River; Coordinate with material suppliers and construction contractors to complete emergency improvements Provide construction engineering and administration for installation of emergency improvements; Prepare easements and legal descriptions for watermain extension. Permanent Improvements: Review, research and prepare design plans and specifications for improvements to portions of the City's 48" diameter water main Provide construction engineering and administration for installation of improvements. Provide permitting assistance to the City as requested. This scope of work is offered with the following understanding: • CITY shall provide full information as to project requirements • CITY shall assist the ENGINEER by placing at his disposal all available information pertinent to the Project including previous reports, drawings, plats, surveys, easements, utility records, and any other data relative to design and construction of the Project. CITY shallprovide all easements and rights-of-way necessary for replacement/installation of these facilities. • CITY shall examine all studies, reports, sketches, estimates, specifications, drawings, proposals, and other documents presented by the ENGINEER and render decisions in writing pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. • CITY shall make contact with and provide information to all affected property owners and coordinate required meetings. e• CITY shall obtain approval of all governmental authorities having jurisdiction over the Project and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. G:\PROJECTS\2011\11061\APS-ADDENDUM NO 2.Doc Page 2 of 5 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Perform field investigations and field surveying necessary to design the project. B. Evaluate alternatives for temporary bypass and replacement of the identified water mains. C Assist City with permit applications or agency meetings as requested. D. Coordinate with material suppliers for availability and cost of materials required for the project. E. Perform the preliminary design with "over the shoulder" review by the City F. On the basis of approved preliminary design concept, perform the final design and prepare complete contract documents for bid call or Contractor selection, as authorized by the CITY. G 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. H Answer and supply such information as is requested by prospective Contractors. Prepare the Engineer's Estimate of construction cost. J. Participate in the bid period and bid evaluation process. K. Make recommendation of construction contract award to a qualified contractor. 3. SERVICES DURING CONSTRUCTION A. 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. B Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. C. Consult and advise the CITY during construction and make a final report of the completed work. D Monitor the construction contractor's compliance with State labor standards E Review Contractor's submission of samples and shop drawings, where applicable F. Recommend progress payments for the construction contractor to the CITY. G. Prepare and submit proposed contract change orders when applicable. H. 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 for this 48" Water Main Improvement Project shall begin upon authorization to proceed and extend through construction contract completion. It is anticipated all improvements will be completed by June 2012 G:\PROJECTS\2011\11061\APS-ADDENDUM NO 2.Doc Page 3 of 5 EXHIBIT "C" Schedule of Hourly Billing Rates Effective January 1, 2011, through December 31, 2011 Licensed Principal Engineer $159.00 per hour Licensed Principal Land Surveyor $147.00 per hour Licensed Professional Engineer $132.00 per hour Licensed Professional Land Surveyor $120.00 per hour Project Engineer $109.00 per hour CAD Technician $95.00 per hour Resident Engineer/Inspector $90.00 per hour Surveyor $90.00 per hour Senior Engineering Technician $90.00 per hour Engineering Technician $63.00 per hour Word Processing Technician $63.00 per hour Surveyor on Two Man Survey Party $86.50 per hour Surveyor on Three Man Survey Party $75.33 per hour Vehicle Mileage $0.48 per mile Global Positioning Survey System Fee $83.00 per hour G:\PROJECTS\2011\11061\APS-ADDENDUM NO 2.Doc Page 4 of 5 EXHIBIT "C" Schedule of Hourly Billing Rates Effective January 1, 2012, through December 31, 2012 Licensed Principal Engineer $165.00 per hour Licensed Principal Land Surveyor $151.00 per hour Licensed Professional Engineer $136.00 per hour Licensed Professional Land Surveyor $124.00 per hour Project Engineer $112.00 per hour CAD Technician $98.00 per hour Resident Engineer/Inspector $93.00 per hour Surveyor $93.00 per hour Senior Engineering Technician $93.00 per hour Engineering Technician $65.00 per hour Word Processing Technician $65.00 per hour Surveyor on Two Man Crew $89.00 per hour Surveyor on Three Man Crew $77.67 per hour Vehicle Mileage $0.50 per mile Global Positioning Survey System Fee $85.00 per hour G:\PROJECTS\2011\110611APS-ADDENDUM NO 2.Doc Page 5 of 5 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, Louma'n Associates, Inc , for Professional Services first entered into on the 9th day of April, 2010, Addendum No 1 entered into on the 24th day of September, 2010, and Addendum No 2 entered into on the 28th day of June, 2011, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC , hereinafter called the "ENGINEER." (Addendum No 1 — Construction Services Agreement, Phase 4/Stage 1) (Addendum No 2 — 48" Diameter Water Main Bypass and Replacement) 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 21 Basic Services In addition to the duties set forth in the underlying agreement, ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 3 Exhibit A: General 308 Irrigation System Phase 4 / Stage 2 Improvements - 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 C of the original agreement. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No 3, as of this day of OcTog&'i 2011 Other than specific amendments stated herein, all other terms, conditions and requirement of the underlying contract shall remain in full force and effect throughout the term of the underlying contract. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Si401-1,1(6 11:0721—_ gnature Printed Name Donald B Cooper Title Date Attest City Manager fo -fir- /I Signa)e re Dttiw�tk„t Printed Name Jeffrey T Louman, PE Title President Date id/C /// City Clerk City Contract No Resolution No 2010-35 R-2010-46 G \PROJECTS\2010\10046\APS-ADDENDUM NO 3 doc Page 1 of 7 ADDENDUM NO. 3 EXHIBIT A CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4 / STAGE 2 IMPROVEMENTS 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 - General 308 Irrigation System Phase 4 / Stage 2 Improvements 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 irrigation pipe replacement project: General 308 Irrigation System Phase 4 / Stage 2 Improvements. City of Yakima Project No. IR2287 Irrigation system improvements including cleaning and inspection of approximately 3,085 linear feet of existing pipes, sliplining approximately 3,085 linear feet of new 10", 4", 3" and 2" HDPE pipe, trenching approximately 3,430 linear feet of new 6", 4" and 3" PVC Pipe; installing approximately 103 service connections; installing irrigation diversion box; and modifying existing irrigation vault. Work includes installation of new mainline valves, service valves, and service pipes, connection to existing mainline and service pipes of various materials; abandonment and/or removal of existing pipe; surface restoration including hot mix asphalt, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns, and other related improvements. 3. SERVICES DURING CONSTRUCTION A. 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. B. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. C Consult and advise the CITY during construction and make a final report of the completed work. D Monitor the construction contractor's compliance with State labor standards. E. Review Contractor's submission of samples and shop drawings, where applicable. F Recommend progress payments for the construction contractor to the CITY. G. Prepare and submit proposed contract change orders when applicable H. Prepare and furnish reproducible record drawings of all completed work from "as -built" drawings furnished by the City's construction contractor. G:\PROJECTS\2010\10046\APS-ADDENDUM NO. 3.doc Page 2 of 7 TIME OF PERFORMANCE Engineering Services During Construction for this General 308 Irrigation System Phase 4 / Stage 2 Improvements Project shall begin upon construction contract award by the CITY to the lowest responsible bidder (anticipated October 2011) and extend through construction contract completion (anticipated April 13, 2012). Due to the construction period for this work occurring during fall and winter months, the timeframe for completion of improvements is to provide customers unrestricted irrigation water use no later than March 9, 2012, with final paving and other repair work to be completed no later than April 13, 2012 It is anticipated winter weather will shut down project construction for periods of time during the contract. In addition, it is assumed for this contract that the construction contractor will be on-site no more than 55 working days out of approximately 115 available work days between November 1, 2011 and April 13, 2012 This is due to potential weather limitations and the relatively small amount of work for the given time period If additional construction administration and observation is required beyond the 55 working days referenced above, additional services may be requested and directed by the Owner by completion of an Addendum to this agreement or at the Engineer's normal billing rates shown on Exhibit C G:\PROJECTS\2010\10046\APS-ADDENDUM NO. 3 doc Page 3 of 7 ADDENDUM NO. 3 EXHIBIT B GENERAL 308 IRRIGATION SYSTEM PHASE 4 / STAGE 2 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 C of the original agreement. 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 $74,679 00 This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. General 308 Irrigation System Phase 4 / Stage 2 Improvements CLIENT CITY OF YAKIMA JOB NUMBER: 100468-C Huibregtse, Louman Associates, Inc. DATE. September 28, 2011 ENGINEERS HOURLY ESTIMATE T A S K PROJECT TASKCrew Principal Engineer Lic. Prof. SurveyorSurvey 2 -Man Project Engr Se or Ennir Tech god Res. Engineer/ Inspector Resident Engineer/ Inspector ClericalTOTAL HRS TASK FEES $165 $124 $178 $112 $93 $93 $93 $65 1 Construction Observation 12 2 6 48 0 0 495 0 563 54,707 00 2 Construction Administration 16 0 0 12 6 0 0 2 36 4,672.00 3 Submittal Review 4 0 0 8 6 0 4 2 24 2,616.00 4 State Labor Standards Compliance 0 0 0 8 16 0 0 2 26 2,514 00 5 Progress Reports 4 0 0 8 8 0 6 2 28 2,988.00 6 Progress Payments 4 0 0 8 8 0 6 2 28 2,988.00 7 Change Orders 4 0 0 8 4 0 6 1 23 2,551 00 8 Record Drawings 0 0 0 4 2 0 8 1 15 1,443 00 Labor Subtotal 44 2 6 104 50 0 525 12 743 74,479 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/Shipping 5200 00 200.00 G \ PROJECTS \2010\10046\APS-ADDENDUM NO 3 doc Page 4 of 7 PROJECT TITLE. General 308 Irrigation System Phase 4 / Stage 2 Improvements CLIENT CITY OF YAKIMA SUB -CONSULTANTS. None Anticipated 0.00 x 1 1 0.00 Subtotal - Labor $74,479.00 Subtotal - Expenses $200.00 Subtotal - Subconsultants $0.00 Total - ENGINEERING SERVICES DURING CONSTRUCTION $74,679.00 G:\PROJECTS\2010\10046\APS-ADDENDUM NO. 3.doc Page 5 of 7 EXHIBIT "C" Schedule of Hourly Billing Rates Effective January 1, 2011, through December 31, 2011 Licensed Principal Engineer $159.00 per hour Licensed Principal Land Surveyor $147.00 per hour Licensed Professional Engineer $132.00 per hour Licensed Professional Land Surveyor $120.00 per hour Project Engineer $109.00 per hour CAD Technician $95.00 per hour Resident Engineer/Inspector $90.00 per hour Surveyor $90.00 per hour Senior Engineering Technician $90.00 per hour Engineering Technician $63.00 per hour Word Processing Technician $63.00 per hour Surveyor on Two Man Survey Party $86.50 per hour Surveyor on Three Man Survey Party $75.33 per hour Vehicle Mileage $0.48 per mile Global Positioning Survey System Fee $83.00 per hour G:\PROJECTS\2010\10046\APS-ADDENDUM NO. 3.doc Page 6 of 7 EXHIBIT "C" Schedule of Hourly Billing Rates Effective January 1, 2012, through December 31, 2012 Licensed Principal Engineer $165.00 per hour Licensed Principal Land Surveyor $151.00 per hour Licensed Professional Engineer $136.00 per hour Licensed Professional Land Surveyor $124.00 per hour Project Engineer $112.00 per hour CAD Technician $98.00 per hour Resident Engineer/Inspector $93.00 per hour Surveyor $93.00 per hour Senior Engineering Technician $93.00 per hour Engineering Technician $65.00 per hour Word Processing Technician $65.00 per hour Surveyor on Two Man Survey Party $89.00 per hour Surveyor on Three Man Survey Party $77.67 per hour Vehicle Mileage $0.50 per mile G:\PROJECTS\2010\10046\APS-ADDENDUM NO. 3.doc Page 7 of 7 GENERAL NOTES 1, THE CONSTRUCTION DRAWINGS PROVIDE ONLY APPROXIMATE INFORMATION REGARDING THE EXTENT AND LOCATION OF EXISTING IRRIGATION SYSTEM COMPONENTS GARBAGE CANS, PARKED VEHICLES, RMS. AND BOATS, ETC. ARE NOT INDICATED ON THE DRAWINGS BUT MAY BE PRESENT THROUGHOUT THE PROJECT AREA. IN AND ADJACENT TO THE RIGHT OF WAY. AERIAL PHOTOS ARE PROVIDED IN THE PLANS FOR GENERAL INFORMATION, ALTHOUGH ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTO THE CONTRACTOR SHALL '4510 THE PROJECT AREA(5) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02 4(1) OF THE STANDARD SPECIFICATIONS. ALL DISTURBANCE, REMOVAL, REPLACEMENT, ANO RESTORATION OF EXISTING FEATURES SHALL BE COMPLETED BY THE CONTRACTOR. 2. THE CONTRACTOR 15 ADVISED THAT SURFACE REPAIR IS NOT SPECIFICALLY IDENTIFIED ON THE PLANS FOR EACH REPAIR LOCATION ALL REPAIR LOCATIONS HAVE BEEN REVIEWED FOR SPECIFIC REPAIRS AND OVERALL QUANTITIES CALCULATED. REPAIR QUANTITIES IN THE BID SUMMARY ARE APPROXIMATE, AND ALL FINAL REPAIR TYPES SHALL BE DIRECTED BY THE ENGINEER. 3 THE CONTRACTOR IS ADVISED THAT A PORTION OF THE PROJECT MAY REQUIRE WORK WITH ASBESTOS CEMENT PIPE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLYING WITH ALL CODES AND REQUIREMENTS ASSOCIATED WITH HANDLING. REMOVAL, AND DISPOSAL OF MATERIALS CONTAINING ASBESTOS 4. THE CONTRACTOR I5 ADVISED THAT A SIGNIFICANT PORTION OF THE PROJECT OCCURS WITHIN EASEMENTS ON AND ADJACENT TO PRIVATE PROPERTY. THE CONTRACTOR SHALL EXERCISE CARE TO NOT DAMAGE PRIVATE PROPERTY AND SHALL LIMIT EXCAVATIONS TO AREAS DESIGNATED FOR SERVICE REPLACEMENT OR ACCESS PIT, THE CONTRACTOR SHALL UTILIZE LOW IMPACT CONSTRUCTION METHODS AND EQUIPMENT AND SHOULD ANTICIPATE THE USE OF HAND TOOLS IN THESE AREAS. 5. ANY DAMAGE TO PUBLIC U0LITIES 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. 6. 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 REOUE5T FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555 OR 811 7 PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL BE REQUIRED TO POTHOLE ANO VERIFY EXISTING UTILITY 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. 8. 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. 9. THE 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 15 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. 10 AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON-SITE EROSION DUE TO 'MND AND RUNOFF 11. 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. OWNER SHALL 8E GIVEN 48 -HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK 12. 041 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 NEEDED FOR THE JOB, ON-SITE AT ALL TIMES 13. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET 841 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 14 IF, DURING THE CONSTRUCTION PROCESS. CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR. HIS SUBCONTRACTORS. OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT I5 NOT 1DENTIFIED IN THE PIANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY. 15. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 16. 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 NTH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT. 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. 17 THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 18. THE CONTRACTOR SHALL 8E RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE. AND AVAILABLE TO THE OWNER AT -ALL TIMES_THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 19. NO.VEHICLES. EQUIPMENT, SUPPLIES -OR MATERIALS MAY BE PARKED OR STORED .09 .PRIVATE PROPERTY UNLESS A WRITTEN AGREEMENT BETWEEN THE CONTRACTOR•AND PROPERTY OWNER IS EXECUTED ,AND PROVIDED TO THE ENGINEER PRIOR TO CONSTRUCTION. 20. ALL OPERATIONS CONDUCTED ON THE PREMISES. INCLUDING THE WARMING UP, REPAIR. ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS. EARTH MOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTFIER.ASSOCIATED EQUIPMENT SHALL -GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7'00 A M. AND 6'00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY, 21, ALL RICHT OF WAY, PARCEL CONFIGURATIONS, AND OWNER INFORMATION WAS DEVELOPED FROM THE LATEST CITY OF YAKIMA'S G.1.5 NO FIELD SURVEYS HAVE BEEN CONDUCTED. THE CONTRACTOR SHALL VERIFY WITH OR REQUEST ADDITIONAL INFORMATION FROM THE ENGINEER WHERE RIGHT OF WAY OR PROPERTY LINES ARE IN QUESTION 22.60TH CONVENTIONAL AND'TRENCHLESS CONSTRUCTION METHODS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO COMMENCING WORK. 23. THE CONTRACTOR SHALL CONFIRM EXISTING CUSTOMER SERVICE PIPING WITH COMPRESSED AIR PRIOR TO MAKING CONNECTION. 24. THE CONTRACTOR SHALL RECORD EXISTING SERVICE VALVE POSITION (ON/OFF) ON 'A SET OF. RECORD DRAWINGS PRIOR TO REMOVAL AND THE CONTRACTOR SHALL RETURN NEW VALVE TO ORIGINAL POSITION AFTER PRESSURE TESTING AND ACCEPTANCE. THESE RECORD DRAWINGS SHALL BE PROVIDED TO THE ENGINEER UPON COMPLETION OF THE PROJECT. 25. THE CONTRACTOR SHALL DISCONNECT. EXISTING SERVICE LINES FROM ADJACENT PROPERTIES AT NEW SERVICE LOCATIONS. SEE PLAN SHEETS FOR MORE'DESCRIPTION. 26. THE CONTRACTOR SHALL BACKFILL OR COVER TRENCHES OVERNIGHT WITH STEEL PLATING. LEAVING NO TRENCHES OPEN BARRICADES AND/OR WARNING'TAPE WALL NOT BE ACCEPTABLE 27. THE CONTRACTOR SHALL REPAIR AND MAINTAIN ALL PAVED TRENCH LOCATIONS WTH COLD MIX ASPHALT 5451 HOT MIX ASPHALT BECOMES AVAILABLE. NO AREA REQUIRING ASPHALT REPAIR SHALL REMAIN UNPAVED FOR MORE THAN 18/E WORKING DAYS FOLLOWING THE INITIAL EXCAVATION. :.RwVer-RoaO- East --'N" Street CRartlpil Plarp t(" _ ,/Murphy St._t, - `*, East 'K' Street A � Z.. ZI Street "msdison:Aenue-ro -- Sheets r t'- -West '"I" Street - 1003 2 o` f' Sat, ' street. eNt l'42;:_ street -_2 sae` ... . �_ PNenoe o\n- ..4 ,Sheets 16 &'17 MIK -heets,6, stteR` 1'4 &+15 .eoMe �i Went Lincoln -Ave' ISHeetisl. :.Sheets, 8 &.i8' PN51Je i SURlmitview Ave aroma PNeTIDe Chestnut , *MS' •HLA ibregtse, Louman Associates, Inc. Civil Engineering o Land Surveying -Planning 8o1 North 39)6 Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 Www.hlacivil.Lnm n .108 NUMBER: DATE 10046E 9-6-11 FILE NAMES' P \Projects\2010\ 100468\10046b.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY OVERALL PLAN & GENERAL NOTES SHEET 2 21 EXHIBIT D 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS City of Yakima Project No. 1R2287 HLA Project No. 10046 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard SEPTEMBER 2011 Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 "ORIGINAL - CITY OF YAKIMA" ADDENDUM NO. 2 To the Contract Provisions for City of Yakima GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS City Project No IR2287 HLA Project No 10046E BID OPENING: September 27, 2011 3:00 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 — Technical Specifications Revision Section 7-20.3(2)F Service Connections, Page 6-57 Delete the first sentence of the third paragraph and replace it with the following: Service connections for HDPE pipe shall be Romac style 101 N -H with stainless steel straps and Ford C86-33 coupling, or approved equal. 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, PE Huibregtse, Louman Associates, Inc 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 G\PROJECTS\2010\10046\10046b\Addendum #2. Doc Date ADDENDUM NO. 2 ADDENDUM NO. 1 To the Contract Provisions for City of Yakima GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS City Project No IR2287 HLA Project No 10046E BID OPENING: September 27, 2011 3:00 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 — Bid Opening Time Change ADVERTISMENT FOR BIDS, Page 1-2 All references to the Bid Opening time shall be changed from 200 P M to 3:00 P.M. INFORMATION FOR BIDDERS, Page 2-2 All references to the Bid Opening time shall be changed from 2 00 P M to 3:00 P.M. ITEM 2 — Bid Package Addition BIDDER'S CHECKLIST, Page 3-2 Add the following to the list of documents on page 3-2 of the Bid Package, that are required to be submitted with the bid - (h) Compliance with Immigration and Naturalization Act To be filled in and signed by the bidder This form is attached 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, PE K J / Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone. (509) 966-7000 G.\PROJECTS\2010\10046\10046b\Addendum #1 Doc p// V,/ Date ADDENDUM NO. 1 Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1 By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: Dated this day of , 20 Signature: Printed Name: Phone #: Email Address: Homeland Security's Web Address is: http://www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2287 HLA PROJECT NO. 10046E OWNER: City of Yakima 2301 Fruitvale Blvd. Yakima, WA 98902 G:\PROJECTS\2010\10046\ 10046b\Spe c. docx ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 SEPTEMBER 2011 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS City of Yakima Project No. 1R2287 HLA Project No. 10046E 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 3-6 BID DEPOSIT 3-7 BID BOND 3-7 NON -COLLUSION AFFIDAVIT 3-8 NONDISCRIMINATION PROVISION 3-9 SURETY 3-10 BIDDERS DATA FORM 3-11 CITY OF YAKIMA WMBE POLICY .3-12 RESOLUTION NO. D-4818 343 BIDDERS CERTIFICATION 3-14 SUBCONTRACTOR'S CERTIFICATION .3-15 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 CERTIFICATIONS 4-4 CONTRACT BOND 4-5 SCHEDULE OF WORKING HOURS 4-7 SECTION.5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES ............. .5-2 DLI (YAKIMA COUNTY) EFFECTIVE 9/1/11 BENEFIT CODE KEY EFFECTIVE 8/31/11 DEPT. OF LABOR & INDUSTRIES SUPPLEMENTAL TO WAGE RATES 8/31/11 SECTION 6- TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTENTS 6-2 SPECIAL PROVISIONS 6-3 APPENDIX A AMENDMENTS TO THE 2010 WASHINGTON STATE DOT STANDARD SPECIFICATIONS aAPnmECTS\2010\10046110046b\Spec.do= SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS\2010\ 10046\10046 b\Spec. d ocx 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 GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS, City of Yakima Project No. IR2287, HLA Project No. 10046E, including the following approximate major quantities of work: Irrigation system improvements including cleaning and inspection of approximately 3,085 linear feet of existing pipes; sliplining approximately 3,085 linear feet of new 10", 4", 3" and 2" HDPE pipe; trenching approximately 3,430 linear feet of new 6", 4" and 3" PVC pipe; installing approximately 103 service connections; installing irrigation diversion box; and modifying existing irrigation vault. Work includes installation of new mainline valves, service valves, and service pipes; connection to existing mainline and service pipes of various materials; abandonment and/or removal of existing pipe; surface restoration including hot mix asphalt, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns; and other related improvements. All work to provide unrestricted irrigation water use to system users shall be completed no later than March 9, 2012. Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 p.m. on September 27, 2011, 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 $75.00 for each set, non-refundable. Planholder list and addenda will be available on the internet at www.hlacivil.com. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifica- tions, sealed and filed with the Clerk on or before the day and hour above mentioned. 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. September 6, 2011 G:\PROJECTS\2010\ 10046\10046b1Spec.docx 1-2 Deborah J. Kloster City Clerk SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2010\10046\10046b\Spec.docx 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. on September 27, 2011, and then at said office 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 GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 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 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 submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. G:\PROJECTS\2010\10046\10046b\Spec.docx 2-2 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\2010\10046\10046b\Spec.docx 2-3 G:\PROJECTS\2010\ 10046\10046 b1S pe c.do cx 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 Tess 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) Surety and Bidder Information, List of Subcontractors Fill in the Surety and Bidder information. List all required subcontractors proposed for the project. (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. (3) 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. G:\PROJECTS\2010\10046\ 10046 b\Spec. docx 3-2 1 r 1 BID PROPOSAL GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2287 A Proposal of KRCI LLC (hereinafter called "BIDDER"), organized and existing sunder the laws of the State of WASHINGTON doing business as KRCI LLC . 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 GENERAL 308 IRRIGATON SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS — City Project No. IR2287, HLA Project No. 10046E, 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 com petitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT in accordance with Section 1-08.5 of these Special Provisions. 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: I,2 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\2010\10046\10046b\Spec.docx 3-3 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 GENERAL 308 IRRIGATION PHASE 4/STAGE 2 IMPROVEMENTS CITY PROJECT NO. IR2287 HLA PROJECT NO. 10046E ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Mobilization LS — X ___ tiM. O6 3O 2 Project Temporary Traffic Control LS --- X — = "Tom)• - 3 Clearing and Grubbing LS -- X -- = r� lq /0 .1 4 Pipe Cleaning and Inspection LF 3,085 X 3 r M = C Zr j 5 Abandon Irrigation Valve EA 1X V5 0 . = i .t, 1 SO i 6 Unclassified Excavation Including Haul CY 160 X '- G , = = LFI 6o, 7 Access Pit EA 8 x 39 r_` = 00 3izo. 8 Slipline 10 -Inch HDPE Pipe LF 1,275 X a6, = 33150. Oa 9 Slipline4-Inch HDPE Pipe LF 1,175 Xi 3. = c. 152.75, 10 Slipline 3 -Inch HDPE Pipe LF 465 X = W a� 11 Slipline 2 -Inch HDPE Pipe LF 170 X 15, c--)°- _ �5 5 6 e 12 Irrigation Diversion Box EA 1 X S C1 �Q °e C 00. Qd 13 Irrigation Vault Modification EA 1 X 3 o oo, '- = c» 3000, — 14 Shoring or Extra Excavation LS -- X — = 3030. 15 Trench 6 -Inch PVC Pipe LF 2,180 X F b = 3 428o ,e2 16 Trench 4 -Inch PVC Pipe LF 180 X 7J, -' = 480. -a-1 17 Trench 3 -Inch PVC Pipe LF 1,070 X I b� = t 3'J' + z.e 1 18 6 Inch Gate Valve EA 1 X `�3o i Cj = °S 73 0 19 4 -Inch Gate Valve EA 2 X �Q O, C�' Ci = , 13 (o 0 o 20 2 -Inch Gate Valve EA 2 X �' 04,B006 = g,,� -- 21 3/4 -Inch Service Connection for PVC EA 56X 26i, GO = i A 7Z 22 3/4 -Inch Service Connection for HDPE EA 44 XZ `� - = 1 3 i i 2., se 23 1 -Inch Service Connection EA 3 X 1f7o, e- = I P'' O t2. T 24 3/4 -Inch Service Lateral LF 1,200 X , Z80e' � ` 25 1 -Inch Service Lateral LF 45 X 24CQ.= 6 0 ca^ 26 3/4 -Inch Service Valve EA 200 X 3‘,63. -_ 27 1 -Inch Service Valve EA 4 X bU i r , eg = o o* ) ?AO, 'F 28 3/4 -Inch Service Riser EA 100 X Lf C, . = If 000P OOP - 29 1 -Inch Service Riser EA 1 X co 77, = 17, c 30 Type 1 Valve Box EA 92 X 87e e° = F;001{' a G:(PROJECTS12010110046110046b1Spec.docx 3-4 w 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 31 Type 2 Valve Box EA 118 X inn en = 2. 2-T' Z 32 Cold Mix Asphalt SY 2,800 X .C b. _G g 0O �� e' 33 Trench Repair, Type 1 SY 350 x 51,00 = 9O® 05-1 34 Trench Repair, Type 2 SY 1,080 X G/o Q "_ L/2 a�o . 00 )p50. 35 HMA CI. 3/8" PG 64-28 TON 170 X I V . 0C) = `"� 00 36 Gravel Surfacing Repair SY 2,200 X 4 = g$ o O , p0 37 Sodded Lawn Repair SY 20 x 33r'--� t _ a,0 r L'� 38 Cement Concrete Curb and Gutter LF 80 X La 6cr � = TT oo 39 Concrete Slab, 4 -Inch Thick SY 10 X 5 j , cal = JJ 0, 40 Concrete Slab, 6 -Inch Thick SY TON CY 55 630 360 X X X3C Cs `(� S9 a8•9-42 .'yr v— = = = 3-795 , st I%([0 o0 1021 r � .. 41 Crushed Surfacing Base Course 42 Select Backfill, as Directed 43 Minor Change FA --- X -- = 15,000 BID SUBTOTAL L/31 coa,0.11 8.2% STATE SALES TAX 3S4 i°7 , 60 BID TOTAL 1/6-1339 ,b, G:\PROJECTS\2010110046\ 10046b1Spec.docx 3-5 1 M 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS CITY PROJECT NO. IR2287 PROJECT NO. 10046E KRCI LLC /� BIDDER (CONTRACTOR) DATE BY ZE OFFICIAL'S SIGNATURE TITLE , 2011 MANAGING MEMBER DAVID ROBINSON (Please print or type name) Address: PO BOX 5120 Phone: 509 884 5258 WENATCHEE, WA 98807 FAX: 509 884 3625 E-mail address: DAVID@KRCI . NET CONTRACTOR LICENSE NUMBER KRCILL*943DZ 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\2010110046\10046b\Spec.docx 3-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Herewith find deposit in the form of a total bid for this project. BID DEPOSIT certified check or cashier's check in the amount of , which amount is not less than five percent (5%) of our Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS' That we KRCI LLC The Hanover Insurance Company and firmly bound unto the CITY OF YAKIMA, Five Percent (5% of Total Amount Bid the Principal and the Surety bind themselves, their heirs, assigns, jointly and severally, by these presents. as Principal, and , as Surety, are held as Obligee, in the penal sum of Dollars, for the payment of which executors, administrators, successors and The condition of this obligation is such that if the Obligee shall make any award to the Principal for GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS — City Project No. IR2287, HLA Project No. 10046E, 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 27th DAY OF KRCI LLC The Hanover Insurance Company 6:IPROJECTS12010110046110046b15pec.doex Princi September , 2011. Surety Theresa A Lamb, Attorney -in -Fact 9/27 3-7 , 2011 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS. That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI, JULIE M. GLOVER, JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE, BRANDON K. BUSH, ANDY D. PRILL, THERESA A. LAMB, STEVEN M. WAGNER, BRETT N. MEIER Of Bothell, WA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 12th day of July , 2010. THE HAt.OVER:INSURANCE COMPANY MASSACHUSETTS BAY,INSURANCE COMPANY CITJZENa.INSURANCE COMPANY OFAMERICA Robert K: Grennan: Assistan /ice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 12th day of July , 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Notary Public My commission expires on November 3, 2011 1, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this / T day of THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITI S INSUstANCE COMpANY OF ERICA Ji ,20• NON -COLLUSION AFFIDAVIT STATE OF WASHINGTON ) DOUGLAS ) ss. NON -COLLUSION AFFIDAVIT COUNTY OF ) DAVID ROBINSON , 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. SEPTEMBER 27 Signed and sworn to (or affirmed) before me on , 201`1, ; by DAVID ROBINSON G:\PROJECTS\2010\ 10046\ 10046b\S pec.d ocx 3-8 Notary Public My Appointment Expires 04-2014 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:IPROJ E CTS12010110046\1 0046b1S pe c. docx 3-9 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be: HUB INTERNATIONAL PO BOX 3018 BOTHELL whose address is: WA 98041 Street BIDDER INFORMATION City State Zip The NAME of the Bidder submitting this Bid is KRCI LLC whose address is: PO BOX 5120 WENATCHEE WA 98807 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: DAVID ROBINSON ROY KING G:\PROJECTS\2010\10046\10046b\Spec.docx 3-10 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. PLEASE SEE ATTACHED "PROJECTS" 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers of clients, locations where service performed, and service descriptions. PLEASE SEE ATTACH 3. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. N/A 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications. PLEASE SEE ATTACHED "PERSONNEL EXPERIENCE & TECHNICAL QUAL I F I CAT I ONS " 5. Provide Washington state Contractor's registration (license) number. KRCILL* 943DZ 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\2010\10046\ 10046b\Spec.docx 3-11 1 11 11 11 11 1 11 1 1 1 1 1 1 1 1 1 KRCI LLC Proiects City of Richland Horn Rapids Landfill Closure Phase I 2011 • Owner: City of Richland • Engineer: Parametrix • Contact: Sheldon Williamson 509 942 7500 • Install 92,000 SY landfill 30 mil PVC and 4,900 SY of doubled lined 60 mil HDPE geomembranes, 31,000 cy of 12" drainage and 12" topsoil layer, lined stormwater ditches, infiltration ponds, landfill gas collection system; flare facility and electrical system and controls. • $1.2M Grant County PUD Priest Rapids River Water Pipeline Modification 2011 • Owner: Grant County PUD • Engineer: Grant County PUD • Contact: Mike Nichols 509 754 6627 • Water pipeline modifications including installation of 54" steel lined concrete pipe, flow meter with remote read, valves and precast structures. • $610K WSDOT S. of Electric City Rock Slopes Stabilization 2011 • Owner: Washington State DOT • Engineer: WSDOT. • Contact: Bob Romine 509 667 2880 • Provide protective sand blanket, hand rock slope scaling, mechanical rock slope scaling, debris removal including haul, pavement repair, guardrail repair, and other work as required. • $631K Yakima-Tieton Irrigation District Headworks Replacement 2010-2011 • Owner: Yakima Tieton Irrigation District • Engineer: RH2 Engineering. • Contact: Mason Mendel 509 946 0157 • Construction of approximately 94 feet of 96" irrigation main, structural connections, radial gate, cast in place radial gate structure, cofferdam installation, dewatering, and related work. • $370K City of Yakima General 308 Irrigation System Ph 4/Stage 1 2010-2011 • Owner: City of Yakima • Engineer: Huibregtse Louman & Assoc. • Contact: Steve Sziebert 509 966 7000 • Cleaning, inspection and sliplining / open cut installation of approximately 11,000 if of HDPE pipe ranging in size from 4" to 36", 241 service connections. Work also included mainline valves, service valves, connection to mainline, access ports, vaults, removal of existing pipe as required and surface restoration. Page 1 of 7 KRCI LLC, Past Projects Summary (Jan 2011) .1 • $1M 1 WS Dept of Fish and Wildlife Beebe Springs Natural Area Phase 3 2010-2011 1 • Owner: WS Fish and Wildlife • Engineer: State of Washington • Contact: Ron Fox 509-679-1133 • Construct fish habitat project and observation trails including artwork, trails, viewpoints, woody debris, emergent planting, excavation of new channels, and in -water work. • $926K WS Dept of Parks and Recreation — Steamboat Rock Bay Area Campground 2010-2011 • Owner: WS Parks & Recreation • Engineer: State of Washington • Contact: Erik Folke 509 665 4332 • Construction of a water reservoir, sewage lagoon cell and a campground including clearing, site grading, installation of park utilities and sewage lift station, roadways, a masonry comfort station, irrigation and landscaping. • $1.6M Douglas County PUD Park Improvements 2010 1 • Owner: Douglas County PUD • Engineer: Erlandsen Engineering • Contact: Darrin Sexton 509 881 2388 • Perform park improvements including rebuilding parking areas, boat launches, restroom facilities, utilities, electrical upgrades, play areas, fire pits and picnic tables. • $703K 1 Chelan County PUD Dryden Weir Gravel Removal • Owner: Chelan County PUD 1 • Engineer: Chelan County PUD • Contact: Casey Hall 509 881 9302 • Remove and haul 5,000 CY of in -stream gravel from the Wenatchee River at the Dryden Dam to improve waterflow to irrigation intake. • $131K City of Republic, Pine Grove Water Service Improvement Project 2010 1 • Owner: Town of Republic • Engineer: Varela & Associates • Contact: Linda Hall 509 775 3216 I • Construct 15x8 ft addition to existing corrosion control building, replace piping and vales between wells, reconstruction of well structure, piping, valves and appurtenances, new chemical feed pumps with associated controls and piping inside the building addition, installation of 3 stand I alone generators, replacement of electrical, instrumentation and controls for 3 wells and 3 booster stations, well pump removal, cleaning and performance testing. • $804K 1 City of Republic, Pine Grove Water Service Extension Project 2010 • Owner: Town of Republic 1 • Engineer: Varela & Associates • Contact: Linda Hall 509 775 3216 • Install 13,000 LF 12" water transmission main & appurtenances, 13,000 LF of 8 & 10" water main I and appurtenances, 8 jacked steel pipe cased watermain highway crossings (WSDOT right of way) Page 2 of 7 KRCI LLC, Past Projects Summary (Jan 2011) I 1 it 1 1 1 1 1 1 1 1 1 directional drilled HDPE, open cut highway crossings, 65 water services, connections, service pipe meter boxes and PRV boxes, surface restoration, demolition and removal of 20,000 gallon steel standpipe and booster pump manhole. • $2.7 M City of Leavenworth, Amtrak Station • Owner: City of Leavenworth • Engineer: HNTB • Contact: Dave Schettler 509 548 5275 • Construct 6001f heated cement passenger platform, following BNSF and Amtrak Safety Protocols. Project completed 3 months ahead of schedule including the platform, site improvements and shelter. • $1.3M 2009-2010 City of Twisp, Painter's Pump Station 2009-2010 • Owner: City of Twisp • Engineer: RH2 Engineering • Contact: Nate Andreini 509 886 6763 • Construct partially buried booster pump station with pumps and watermain. Installed new ductile iron piping and services. Repaired interior and exterior of concrete reservoir. • $900,000 City of Wenatchee Sewer Lift Station 2009 • Owner: City of Wenatchee • Engineer: City of Wenatchee • Contact: Chuck Mayhew 509 888 3206 • Construct Sewer Lift Station with associated piping. • $162,000 ICity of Selah Well Pump Station 2009 • Owner: City of Selah • Engineer: Huibretse, Louman & Associates • Contact: Steve Sziebert 509 966 7000 • Construct 24x40 CMU pump station w/ piping HVAC, gas chlorine feeder, lighting & electrical control system as well as modify pump, demo existing building & vaults, site piping, storm drainage facilities & final grading and paving • $530,000 1 1 1 1 Quincy Columbia Basin Irrigation District Canal Replacements 2009 • Owner: Quincy Columbia Basin Irrigation District • Engineer: N/A • Contact: Roger Sonnichsen 509 787 3591 • Demo and replace canal panels • $150,000 City of Leavenworth Icicle Road Reservoir 2009 • Owner• City of Leavenworth • Engineer: Varela & Associates • Contact: Kurt Holland 509 328 6066 Page 3 of 7 KRCI LLC, Past Projects Summary (Jan 2011) • Demo existing reservoir & replace with 800,000 gallon concrete reservoir located in existing reservoir footprint. Rock and concrete from demolition was processed onsite and recycled as wall backfill. Project also included site piping, new access road, site improvements, coatings and reservoir overflow reconstruction. • $1.6M Okanogan Irrigation District Feeder Canals 2008 • Owner: Okanogan Irrigation District • Engineer: Anchor Environmental • Contact: David Rice 425 827 3243 • Demolition of existing canal and installation of 24" pipe and upstream flow concrete control structure. • $ 220,000 City of Yakima Downtown Futures Initiative Phase 3 2008 • Owner: City of Yakima • Engineer: City of Yakima, DEC Engineering Services • Contact: Bruce Floyd (509) 576 6305 • Reconstruct existing sidewalks in downtown Yakima. Remove 6,050 sy of sidewalk and 1,135 if of curb and gutter, install 4,750 sy sidewalk, 800 sf brick pavers, 1,135 if curb & gutter, 38 ADA ramps, 56 pedestrian lights, 65 trees, 28 tree grates, treelighting, irrigation systems, benches and planters. • $ 1,509,000 Town of Mattawa Government Street Sidewalk Improvements 2007-2008 • Owner: City of Mattawa • Engineer: Wilson Engineering • Contact: Pat Gerde (509) 932-4037 • Related excavation and installation of 2,346 linear feet of curb and gutter, 1,040 square yards of 5' concrete sidewalk, various ramps, drywells, CSTC and cement driveway approaches. • $ 190,000 City of Yakima, 308 Irrigation Improvements Phase 3, Stage 1 2007-2008 • Owner: City of Yakima • Engineer: Huibregtse, Louman & Assoc. • Contact: Steve Sziebert (509) 966-7000 • Slipline 4,900 linear feet of various size HDPE pipe, trench 8,2001f of HDPE pipe and install 330 services connections, various valves & appurtenances. • $ 1,265,000 City of Yakima, Marvin Gardens 2007-2008 • Owner: City of Yakima • Engineer: City of Yakima, DEC Engineering Services • Contact: Bruce Floyd (509) 576 6305 • Excavation, utilities and site preparation/finishing for new low income subdivision off 30th street. Project involves significant remediation of contaminated soils as well as offsite water and sewer improvements. • $ 575,000 Mountain West Senior Housing 2007-2008 • Owner: Mountain West Development Page 4 of 7 KRCI LLC, Past Projects Summary (Jan 2011) • Engineer: Forsgren & Associates • Contact: Steve Black (503) 851-1496 • Excavation and preparation for new senior housing retirement project in East Wenatchee, WA. Project includes site work, on-site underground utilities, building pads and off-site utility improvements. • $ 1,550,000 Town of Mattawa Biosolids Processing Improvements 2007-2008 • Owner: City of Mattawa • Engineer: Wilson Engineering • Contact: Pat Gerde (509) 932-4037 • Excavation and installation of biosolids processing basin. Project includes excavation and lining of large processing basin as well as demolition of existing drying beds and building of new beds. • $ 424,000 Center Court Road Improvements 2006-2007 • Owner: Center Court Homeowners Ass. • Engineer: RH2 Engineering • Contact: Randy Asplundh (509) 886-2900 • Drainage system and paving improvements. • $ 54,000 Tonasket Pump Station and Water Main Improvements 2006-2007 • Owner: City of Tonasket • Engineer: Varela and Associates • Prime Contractor: Cusick Construction • Contact: Rob Borst (509) 662-8423 • Installation of new water piping and connections, site prep for pump station. • $ 320,000 Chelan Ridge Source Improvements 2006-2007 • Owner: PUD NO. 1 of Chelan County • Engineer: PUD NO. 1 of Chelan County • Contact: Courtney Hill (509) 663-8121 • Installation, of new water piping and connections at Lake Chelan State Park. Project includes well improvements, construction of cast in place pumping building, connection and improvements at existing reservoir. • $ 605,000 Page 5 of 7 KRCI LLC, Past Projects Summary (Jan 2011) Sullivan Lake Water System Rehab 2006 • Owner: United States Forest Service • Engineer: Varela and Associates • Contact: Jennifer Knutson (509) 684-7254 • Installation of new water piping and connections in administrative area while maintaining existing water system. Project included directional drilling and rehabilitation of existing well. • $ 156,000 Eastbank Hatchery Fish Waste Removal 2006 • Owner: PUD NO. 1 of Chelan County • Engineer: PUD NO. 1 of Chelan County • Contact: Vern Chamberlain (509) 663-8121 • Removal and disposal of 50,000 gallons of fish waste. Locating, permitting, and method of land application for disposal of waste was by contractor. • $ 41,000 Horan Terrace — Lake Chelan 2006 • Owner: Thomas and Meg Names • Engineer: Landline Surveyors • Contact: Scott Vollrath (509) 548-5290 • Construction of an eight (8) lot subdivision with roads, utilities, rock retaining walls, well and water storage system, and paving. • $ 181,000 Summerhill Estates 2006 • Owner: Cascade Property Ventures • Engineer: Pacific Engineering and Design • Contact: Heather Ostenson (509) 886-7651 • Construction of an eighty four (84) lot subdivision with roads, utilities, retaining walls, curbing, and paving. • $1,200,000 Peach Haven Estates Phase II 2006 • Owner: Steven Shank • Engineer: Torrance Engineering • Contact: Steven Shank (509) 630-3006 • Construction of a twenty five (25) lot subdivision with roads, utilities, curbing, and paving. • $500,000 Page 6 of 7 KRCI LLC, Past Projects Summary (Jan 2011) Page 7 of 7 KRCI LLC, Past Projects Summary (Jan 2011) KRCpd� KRCI LLC Personnel Experience & Technical Qualifications Principals Patrick King University of Washington, Civil Engineering B.A Certified Professional Engineer Primary Position: Project Manager Twenty three years of Construction Operations/Management experience. Background includes managing projects with revenues up to $4M. David Robinson Charles County Community College — Maryland Primary Position: Estimator Twenty eight years of estimating and construction project management. Background includes project management up to $1M and project estimating up to $6M. Superintendent/Project Managers Don Evans Primary Position: Project Superintendent Twenty five years of operating experience, five years of superintendent experience. Responsible for projects up to $1.5M. Kyle Snitily Primary Position: Project Manager Eighteen years of project management and superintendent experience. Specialty Endorsements Certified Erosion & Sediment Control Lead (David Robinson, Pat King) Fire Sprinkler Contractor License #3126 Certified Traffic Control Supervisor (Evelyn Weems) 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:\PROJECTS12010\10046\10046b\Spec.docx 3-12 RESOLUTION NO. D` 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CI.TY COUNCIL OF THE CITY Off' 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 J day of 1983. ATTEST: ,41-14-44 r 41,vsAk Amk.Lt tad yor City Clerk 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: KRCI LLC certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract: FLAGGER, LABOR, POWER EQUIPMENT OPERATORS, TRUCK DRIVERS 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: rt9\e.t) itv6mils. pmotvr etv, e,A0- orcrtowS �'tl'L � ti1ki VeVS and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the a and of any sub -contract under this Contract the Subcontractor Certification required by these ditions. G:IPROJECTS12010110046110046b1Spec.docx (Signature of Authorized Representative of Bidder) 3-14 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 th ubcontractor Certification required by these Bid Conditions G:\PROJ E CTS\2010\10046\10046b\Spec.docx (Signature of Authorized Representative of Bidder) 3-15 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 August 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. _ Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor 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. 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 G:\PROJECTS\2010\ 100460046\10046 b\Spec.docx 3-16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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\2010110046\10046 b\Spec.d ocx 3-17 Gtr -1U -lull nun u4:11 rn r HX NU, -:�:: ++•.'.�.i. __, ,.:i: _.. - -y.y, .. -. ,. __1:�-:',u.. .'.�.. .�. :L•::..��..1 t2:1?-4.rir»;i.:�'�yj.: i+d'tp.Ni _..:" ii compliance with Immigration and Naturalization.Ai r, uuiuu The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below, Failure to do so may be cause for rejection of bid. E. VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, 1 certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. l agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company, 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that noncompliance could lead to suspension of this contract. Firm Name: KRCI LLC Dated this 2 6 ' f SEPTEMBER , 20 11 Signature: JI Printed Name: DAV OB INS . • Phone#: 509 884 5258 EmailAddross: DAVID@KRCI.NET Homeland Security's Web Address is: http://www.dhs.aav/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2'd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby a®ei.yakima.wa.us SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2010\10046\10046b\Spec.docx 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this /97»' day of D(7-0/3Elc' , 2011, by and between the City of Yakima, hereinafter called the OWNER, and /C,('C, , L GC , 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: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS - City Project No. IR2287, 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 by the dates set forth in Section 1-08.5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. 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 CONTRACTOR. G:\PROJECTS\2010\10046\10046b\Spec.docx 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 : kima, Washington By: Name: Don Cooper Title: City Manager CONTRACTOR: By: Name: -DAV 1 I 1,t'BIMSt 4 (Please Print or Type) 11 Address: 6-120 L nattMtw Phone: 509 gel- 5-058 FAX: 67,f 18/ .3 LOz5 E-mail Address. �.5QQ/ , 7 i./ek* Employer Identification Number: 542,5y,6-0 G:\PROJECTS\2010\10046\10046b\Spec.docx 4-3 (SEAL) ATTEST: Name: Deborah J. K Title. City Clerk (SEAL) ATTEST: Name: .4. am 4/'1•r (Please Print or Tip CERTIFICATIONS Provide the following• Name of Certified Traffic Control Manager (TCM) (must be an employee of the Contractor; provide copy of certificate) NAME of Certified Traffic Control Supervisor (TCS) (provide copy of certificate) Name of Certified Testing Laboratory for material testing G:\PROJECTS\2010\10046\10046b\Spec.docx 4-4 Ic/s9l17 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, "RCI LLC The Hanover Insurance Company as principal, and a corporation organized and existing under the laws of the State of New Hampshire , 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 $ 467,339 60 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 AK/M/4 , Washington, this /977/day of OCTOBER , 2011. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on c557 -0,%-7,e /9 , 2011, the City Manager and City Clerk of said City of Yakima has let or is about to let to the said KRCI LLC the above bounden Principal, a certain Contract, the said Con- tract being numbered City Contract No. IR2287, and providing for the construction of GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 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 KRCI 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 two (2) years 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. SURETY' The Hanover Insurance Company (SEAL) By: Theresa A Lamb, Attorney -in -Fact Name: (Please Print or Type) Agent: HUB International NW, LLC Address: P 0 Box 3018 Bothell, WA 98041-3018 G:1PROJECTS12010110046110046b1Spec.docx 4-5 ATTEST: Name: Ellen M Bell (Please Print or Type) CONTRAC By: Name: LLC DAV t D 12.051 SoN1 (Please Print or Type) Approved as to Form: rl/ es, City Attorney G:WROJECTS12010110046110046b1Spec.docx Aoh3/X71; 4-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI, JULIE M. GLOVER, JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE, BRANDON K. BUSH, ANDY D. PRILL, THERESA A. LAMB, STEVEN M. WAGNER, BRETT N. MEIER Of Bothell, WA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows. Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and at bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the.Company Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 12th day of July , 2010. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY 4,4 ,�,,, CITIZENS -1. 1SURANCE COMPANY OF AMERICA Mary Jeanne /j on, Vice Preside t 1 THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 12th day of July , 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Robert K. Grennan, Assistan ice President Afcybbry Public My commission expires on November 3, 2011 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile:" (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this �✓ r� day of d (Tog e-72 , 20 /1 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZE1(S INSU'ANCE COfyjZANY OF ERICA Broin Assistaiii Vice Pre trtinr Bond No. 1959118 RETAINAGE BOND KNOW ALL MEN BY THESE PRESENTS that we KRCI LLC a corporation under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, as Principal, andme Hanover Insurance c°mpa a corporation organized and existing under the laws of the State of New Hampshire and authorized to transact business of surety in the State of Washington, as Surety, are jointly and severally held and bound unto city of Yakima hereinafter referred to as Obligee, as Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28 and their heirs, executors, administrators, successors and assigns, in the penal sum of TWENTY-THREE THOUSAND THREE HUNDRED SIXTY-SIX AND 98/100THS Dollars 1 $23,366.98 ) plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work. WHEREAS, on the /97' day of 7c7 t3Ek , 2d7/ , the said Principal herein executed a contract with City of Yakima for General 308 Irrigation System Phase 4/ Stage 2 Improvements WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned by the Principal on estimates during the progress of the work, hereinafter referred to as earned retained funds. WHEREAS, the Principal has requested that the Obligee accept a bond in lieu of earned retained funds as allowed under Chapter 60.28 RCW. NOW THEREFORE, this obligation is such that the Surety, its successors and assigns are held and bound unto the Obligee and unto all beneficiaries of the trust fund created by RCW 60.28.011(1) in the aforesaid sum. This bond, including any proceeds therefrom, is subject to all claims and liens and in the same manner and priority as set forth for retained percentages in Chapter 60.28 RCW. The condition of this obligation is also that if the Principal shall satisfy all payment obligations to persons who may lawfully claim under the trust fund created pursuant to Chapter 60.28 RCW, to the Obligee, and indemnify and hold the Obligee harmless from any and all lost, costs and damages that the Obligee may sustain by release of said retainage to the Principal, then this obligation shall be null and void, provided the Surety is notified by the Obligee that the requirements of RCW 60.28.021 have been satisfied and the obligation is duly released by the Obligee. Retainage Bond No. 1959118 Page 2 of 2 IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal. The Surety will not be discharged or released from liability for any act, omission or defenses of any kind or nature that would not also discharge the Principal. IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety, the Obligee, the beneficiaries of the trust fund created by Chapter 60.28, Revised Code of Washington (RCW) and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 10th day of October , 2011 KRCI By Dau/ 0 2—Origt4svni Principal The Hanover Insurance Company By: Theresa A. Lamb Attorney-in-fact THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY, OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI, JULIE M. GLOVER, JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE, BRANDON K. BUSH, ANDY D. PRILL, THERESA A. LAMB, STEVEN M. WAGNER, BRETT N MEIER Of Bothell, WA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -tact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 12th day of July , 2010. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZEN$"I,h1SURANCE COMPANY OF AMERICA Th /1 ("/'�� elf/ .}�"'--_x!' �{-..t;.�' - � t.:.. -- Mary Jeanne) on, Vice Preside t Robert K, Grennan, Assistan ice President THE COMMONWEALTH OF MASSACHUSETTS ), COUNTY OF WORCESTER ) ss On this 12th day of July , 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. SAMARA MOI blo UCKMabry Nb lo o Compees,M of ••ae- M' Cawn4tlone]DivoIkvl]0t r o/.sify Pob is My commission expires on November 3, 2011 1, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by She President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company t0 the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this / 7� day of0C ii-eW , 20 " THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZS INSU''ANCE CO1yJfANY OF ERICA Slop . Brain' Assista7if'Vice Prestdtni 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • OP ID: ME , 4CIC ",i 1� +k..._.... DATE (MM/DDNYYY) 10/17/11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON. THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder, is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy; certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 425-489-4500 Hub International NorthwestPHONE(A/C 425-489-4501 P. O. Box 3018 Bothell, WA 98041-3018 James William Doyle ...CONTACT - - - No Ext): FAX • (NC, No): E-MAIL ADDRESS. PUSDUMER KRCIL-1 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED KRCI, LLC David Robinson PO Box 5120 Wenatchee, WA 98807 :INSURER A . Transportation Ins. Co. A INSURERB..Continental Casualty Co 20443 INSURER C Continental Casualty Co 20443 INSURER D . i INSURER E .,MED EXP (Any one person), INSURER F . 5,000 COVERAGES CERTIFICATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT. OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 6Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS,SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 'LTR TYPE OF INSURANCE X LIABILITY OCCUR ADDL INSR SUBR WVD POLICY NUMBER 2094672121 POLICY EFF (MM/DD/YYYY) 03/09/11 POLICY EXP (MM/DD/YYYY) 03/09/12 _ LIMITS - EACH,OCCURRENCE V 1,000,000 A GENERAL X LIABILITY COMMERCIAL GENERAL 'DAMAGES ERaEo ED PREMISES (Ea occurrence)' $ 100,000 CLAIMS -MADE .,MED EXP (Any one person), $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 X WA STOPGAP $1M GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT'APPLIES 7 POLICY I X I JECT PER: LOC .PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X X LIABILITY ANY AUTO ALLOWNEDAUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 2094672135 03/09/11 ' 03/09/12 -• COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY -INJURY (Per person) ' $ BODILY INJURY (Per accident) $ PROPERTY.DAMAGE (Per accident) $ $ $ C X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS-MADEAGGREGATE 2094672149 03/09/11 03/09/12 EACH OCCURRENCE ,, $ 2,000,000 $ 2,000,000 X DEDUCTIBLE RETENTION $ 10,000 $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N / A 2094672121 WA STOP GAP - E.L.:' 03/09/11 03/09/12 WC STATU-'OTH- TORY LIMITS X ER E L. EACH ACCIDENT $ 1-,000,000 : . E.L. DISESE - EA EMPLOYEE $ 1,000,000 below .., 'E.L DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES. (Attach ACORD 101, Additional Remarks Schedule, if more space is required) ADDITIONAL INSURED AS"REQUIRED.BY WRITTEN -CONTRACT: CITY OF.YAKIMA, ITS EMPLOYEES, AGENTS, ELECTED AND,APPOINTED OFFICIALS, HUIBREGTSE, LOUMAN ASSOCIATES, INC. SEE -ATTACHED ENDORSEMENT G -15115-A. RE: GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS CITY OF YAKIMA PROJECT #IR2287, HLA PROJECT #10046B -C . CERTIFICATE HOLDER CANCELLATION CITY OF YAKIMA 129 NORTH 2ND STREET, 2ND FLR YAKIMA, WA 98901 ACORD 25 (2009/09) CIYAKIM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA G -15115-A (Ed. 10/89) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE .READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE This endorsement modifies insurance provided under the -following - COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE.PART OWNERS AND CONTRACTORS, PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGEPART In the event of cancellation or material, change that reduces or restricts the insurance afforded by.this Coverage Part (other than the reduction of aggregate limits through ,payment of claims), we agree t� mail prior written notice of cancellation or material change to SCHEDULE 1. Number of days advance notice' 45 2. Name* City of Yakima 3. Address. 129 North 2nd Street, 2nd Floor Yakima, WA 98901 KRCI, LLC Package Policy # 2094672121 Effective 3/9/11 — 3/9/12 G -15115-A (Ed 10/89) Page 1 of 1 1 1 CNA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G -140331-B (Ed 01/09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) Or Organizations (As required by written contract/agreement per Paragraph A. below ) Location(s) of Covered Operations (As per the written contract/agreement, provided the location is within the "coverage territory" of this Coverage Part.) (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. Section 0 - Who Is An Insured is amended to include as an additional insured any person(s) or organization(s), including any person or organization shown in the Schedule above, whom you are required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided. a. The written contract or written agreement was executed prior to 1. The "bodily injury" or "property damage"; or 2. The offense that caused the "personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part; and b. The written contract or written agreement pertains to ,your ongoing operations or "your work" for the additional insured(s) B. The insurance provided to the additional insured is limited as' follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or b. The acts or omissions of those acting on your behalf G -140331-B (Ed 01/09) in the performance of your ongoing operations for the additional insured(s) or c. "Your work" that is included in the "products -completed operations hazard" and performed for the additional insured, but only if this Coverage Part provides such coverage, and only if the written contract or written agreement requires you to provide the additionalinsured such coverage. 2. However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least of those - a. Required by the written contract or written agreement; b. Described in B.1. above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract or agreement requires this insurance to be primary In that event, this insurance will be primary relative to insurance which covers the additional insured as a named insured We will not require contribution from such insurance if the written contract or written agreement also requires that this insurance be non-contributory But with respect to all other insurance under which the Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 2 CNA additional insured qualifies as an insured or additional insured, this insurance will be excess 4. The insurance provided to the additional insured terminates when your operations for the additional insured are complete But if the written contract or Written agreement specifies a date until which this insurance must apply, then this insurance terminates: a. On the date, specified in the written contract or written agreement; or b. When this ,policy expires or is cancelled, whichever occurs first. C. With respect to the insurance afforded to the additional insured, the following additional exclusions apply This insurance does not apply to 1. "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 or approve maps, shop drawings; opinions, reports, surveys,, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury," "property damage," or "personal and advertising injuryarising out of any premises or work for which , the additional insured is .specifically listed as an additional insured on another endorsement attached to this Coverage Part. D. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS .is *ended as follows. 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to G -140331-B (Ed 01/09) G -140331-B (Ed 01/09) add the following additional conditions applicable to the additional insured An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may -result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 12) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy Cr program applies to a Ioss,we cover under.this Coverage Part; (3) Except.as provided in Paragraph B 3 of this ,endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage :Part; and (4) Send us copies of all legal papers received, and, otherwise cooperate with us in the investigation;defense, or settlement of the claire or "suit. We `have rio• duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written :notice of a. claim or "suit." 2. With respect only to the insurance provided by this. endorsement; the first. sentence of Paragraph 4.a. of the 'Other Insurance Condition is deleted:and replaced with the following' 4. Otherinsurance a. Pri'mary-Insurance This 'insurance- is primary and non- . contributory except when rendered excess 'by this endorsement, or when Paragraph b, below applies E. The provisions of the Written contract or written agreement do not in" any Way broaden or amend this Coverage .Part. Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 2 SCHEDULE OF WORKING HOURS In accordance with Section 1-08 0(2) Hours Of Work, the normal straight time working hours for this project will be from a.m. to 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 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\2010\10046\10046b\Spec.docx 4-7 Contractor Signature Date SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2010\10046\10046b\Spec.d ocx 5-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries 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. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor and all Subcontractors or lower tier subcontractors. If these payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period , any or all payments may be withheld until compliance is achieved. Also, failure to provide these payrolls could result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions. When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code. G:\PROJECTS\2010\10046\10046b\Spec.docx 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 16 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2011 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $57.99 5N 1C Yakima Brick Mason Journey Level $40.03 5A 1M Yakima Building Service Employees Janitor $8.67 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $8.67 1 Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $36.50 7B 1N Yakima Divers & Tenders Diver $100.28 5D 1M 8A Yakima Divers & Tenders Diver On Standby $56.68 5D 1M Yakima Divers & Tenders Diver Tender $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $48.67 5A 1B Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engineer Welder $49.62 5D 1T 8L Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Yakima Dredge Workers Maintenance $49.06 5D 1T 8L Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level $37.85 5D 1M Yakima Drywall Tapers Journey Level $31.79 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $53.57 5A 1E https://fortress.wa.gov/lni/waaeloolcurilDryWaaelookumasnx 9/1/2011 Page 2of16 Yakima Electricians - Inside Journey Level $51.72 5A 1 E I Yakima Electricians - Inside Welder $55.41 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $63.04 5A 4A Construction Yakima Electricians - Powerline Certified Line Welder $57.61 5A 4A Construction Yakima Electricians - Powerline Groundperson $41.06 5A 4A Construction Yakima Electricians - Powerline Head Groundperson $43.33 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $57.61 5A 4A Construction Yakima Electricians - Powerline Jackhammer Operator $43.33 5A 4A Construction Yakima Electricians - Powerline Journey Level Lineperson $57.61 5A 4A Construction Yakima Electricians - Powerline Line Equipment Operator $48.64 5A 4A Construction Yakima Electricians - Powerline Pole Sprayer $57.61 5A 4A (:onstruction Yakima Electricians - Powerline Powderperson $43.33 5A 4A Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $72.01 7D 4A Yakima Elevator Constructors Mechanic In Charge $78.13 7D 4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $8.72 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $8.67 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat a Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers a Mason Tenders Journey Level $33.05 7A 2Y Yakima Industrial Engine And Machine Journey Level $15.65 1 Mechanics Yakima Industrial Power Vacuum Journey Level $9.24 1 Cleaner Yakima Inland Boatmen Journey Level $8.67 1 Yakima Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $9.73 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By https://fortress.wa.gov/lni/wagelookup/pryWageloolcup.aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 3of16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/1/2011 Remote Control Yakima Inspection/Cleaning/Sealing Of Head Operator $12.78 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Technician $8.67 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Tv Truck Operator $10.53 1 Sewer Et Water Systems By Remote Control Yakima Insulation Applicators Journey Level $37.85 5D 1M Yakima Ironworkers Journeyman $50.94 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $32.11 7A 2Y Yakima Laborers Airtrac Drill Operator $33.05 7A 2Y Yakima Laborers Ballast Regular Machine $32.11 7A 2Y Yakima Laborers Batch Weighman $30.15 7A 2Y Yakima Laborers Brick Pavers $32.11 7A 2Y Yakima Laborers Brush Cutter $32.11 7A 2Y Yakima Laborers Brush Hog Feeder $32.11 7A 2Y Yakima Laborers Burner $32.11 7A 2Y Yakima Laborers Caisson Worker $33.05 7A 2Y Yakima Laborers Carpenter Tender $32.11 7A 2Y Yakima Laborers Cement Dumper -paving $32.66 7A 2Y Yakima Laborers Cement Finisher Tender $32.11 7A 2Y Yakima Laborers Change House Or Dry Shack $32.11 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $32.11 7A 2Y Yakima Laborers Chipping Gun(30 Lbs. And Over) $32.66 7A 2Y Yakima Laborers Choker Setter $32.11 7A 2Y Yakima Laborers Chuck Tender $32.11 7A 2Y Yakima Laborers Clary Power Spreader $32.66 7A 2Y Yakima Laborers Clean-up Laborer $32.11 7A 2Y Yakima Laborers Concrete Dumper/chute Operator $32.66 7A 2Y Yakima Laborers Concrete Form Stripper $32.11 7A 2Y Yakima Laborers Concrete Placement Crew $32.66 7A 2Y Yakima Laborers Concrete Saw Operator/core Driller $32.66 7A 2Y Yakima Laborers Crusher Feeder $30.15 7A 2Y Yakima Laborers Curing Laborer $32.11 7A 2Y Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $32.11 7A 2Y Yakima Laborers Ditch Digger $32.11 7A 2Y Yakima Laborers Diver $33.05 7A 2Y Yakima Laborers Drill Operator (hydraulic, diamond) $32.66 7A 2Y https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/1/2011 Page 4 of 16 Yakima Laborers Dry Stack Walls $32.11 7A 2Y Yakima Laborers Dump Person $32.11 7A 2Y Yakima Laborers Epoxy Technician $32.11 7A 2Y Yakima Laborers Erosion Control Worker $32.11 7A 2Y Yakima Laborers Faller Et Bucker Chain Saw $32.66 7A 2Y Yakima Laborers Fine Graders $32.11 7A 2Y Yakima Laborers Firewatch $30.15 7A 2Y Yakima Laborers Form Setter $32.11 7A 2Y Yakima Laborers Gabian Basket Builders $32.11 7A 2Y Yakima Laborers General Laborer $32.11 7A 2Y Yakima Laborers Grade Checker Et Transit Person $33.05 7A 2Y Yakima (Laborers Grinders $32.11 7A 2Y Yakima (Laborers Grout Machine Tender $32.11 7A 2Y Yakima (Laborers Groutmen (pressure)including Post Tension Beams $32.66 7A 2Y Yakima Laborers Guage and Lock Tender $33.15 7A 2Y 1Q. Yakima Laborers Guardrail Erector $32.11 7A 2Y Yakima Laborers Hazardous Waste Worker (level A) $33.05 7A 2Y Yakima Laborers Hazardous Waste Worker (level B) $32.66 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) $32.11 7A 2Y Yakima Laborers High Scaler $33.05 7A 2Y Yakima Laborers Jackhammer $32.66 7A 2Y Yakima Laborers Laserbeam Operator $32.66 7A 2Y Yakima Laborers Maintenance Person $32.11 7A 2Y Yakima Laborers Manhole Builder-mudman $32.66 7A 2Y Yakima Laborers Material Yard Person $32.11 7A 2Y Yakima Laborers Motorman -dinky Locomotive $32.66 7A 2Y Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $32.66 - 7A 2Y Yakima Laborers Pavement Breaker $32.66 7A 2Y Yakima Laborers Pilot Car $30.15 7A 2Y Yakima Laborers Pipe Layer(lead) $33.05 7A 2Y Yakima Laborers Pipe Layer/tailor $32.66 7A 2Y Yakima Laborers Pipe Pot Tender $32.66 7A 2Y Yakima Laborers Pipe Reliner $32.66 7A 2Y 'Yakima Laborers Pipe Wrapper $32.66 7A 2Y Yakima Laborers Pot Tender $32.11 7A 2Y Yakima Laborers Powderman $33.05 7A 2Y https://fortress.wa.gov/lni/wagelookup/pryWageloolcup.aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 5of16 Yakima Laborers Powderman's Helper $32.11 7A 2Y Yakima Laborers Power Jacks $32.66 7A 2Y Yakima Laborers Railroad Spike Puller - Power $32.66 7A 2Y Yakima Laborers Raker - Asphalt $33.05 7A 2Y Yakima Laborers Re-timberman $33.05 7A 2Y Yakima Laborers Remote Equipment Operator $32.66 7A 2Y Yakima Laborers Rigger/signal Person $32.66 7A 2Y Yakima Laborers Rip Rap Person $32.11 7A 2Y Yakima Laborers Rivet Buster $32.66 7A 2Y Yakima Laborers Rodder $32.66 7A 2Y Yakima Laborers Scaffold Erector $32.11 7A 2Y Yakima Laborers Scale Person $32.11 7A 2Y Yakima Laborers Sloper (over 20') $32.66 7A 2Y Yakima Laborers Sloper Sprayer $32.11 7A 2Y Yakima Laborers Spreader (concrete) $32.66 7A 2Y Yakima Laborers Stake Hopper $32.11 7A 2Y Yakima Laborers Stock Piler $32.11 7A - 2Y Yakima Laborers Tamper &t Similar Electric, Air & Gas Operated Tools $32.66 7A 2Y Yakima Laborers Tamper (multiple & Self- propelled) $32.66 7A 2Y Yakima Laborers Timber Person - Sewer (tagger, Shorer & Cribber) $32.66 7A 2Y Yakima Laborers Toolroom Person (at Jobsite) $32.11 7A 2Y Yakima Laborers Topper $32.11 7A 2Y Yakima Laborers Track Laborer $32.11 7A 2Y Yakima Laborers Track Liner (power) $32.66 7A 2Y Yakima Laborers Truck Spotter $32.11 7A 2Y Yakima Laborers Tugger Operator $32.66 7A 2Y Yakima Laborers Tunnel Work -Miner $33.15 7A 2Y 8�( Yakima Laborers Vibrator $32.66 7A 2Y Yakima Laborers Vinyl Seamer $32.11 7A 2Y Yakima Laborers Watchman $27.52 7A 2Y Yakima Laborers Welder $32.66 7A 2Y Yakima Laborers Well Point Laborer $32.66 7A 2Y Yakima Laborers Window Washer/cleaner $27.52 7A 2Y Yakima Laborers - Underground Sewer General Laborer & Topman $32.11 7A 2Y & Water Yakima Laborers - Underground Sewer Pipe Layer $32.66 7A 2Y & Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.00 1 httm://fortress.wa.gov/lni/wagelookuntarvWagelookumasnx 9/1/2011 Page 6of16 Yakima Lathers Journey Level $37.85 5D 1M Yakima Marble Setters Journey Level $40.03 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journeyman $28.12 6Z 1W Yakima Pile Driver Journey Level $48.19 5A 1M Yakima Plasterers Journey Level $46.63 M, 1R Yakima Playground 8 Park Equipment Journey Level $8.67 1 Installers Yakima Plumbers Et Pipefitters Journey Level $28.75 1 Yakima Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P Yakima Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P Yakima Power Equipment Operators Bobcat $47.12 7A 1T 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $47.12 7A 1T 8P Yakima Power Equipment Operators Brooms $47.12 7A 1T 8P Yakima Power Equipment Operators Bump Cutter $49.90 7A 1T 8P Yakima Power Equipment Operators Cableways $50.39 7A 1T 8P Yakima Power Equipment Operators Chipper $49.90 7A 1T 8P Yakima Power Equipment Operators Compressor $47.12 7A 1T 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 7A 1T 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $47.12 7A 1T 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 7A 1T 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P Yakima Power Equipment Operators Conveyors $49.48 7A 1T 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, or 150' of boom (including jib with attachments); Overhead, $50.94 7A 1T 8P https://fortress. wa. gov/lni/wagelookup/prvW agelookup. aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 7 of 16 https://fortress.wa.gov/lni/wageloolcu-p/pryWagelookup.aspx 9/1/2011 bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A 1T 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $51.51 7A 1T 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators Crusher $49.90 7A 1T 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $49.90 7A 1T 8P Yakima Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Yakima Power Equipment Operators Dozers D-9 a Under $49.48 7A 1T 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P Yakima Power Equipment Operators Drilling Machine $49.90 7A 1T 813 Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $47.12 7A 1T 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco £t Similar Equipment $49.90 7A 1T 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $49.48 7A 1T 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P Yakima Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P Yakima Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. £t Over $50.39 7A 1T 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $49.90 7A 1T 8P Yakima Power Equipment Operators Horizontal/directional Drill $49.48 7A 1T 8P https://fortress.wa.gov/lni/wageloolcu-p/pryWagelookup.aspx 9/1/2011 Page 8 of 16 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Locator Yakima Power Equipment Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $47.12 7A 1T 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 11- 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Yakima Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P Yakima Power Equipment Operators Locomotives, All $49.90 7A 1T 8P Yakima Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P Yakima Power Equipment Operators Mixers: AsphaltPlant$49.90 7A 1T 8P Yakima Power Equipment Operators Motor Patrol Grader - Non- finishing $49.48 7A 1T 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $50.39 7A 1T 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $47.12 7A 1T 8P Yakima F'ower Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A 1T 8P Yakima Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P Yakima Power Equipment Operators Power Plant $47.12 7A 1T 8P Yakima F'ower Equipment Operators Pumps - Water $47.12 7A 1T 8P Yakima F'ower Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A 1T 8P Yakima F'ower Equipment Operators Rigger And Bellman $47.12 7A 1T 8P Yakima F'ower Equipment Operators Rollagon $50.39 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 ti 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 16 Yakima Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $49.48 7A 1T 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $49.90 7A 1T 8P Yakima Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P Yakima Power Equipment Operators Scrapers - Concrete 8 Carry All $49.48 7A 1T 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $50.39 7A 1T 8P Yakima Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 7A 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A 1T 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A 1T 8P Yakima Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P Yakima Power Equipment Operators Spreader, Topsider a Screedman $50.39 7A 1T 8P Yakima Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P Yakima Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P Yakima Power Equipment Operators Tower Crane Over 1751n Height, Base To Boom $51.51 7A 1T 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $50.94 7A 1T 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $50.39 7A 1T 8P Yakima Power Equipment Operators Trenching Machines $49.48 7A 1T 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $49.90 7A 1T 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $49.48 7A 1T 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P Yakima Power Equipment Operators Welder $50.39 7A 1T 8P Yakima Power Equipment Operators . Wheel Tractors, Farman Type $47.12 7A 1T 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P Yakima Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer a Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/1/2011 Page 10 of 16 Yakima Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 11- 8P Underground Sewer a Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $47.12 7A 1T 8P IJnderground Sewer &t Water Yakima Power Equipment Operators- Brooms $47.12 7A 1T 8P IJnderground Sewer a Water Yakima Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P IJnderground Sewer a Water Yakima Power Equipment Operators- Cableways $50.39 7A 1T 8P IJnderground Sewer &t Water Yakima Power Equipment Operators- Chipper $49.90 7A 1T . 8P IJnderground Sewer &t Water Yakima Power Equipment Operators- Compressor $47.12 7A 1T 8P IJnderground Sewer a Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 7A 1T 8P IJnderground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine =laser Screed $47.12 7A 1T 8P IJnderground Sewer a Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 7A 1T 8P IJnderground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P IJnderground Sewer a Water Yakima Power Equipment Operators- Conveyors $49.48 7A 1T 8P IJnderground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P IJnderground Sewer a Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P IJnderground Sewer & Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P IJnderground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $51.51 7A 1T 8P IJnderground Sewer a Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 11 of 16 Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 & Under $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $50.39 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A - 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $50.94 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 549.90 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/1/2011 Page 12 of 16 https://fortress.wa.gov/lni/wageloolcup/prvWagelookup.aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer & Water Yards Yakima Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P IJnderground Sewer Et Water Yakima Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P IJnderground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P IJnderground Sewer &.Water Yakima Power Equipment Operators- Mechanics, All (leadmen = $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P lJnderground Sewer Et Water Yakima Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Grader - Non- finishing $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P Underground Sewer &t Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer & Water Yakima F'ower Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer & Water Yakima F'ower Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P https://fortress.wa.gov/lni/wageloolcup/prvWagelookup.aspx 9/1/2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 s 1 Page 13 of 16 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/1/2011 Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete a Carry All $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $51.51 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $50.94 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 9/1/2011 Page 14 of 16 httns://fortress.wa. 2ov/lni/waeelookun/nrvWaaelookun. asnx 9/1/2011 1 1 1 1 a 1 i 1 1 1 1 1 Underground Sewer Et Water Yakima Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farmalt Type $47.12 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $41.95 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $39.83 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $40.36 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $37.53 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $28.35 5A 4A Trimmers Yakima Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level $36.25 5A 1X Workers Yakima Residential Soft Floor Lavers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $8.67 1 If ire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $8.67 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Funishers Yakima Residential Tile Setters Journey Levet $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level $49.76 5A 1X Yakima Shipbuilding Et Ship Repair Journey Level $8.67 1 httns://fortress.wa. 2ov/lni/waeelookun/nrvWaaelookun. asnx 9/1/2011 1 1 1 1 a 1 i 1 1 1 1 1 1 1 1 1 r t 1 1 1 t f 1 Page 15 of 16 Yakima Sign Makers it Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers (Non- Journey Level $14.65 1 Electrical) Yakima Soft Floor Lavers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $8.67 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $40.03 5A 1M Yakima Street And Parking Lot Journey Level $8.67 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P Yakima Surveyors Chainman $48.96 7A 1T 8P Yakima Surveyors Construction Site Surveyor $50.39 7A 1T 8P Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima Telephone Line Construction - Cable Splicer $34.20 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $32.78 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $34.20 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $34.21 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $31.81 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $31.81 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $18.16 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $28.72 5A 2B Outside Yakima Telephone Line Construction - Television Technician $25.81 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $31.82 5A 2B Outside Yakima Terrazzo Workers Journey Level $31.90 5A 1M Yakima Tile Setters Journey Level $31.90 5A 1M Yakima Tile, Marble Ft Terrazzo Journey Level $27.82 5A 1M Finishers https://fortress.wa.gov/lni/wageloolarp/nryWagelookumasyx 9/1/2011 Page 16 of 16 Yakima Traffic Control Stripers Journey Level $39.90 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Traiter(c.wa- 760) $36.06 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $36.06 61 2G Yakima Truck Drivers Mixer Trucks $36.06 61 2G Yakima -truck Drivers Other Trucks(c.wa-760) ( ) $36.06 61 2G Yakima \Nell Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump Oiler $9.20 1 Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 9/1/2011 1 1 1 1 �i r 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND 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. BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -2- 1 O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE ;� HOURLY RATE OF WAGE. ALL 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. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6.00 PM SATURDAY TO 6.00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 1 1 1 1 1 t 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 /.7. -. 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. 1 1 a BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -3- 1 Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN- HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6.00 P.M. AND 6 00 A.M. AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6.00 PM TO 6.00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10% OVER THE STRAIGHT TIME RATE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 3 A. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. ANY SHIFT BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -4- STARTING BETWEEN THE HOURS OF 6:00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR ($1.00) PER HOUR FOR ALL HOURS WORKED THAT SHIFT. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C HOLIDAYS• NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. 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). 1 1 i rr1 t 1 f 1 1 a BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -5- T PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). V PAID HOLIDAYS: SIX (6) PAID HOLIDAYS 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). E. PAID HOLIDAYS• NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2). G. PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS• NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY T PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). Z HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY 7 A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID HOLIDAYS: PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. E. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -6- SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. F. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. G. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY H. HOLIDAYS NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. HOLIDAYS. NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. J HOLIDAYS: NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY K. HOLIDAYS• NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY L. HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY M. PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY; PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY N HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY WHEN CHRISTMAS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY O. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY 11). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. P. Q HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-2011 THRU 03-02-2012 -7- NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER. 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0.75, LEVEL B• $0.50, AND LEVEL C. $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS• LEVELS A & B• $1.00, LEVELS C & D: $0.50. N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1.00, LEVEL B. $0.75, LEVEL C• $0.50, AND LEVEL D: $0.25 8. P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT• $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50 Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15) MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, •generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined "List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 08/31/2011 Edition, Published August, 2011 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 wii:h an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 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 08)31/2011 Edition, Published August, 2011 2 1 1 1 a t r 1 t 1 1 1 1 1 1 1 1 1 1 t 1 1 a 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, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 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 08/31/2011 Edition, Published August, 2011 4 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. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 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 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37., Steel Sign Post -.Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39, Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X Supplemental to Wage Rates 08/31/2011 Edition, Published August, 2011 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t t 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 08/31/2011 Edition, Published August, 2011 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 08/31/2011 Edition, Published August, 2011 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 fisted 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. Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS FITTER $12.76 LABORER $8.67 MACHINE OPERATOR $12.66 PAINTER $10.20 1 1 1 1 Counties Covered. ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER $12.76 1 LABORER $8.67 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.76 1 Counties Covered: BENTON 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 Supplemental to Wage Rates 9 08/31/2011 Edition, Published August, 2011 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTERNVELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered' CLARK FITTER $31.77 1E 6H LABORER $21.91 1E 6H LA'YEROUT $31.47 1E 6H MACHINE OPERATOR $31.47 1E 6H PAINTER $28.01 1E 6H WELDER $29.59 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25 33 1B 2S FITTER $25.33 1B 2S WELDER $25.33 1B 2S Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $8.67 1 Counties Covered' KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13 04 1 PAINTER $11.10 1 WELDER $15.48 1 1 1 1 1 1 1 1 1 1 1 f 1 Supplemental to Wage Rates 10 08/31/2011 Edition, Published August, 2011 1 i Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.67 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER $16.99 1 LABORER $10 44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 WELDER $16.99 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10 32 1 MACHINE OPERATOR $13.98 1 WELDER $13 98 1 Counties Covered: SNOHOMISH FITTERNVELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered SPOKANE FITTER $12.59 1 LABORER $8.67 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 08/31/2011 Edition, Published August, 2011 METAL FABRICATION (IN SHOP) EFFECTIVE 08/31/2011 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: TH URSTO N FITTER $27.10 2U 6T LAE3ORER $16 91 2U 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T Counties Covered• WHATCOM FITTERM/ELDER $13.81 1 LAE3ORER $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 08/31/2011 Edition, Published August, 2011 f 1 1 1 1 1 1 1 1 1 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08/31/2011 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 JOURNEY LEVEL JOURNEY LEVEL $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8 67 1 Counties Covered. CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL $13.50 1 Counties Covered: FRANKLIN JOURNEY LEVEL $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13 85 2K 5B Counties Covered: PIERCE JOURNEY LEVEL $9.28 1 Counties Covered: SPOKANE JOURNEY LEVEL $20.23 1 Counties Covered: WHATCOM JOURNEY LEVEL $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 JOURNEY LEVEL $8.67 1 Supplemental to Wage Rates 13 08/31/2011 Edition, Published August, 2011 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects 1 t This project is subject to the state hourly minimum rates for wages and fringe benefits in 9 9 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 1 used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or budding 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 'F** 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 1 • 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 08/31/2011 Edition, Published August, 2011 1 1 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 08/31/2011 Edition, Published August, 2011 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to Toad, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12118/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 08/31/2011 Edition, Published August, 2011 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2010\10046\10046b\Spec.docx 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS City of Yakima Project No. 1R2287 HLA Project Number 10046E TABLE OF CONTENTS CONTENTS PAGE NO. SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK 6-3 1-01 DEFINITIONS AND TERMS 6-3 1-02 BID PROCEDURES AND CONDITIONS 6-5 1-03 AWARD AND EXECUTION OF CONTRACT 6-8 1-04 SCOPE OF THE WORK 6-9 1-05CONTROL OFWORK 0'11 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC 6-17 1-08 PROSECUTION AND PROGRESS 6-26 1-09 MEASUREMENT AND PAYMENT 6-31 1-10 TEMPORARY TRAFFIC CONTROL 6-39 2-01 CLEAR|NG, GRUBBING, AND ROADSIDE CLEANUP 6-40 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-41 2-03 ROADWAY EXCAVATION AND EMBANKMENT 6-42 2-04 HAUL 6-44 2-07 WATERING .O-44 2-09 STRUCTURE EXCAVATION 6-45 2-11 TRIMMING AND CLEANUP .845 3-01 PRODUCTION FROM QUARRY AND PIT SITES ..6-45 3-02 STOCKPILING AGGREGATES 6-46 4-04 BALLAST AND CRUSHED SURFACING 6-46 5-03 COLD MIX ASPHALT 6-46 5-04 HOT MIX ASPHALT 6-47 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRWELLS 6-50 7-09 WATER MAINS 6-50 7-12 VALVES FOR WATER MAINS 8-52 7-20 PIPE INSTALLATION REQUIREMENTS 6-53 8-04 CURBS, GUTTERS, AND SPILLWAYS ' — � � — — � � ' --------' ' � � —� � � 6-58 o:\PnmECTS\200\10046\10046bmpec.docx 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS City of Yakima Project No. IR2287 HLA Project No. 10046E The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the following Amendments to the Standard Specifications DESCRIPTION OF WORK City of Yakima Project No. IR2287 Irrigation system improvements including cleaning and inspection of approximately 3,085 linear feet of existing pipes; sliplining approximately 3,085 linear feet of new 10", 4", 3" and 2" HDPE pipe; trenching approximately 3,430 linear feet of new 6", 4" and 3" PVC pipe; installing approximately 103 service connections; installing irrigation diversion box; and modifying existing irrigation vault. Work includes installation of new mainline valves, service valves, and service pipes; connection to existing mainline and service pipes of various materials; abandonment and/or removal of existing pipe, surface restoration including hot mix asphalt, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns; and other related improvements. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2010, 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 interchangeable. Engineer Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 G:\PROJECTS\2010\10046\10046b\Spec. docx 6-3 Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. 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. Alternate Orie 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. G:\PROJ ECTS\2010\10046\10046b\Spec.docx 6-4 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 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. 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 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 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") and Contract Provisions Large plans (22" x 34") and Contract Provisions G:\PROJECTS\2010\10046\10046b\Spec.docx No. of Sets Basis of Distribution 6-5 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. 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 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. 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. The fifth and sixth paragraphs of Section 1-02.6 are deleted. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-6 1-02.7 Bid Deposit Revise the second sentence to read: The proposal bond must be in hard copy 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. Bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal Revise the first paragraph to read. Each proposal shall be submitted in a sealed envelope, with the Prosect 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. Bids will be received at the 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 Revise this section as follows: Revise item 1 to read: a. The bidder is not prequalified when so required; Add Item 2. f. as follows. f. If changes to proposal form entries are not initialized. 1-02.14 Disqualification of Bidders 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; G:\PROJECTS\2010\10046\10046b\Spec.docx 6-7 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 onpast 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 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is Tess than the minimum specified amount, the Contracting Aqency 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 accepted by the Contracting Agency. 1-03.3 Execution of Contract 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. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-8 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. 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 Add the following to the first paragraph: 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). The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of two (2) years 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. 1-03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the superior court of Yakima County, Washington. 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. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda; 2. Proposal Form, 3 Special Provisions; 4. Contract Plans; 5. Amendments to the Standard Specifications; G:\PROJECTS\2010\10046\10046b\Spec.docx 6-9 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 This section is supplemented with the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. 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 This section is supplemented with 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 This section is supplemented with the following• Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-10 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 This section is supplemented with 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 intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08.6. 1-05.3 Plans and Working Drawings Replace the second, third, and fourth paragraphs of Section 1-05.3 of the Standard Specifications with the following: The Contractor shall submit to the Engineer for review and approval, six copies of all Shop Drawings required in the project documents The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable the Engineer to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the G:\PROJECTS\2010\10046\10046b\Spec.docx 6-11 Contract Specifications. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Shop Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Shop Drawing, or other means, that he (the Prime Contractor) has checked the Shop Drawing. The Contractor's stamp of approval on the Shop Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents. Shop Drawings shall be submitted in sufficient time to allow the Engineer not less than 20 working days for review. The practice of submitting incomplete or unchecked Shop Drawings for the Engineer to correct or finish will not be acceptable, and Shop Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form. The Engineer will review with reasonable promptness Shop Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions. When the Shop Drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Shop Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Shop Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Shop Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Shop Drawings. Where a Shop Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer 1-05.3(1) 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 G:\PROJECTS\2010\ 10046\10046b\Spec. d ocx 6-12 1-05.4 Conformity With and Deviation From Plans and Stakes Delete this section and replace it with the following: No construction staking is required for this project. The Contractor shall be responsible for construction staking where deemed necessary by him. 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. 1-05.6(1) Testing (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for placing all materials as required by the Standard Specifications and these Contract Documents All materials testing shall be performed by the Owner to assure compliance with the Specifications. The Contractor shall provide access and equipment (backhoe, etc ) for testing as required. Trench Backfill 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 Roadway embankment compaction shall be as specified in Section 2-03.3(14). Roadway Subgrade' Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Compaction of ballast and crushed surfacing shall be as specified in Section 4-04 3(5). Cement Concrete Curb, Gutter, and Sidewalk Concrete strength cylinders shall be taken and tested as determined by the Owner. Asphalt Paving Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10)B. 1-05.7 Removal of Defective and Unauthorized Work 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, G:\PROJECTS\2010\10046\10046b\Spec.docx 6-13 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 two (2) years 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. The Contractor agrees the above two (2) 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 two (2) years, but prior to the expiration of the legal time period set forth in the laws of the State of Washington 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 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 G:\PROJECTS\2010110046\10046b\Spec. docx 6-14 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 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. 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 G:\PROJ ECTS\2010\10046\10046b\Sp ec.docx 6-15 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. 1-05.15 Method of Serving Notices Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Proiect Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water And Power (New Section) The following new section shall be added to the Standard Specifications: Water 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 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) The following new section shall be added to the Standard Specifications. 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. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws To Be Observed 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. Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialperson) violated a legal requirement. 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 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\2010\10046\10046b\Spec.docx 6-17 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) 1-07.6 Permits and Licenses This section is supplemented with the following: 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. 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section in its entirety and 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. G:\PROJ ECTS\2010\10046\10046b\Spe c. docx 6-18 1-07.17 Utilities and Similar Facilities This section 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 numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. City of Yakima Water Distribution City of Yakima Irrigation City of Yakima Wastewater Pacific Power Charter Communications Cascade Natural Gas Qwest 2301 Fruitvale Blvd., Yakima, WA 98902 2301 Fruitvale Blvd., Yakima, WA 98902 204 W. Pine, Yakima, WA 98901 500 N. Keys Road, Yakima, WA 98901 1005 No. 16th Ave , Yakima, WA 98902 P.O. Box 1286, Yakima, WA 98907 8 S. 2"d Avenue, Yakima, WA 98902 (509) 575-6196 (509) 575-6194 (509) 576-6302 (509) 575-3150 (509) 494-7715 (509) 457-5905 (509) 575-7185 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 or more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One Call 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 organizations, may be doing utility installations within the area The proposed construction work must be coordinated with these utility installations The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the City of Yakima, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc , as "additional insureds" and shall stipulate that the policies named thereon cannot G:\PROJECTS\2010\10046\10046b\Spec.docx 6-19 be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification- "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner. 1. Owners and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 29 08, specifying the Contracting Agency as a named insured. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. 2. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not Tess than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs G:\PROJECTS\2010\ 1 0 04611 0 046 b\Spec. d ocx 6-20 for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. The Contractor is responsible for all his subcontractors' actions and omissions 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Add the following after the third sentence of the second paragraph: Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. Replace item 2. of the second paragraph with the following. 2 Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open 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 Add the following to the third paragraph: The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall. 1. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise,' shall sequence the installation of the new sidewalk to provide access to the business; 2. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; 3. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; 4. Provide temporary sidewalk signs directing pedestrians through the .construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious, and G: \PROJECTS\2010\10046\10046 b\Spec.docx 6-21 5. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. 6. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification 7. Local access shall be maintained to the residents within the project limits at all times. 1-07.24 Rights of Way 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 per Section 1- 07 29 Notifying Property Owners. This includes entry onto easements and private property where customer irrigation systems and connections 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. No vehicles, equipment, supplies or materials may be parked or stored on private property unless a written agreement between the Contractor and property owner is executed and provided to the Engineer prior to construction. 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: G:\PROJECTS\2010\10046\10046b\Spec.docx 6-22 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 take place on private property or 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 48 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification in both English and Spanish. Property Owner Notification requirements shall be coordinated with the Owner. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-23 Water / irrigation Division Working Together Toward Excellence in Service and Quality 2301 Fruitvale Blvd. Yakima, WA 98902 PROPERTY ACCESS NOTIFICATION As part of the General 308 Irrigation System Phase 4 / Stage 2 Improvements Project, the City of Yakima and our contractor will be affecting access in the immediate vicinity of your property from (dates) to The project is currently in the process of replacing the existing irrigation main and service connections in your area. Replacement of the main and services will require excavation in the alley or street adjacent to your property. Although vehicle access and parking may be temporarily restricted near your property during the dates shown above, access by foot will be maintained. If you have any specific concerns regarding access to your property, please contact one of the project representatives listed below: Contact Information • City Project Manager - Mike Shane - 576-6480 or 728-3939 • City Irrigation Supervisor — Alvie Maxey — 575-6194 or 728-2320 • Huibregtse, Louman Associates, Inc. Project Inspector - - 966-7000 • Huibregtse, Louman Associates, Inc. Project Engineer — Mike Battle — 966-7000 Thank you for your patience during this project while we improve the irrigation service to your area! General] 3O Phase 4. /1 Stage 2 trrigatrion Reptacement Projec;t: 1 1 1 t 1 1 1 1 1 1 1 1 Water / Irrigation Division Working Together Toward Excellence in Service and Quality 2301 Fruitvale Blvd. Yakima, WA 98902 PROPERTY OWNER RELEASE FORM / We, , the property owner(s) of (address) Yakima, WA, hereby accept as complete the final restoration of all surfaces, landscaping, and all other minor repairs or replacements made to my property by the City's contractor as part of the City of Yakima's General 308 Irrigation System Phase 4 / Stage 2 Improvements Project (No. IR2287). The restoration, repairs and replacements included the following items: I understand that it will be my responsibility to provide adequate care, such as watering, in maintaining newly established landscaping and lawn installed by the contractor. I understand that the City's contractor is required to provide the City with a Warranty Bond upon final acceptance of the project. If repairs or restoration completed by the contractor on my property as part of the project fail during the stipulated two-year warranty period, the contractor will be required to make additional repairs or replacements as deemed necessary by the City. Signed (Print Name) Date 1-08 PROSECUTION AND PROGRESS The following new section shall be added to the Standard Specifications: 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference 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 preliminary schedule of working drawing submittals; and 2. A list of material sources for approval if applicable. 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 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 1000 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. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-26 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(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. 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 This section is supplemented with 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\2010\10046\10046b\Spec.docx 6-27 1 1 1 1 1 1 r I 1 1 1 � Washington State W. Department of Transportation Request to Sublet Work 0 Subcontractor ❑ Lower Tier Subcontractor ❑ DBE ) Prime Contractor Federal Employer I.D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Unified Business Identifier (UBI) Federal Employer I.D. Number * Address Telephone Number CityState 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 This Request Previous Sublet to Contract % DBE Status Verification Requests %• Date % Project Engineer's Signature ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 Ef Revised 11/2009 Distribution. White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 Progress Schedule Delete the entire section and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. 1-08.4 Prosecution of Work 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 Add the following to the first paragraph. The Contractor is advised that all GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS required to provide customers with unrestricted irrigation water use shall be completed no later than March 9, 2012. Final paving and other repair work may be completed following March 9, 2012, but shall be completed no later than April 13, 2012. 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 G :\ P R O J E CTS\201 O\ 10 046\ 10046 b\Spec . d o cx 6-29 a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment fore 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. 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 sixth paragraph to read• The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Affidavit of Wages Paid 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 e. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension Revise i:he 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. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-30 1 1 1 1 1 1 t 1 r 1 1 1-08.9 Liquidated Damages 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 irrigation system piping improvements are not completed sufficiently to provide unrestricted use by irrigation customers by March 9, 2012, the Contractor agrees to pay the Owner the sum of $1,500.00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date. If unrestricted irrigation use is provided by the date required, but remaining Contract work is not completed by April 13, 2012, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1-08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment This section is supplemented with the following: Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. 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 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 This section is supplemented with 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. 1-09.3 Scope of Payment This section is supplemented with 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. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-31 1-09.3(1) Description of Bid Items (New Section) Add the following: Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the following: 1. The lump sum price bid for "Mobilization" shall be full compensation for all labor, materials, tools, and equipment necessary to mobilize to the project site as defined in the Standard Specifications. Payment will be made in accordance with the Standard Specifications. 2. The lump sum price bid for "Project Temporary Traffic Control", shall be full compensation for all labor, materials, tools, and equipment necessary to provide Traffic Control Plans and traffic control for all project areas, as defined in SECTION 1-10 Temporary Traffic Control. 3. The lump sum price bid for "Clearing and Grubbing", shall be full compensation for all labor, materials, tools, and equipment necessary for removal and replacement of fences, removal, protection, and replacement of landscaping including shrubs, bushes, and plants, removal of trees and root balls, including backfill and compaction of imported top soil, removal of all surfaces encountered as required to accomplish the construction, removal of deleterious materials found during excavation and potholing, removal of existing irrigation diversion boxes as shown on plans, including hauling to and disposal at an approved waste site. 4. The unit price bid for "Pipe Cleaning and Inspection", per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to locate, inspect, and clean existing irrigation pipes including, but not necessarily limited to, cleaning all sand, silt, gravel, or other material from existing irrigation mains, de -rooting, removal and disposal of debris or obstructions, providing televised pipe inspection and providing a DVD tape recording and log of the inspection for review by the Owner. 5. The unit price bid for "Abandon Irrigation Valve", per each, shall be full compensation for all labor, materials, tools, and equipment for abandoning existing irrigation mainline valves outside of trenches as shown on the Plans including, but not necessarily limited to, excavation, dewatering, closing existing irrigation valve, removal of existing valve box, select backfill and compaction of select material, placing and compacting HMA as shown on the Plans and specified herein. 6. The unit price bid for "Unclassified Excavation Including Haul", per cubic yard, shall be full compensation for all labor, tools, materials, and equipment necessary to complete this item as specified and as shown on the Plans including, but not necessarily limited to, sawcutting, excavation, removal and disposal of existing roadway or alley materials of whatever nature encountered, and preparation, grading and compaction of the roadway subgrade. 7 The unit price bid for "Access Pit", per each, shall be full compensation for all labor, materials, tools, and equipment necessary to construct launching and receiving access pits and prepare for insertion of liner pipe, including, but not necessarily limited to, sawcutting, excavation, removal and disposal of existing asphalt concrete surfacing from public or private property, dewatering, removal and disposal of existing pipe and materials, all equipment, equipment set-up and removal, temporary closures and reinstatements of the pit, connection of new piping to existing piping and vaults, grout, plugging abandoned pipes, backfill, compaction and final site grading in the vicinity. 8. 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 irrigation piping of various materials and diameters including, but not necessarily limited to, potholing, preparing receiving pipe, pipe, fittings, fusing equipment, technical service, pipe connections, concrete blocking and testing as shown on the Plans and specified herein. This item also includes furnishing and installing all pipe and fittings for blow - offs on HDPE irrigation mains. G:\PROJECTS\2010\ 10046\10046 b\Sp ec. docx 6-32 1 1 1 1 1 1 1 1 1 1 1 9. The unit price bid for "Irrigation Diversion Box", per each, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the irrigation diversion box including, but not necessarily limited to, sawcutting, excavation, removal of existing vault, removal of existing pipe, crushed surfacing top course, vault, riser extensions, locking hinged vault cover, coring vault for pipe penetration, pipe bedding, link -seal and grout, backfill, compaction, and concrete slabs as shown on the Plans and specified herein. 10. The unit price bid for "Irrigation Vault Modification", per each, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the vault cover including, but not necessarily limited to, sawcutting, excavation, removal of existing vault cover and castings, protection of existing equipment within vault, adjustment of electrical conduits within vault, locking vault cover, shims and risers, backfill, crushed surfacing base course, compaction, and hot mix asphalt as shown on the Plans and specified herein. 11. The lump sum price bid for "Shoring or Extra Excavation", shall be full compensation for all labor, equipment, tools, and materials required to construct the shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, and compaction, as shown on the Drawings and as specified herein. When extra excavation is used by the Contractor in lieu of constructing the shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional excavation, backfill, compaction, and other work required. If select backfill material is required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 12. The unit price bid for "Trench -Inch PVC Pipe", per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the PVC pipe and fittings including, but not necessarily limited to, sawcutting, trench excavation, removal of existing pipe, removal of existing valves and valve boxes within trench, plugging and abandoning existing irrigation mains where shown on Plans, dewatering, laying and joining the pipe and fittings, pipe zone bedding, connections to new and existing pipes, detectable marking tape, native backfill and compaction, concrete blocking, and testing as shown on the Plans and specified herein This item also includes furnishing and installing all pipe and fittings for blow -offs on PVC irrigation mains. 13. The unit price bid for "_-Inch Gate Valve", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the gate valve in place including, but not necessarily limited to, sawcutting, excavation, dewatering, connection to piping, backfill and compaction, as shown on the Plans. 14 The unit price bid for "3/4 -Inch Service Connection for PVC", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service connection saddle including, but not necessarily limited to, sawcutting, excavation, dewatering, preparation and connection to the PVC irrigation main, fittings, connection to the new service lateral, backfill, compaction and testing. 15. The unit price bid for "3/4 -Inch Service Connection for HDPE", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service connection saddle including, but not necessarily limited to, sawcutting, excavation, dewatering, preparation and fusion connection to the new HDPE irrigation main, fusing equipment, technical service, testing, connection to the new service lateral, backfill, compaction and testing. 16. The unit price bid for "1 -Inch Service Connection", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service connection saddle including, but not necessarily limited to, sawcutting, excavation, dewatering, preparation and connection to the irrigation main, fittings, connection to the new service lateral, backfill, compaction and testing. G:\PROJECTS\2010\ 10046\10046 b\Spec. docx 6-33 17. The unit price bid for " -Inch Service Lateral", per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install irrigation service pipe including, but not necessarily limited to, sawcutting, excavation, removal and disposal of existing asphalt concrete surfacing from public or private property, dewatering, removal and disposal of existing service valve and piping, locating wire from service saddle to service valve, protection of existing service piping into private property, confirming existing customer service piping with compressed air prior to making connection, connection to new and existing customer service piping, native backfill where select backfill is not required, and compaction. 18. The unit price bid for "_-Inch Service Valve", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the service valve matching the size of the service connection in place or as specified on the Plans including, but not necessarily limited to excavation, dewatering, connection to service lateral, backfill and compaction, as shown on the Plans. 19. The unit price bid for "_-Inch Service Riser", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the service riser in place including, but not necessarily limited to, sawcutting, excavation, dewatering, connection to service lateral, backfill and compaction, as shown on the Plans. 20. The unit price bid for "Type 1 Valve Box", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new cast iron valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, backfill, compaction, adjustment to grade, valve box collar, concrete and HMA as shown on the Plans and Details. 21 The unit price bid for "Type 2 Valve Box", per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new PVC valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, backfill, compaction and adjustment to grade, as shown on the Plans. Iron valve caps to be provided by the City. 22. The unit price bid for "Cold Mix Asphalt", per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish, install and maintain the materials to the compacted depths shown on the Plans including, but not necessarily limited to, compacting sub -base material, placing cold mix asphalt, compacting, trimming, sloping, tack coat, adjustment of utility castings, or any other work required to complete the temporary surfacing repair, in place. The Contractor shall repair and maintain all paved trench locations with cold mix asphalt until HMA becomes available. 23 The unit price bid for "Trench Repair, Type ", per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, removal and disposal of existing asphalt concrete surfacing from public or private property, removal and disposal of cold mix asphalt, surface preparation, placing hot mix asphalt, compacting, trimming, sloping, tack coat, adjustment of utility castings, or any other work required to complete the surfacing repair, in place. 24. The unit price bid for "HMA Cl. 3/8" PG 64-28", per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, compacting sub -base material, placing asphalt, compacting, trimming, sloping, tackcoat, adjustment of utility castings, or any other work required to complete the surfacing repair, in place. 25. The unit price bid for "Gravel Surfacing Repair", square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install crushed surfacing top course to the compacted depths shown on the Plans including, but not necessarily limited to, surface preparation, furnishing and placing aggregate, spreading, shaping, watering, compacting, and any other work required to complete the surfacing repair, in place. G:\PROJEC1 S\2010\10046\10046b\Spec.docx 6-34 1 1 t 1 1 1 1 1 1 1 1 1 1 1 26. The unit price bid for "Sodded Lawn Repair", per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new sod, including, but not necessarily limited to, grading, surface preparation, fertilizing, placing sod, and monitoring the newly placed sod area for three weeks following completion. 27. The unit price bid for "Cement Concrete Curb and Gutter," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new cement concrete curb and gutter, including, but not necessarily limited to, sawcutting, removal and disposal of existing curb and gutter, surface preparation, placement of aggregate base, placement of cement concrete curb and gutter, rebar in depressed sections, finishing, jointing, and curing. 28. The unit price bid for "Concrete Slab, _-Inch Thick", per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new concrete slab including, but not necessarily limited to, sawcutting, removal and disposal of existing concrete surfacing from public or private property, surface preparation, furnishing and placing aggregate base, placement of cement concrete, rebar (6" slabs), finishing, jointing and curing. 29. The unit price bid for "Crushed Surfacing Base Course", per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the aggregate material under new asphalt pavement in roads and alleys including aggregate materials, placing, watering, and compacting, at locations shown on the Plans, and as directed by the Owner 30. The unit price bid for "Select Backfill, as Directed" per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install imported crushed rock material for backfill on all transverse trenches including service laterals and irrigation mains, placing and compacting, at locations shown on the Plans, and as directed by the Engineer. 31. For the bid item "Minor Change", refer to Section 1-04.4(1) Minor Changes of the Technical Specifications. 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 Supplement this section with the following' The 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\2010\10046\10046b\Spec.docx 6-35 1-09.9 Payments 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 conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress 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 approved 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. 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 three (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 G:\PROJECTS\2010\10046\10046b\Spec.docx 6-36 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 determining progress payments This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-09.9(1) Retainage Add the following to the fourth paragraph: 6. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts (New Section) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39 12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated 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. b c. d e. f. 9 Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions Failure of the Contractor to protect survey stakes, survey work as required by Section 1-05.4 Failure of the Contractor to correct defective or unauthorized work (Section 1-05.7). 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 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. Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. Failure of the Contractor to submit and Section 1-08.3. markers, etc , or to provide adequate obtain approval of a progress schedule per 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. G:\PROJ ECTS\2010\10046\10046b\Spec.d ocx 6-37 Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period. 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) Final Payment (New Section) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12 040 certifying that the Contractor and subcontractors have paid not 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. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington. 1-09.13(3) Claims $250,000 or Less 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, G:\PROJECTS\2010\10046\10046b\Spec.docx 6-38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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(2) Description Revise the third 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 1-10.2(1)B Traffic Control Supervisor This section 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 Ave Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans This section is supplemented with the following: The Contractor shall be required to prepare traffic control plans required to complete the work. The Contractor shall designate a Traffic Control Supervisor (TCS) who shall prepare signing plans 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 G:\PROJ ECTS12010110046\10046b\Spec.docx 6-39 review no later than the preconstruction conference date. This project requires a full-time TCS who does not have other duties on the project. Work may not proceed in the absence of the TCS. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan. The signing plans shall be prepared by a Traffic Control Supervisor and 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. If the construction, repair, or maintenance work includes or uses grooved pavement, abrupt lane edges, steel plates, or gravel or earth surfaces, the construction, repair, or maintenance zone shall be posted with signs stating the condition, as required by current law, and in addition, must warn motorcyclists of the potential hazard. The sign shall include at least the following language: "MOTORCYCLES USE EXTREME CAUTION". 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 This section 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: The Contractor may be required to clear and grub beyond the right-of-way line, where specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All work beyond the right-of-way line shall be coordinated with affected property owner(s) per Section 1- 07.24 Rights of Way. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all fences, mail boxes, small trees, shrubs, plants, 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. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-40 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2-01.3(2) Grubbing This section is supplemented with 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 This section is supplemented with the following: Roadside cleanup shall include all project areas outside of the road right-of-way, including utility easements and private property, as shown on the Plans. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2-01.3(5) Fencing (New Section) The following new section shall be added to the Standard Specifications: 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: All costs incurred to complete the requirements of SECTION 2-01, including partial roadside cleanup, will be considered as incidental work to the lump sum bid item "Clearing and Grubbing". 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures This section is supplemented with the following: Where structures or installations of concrete, brick, blocks, etc., interfere with the construction, they shall be removed and any pipe openings shall be properly plugged watertight with Class 3000 G:\PROJECTS\2010\10046\10046b\Sp a c.docx 6-41 concrete, or with mortar and masonry, blocks, or brick. The removal and plugging of pipes shall be considered as incidental to the construction and costs thereof and shall be included in other items of work. Where structures are removed, the voids shall be backfilled with suitable, job -excavated material and compacted, and such work shall be considered as incidental to the removal work. If the Engineer determines the job -excavated material to be unsuitable for backfill, the Contractor shall place ballast or crushed surfacing material as directed by the Engineer. 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 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 precautions 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description This section is supplemented with the following: Roadway excavation shall consist of removing the existing material of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross-section shown on the Plans or as staked in the field. The material to be excavated shall be classified as "Unclassified Excavation Including Haul." Where directed by the Engineer, the Contractor shall excavate beyond the right of way in order to adequately slope adjacent properties. No additional compensation will be made for excavating outside the right of way. The Contractor shall use caution while performing roadway excavation. Heavy, rubber -tired equipment, particularly front end loaders, shall limit their travel over a single area as much as possible. Trucks shall observe a 10 mph speed limit when traveling over exposed subgrade areas. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-42 1 1 1 1 A 1 1 1 1 1 1 1 1 1 1 1 2-03.3(3) Excavation Below Grade This section is supplemented with the following: At the direction of the Engineer, areas within the street subgrade which exhibit instability due to high moisture content shall be: 1. Aerated and allowed to dry' 2. Over -excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing base course The contractor may be instructed to install construction geotextile for soil stabilization in the excavation; 3. Or a combination of any of the above. Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Including Haul" and Crushed Surfacing Base Course" and applying the unit bid price. No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General This section is supplemented with the following: Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material back of new sidewalk, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. Any material hauled from the project for disposal in unincorporated Yakima County will be subject to the requirements of the Yakima County Excavation and Grading Ordinance. All costs incurred by the Contractor to obtain a Grading Permit shall be included in the various Unit Bid Prices, and no further payment shall be made. The Yakima County Excavation and Grading Ordinance may be reviewed in the County Public Services Dept., 4th Floor, Yakima County Courthouse. 2-03.3(14)C Compacting Earth Embankments This section is supplemented with the following. Compacting embankments and excavations shall be by Method "B" as specified under Section 2- 03.3(14)C of the Standard Specifications. 2-03.3(14)D Compaction and Moisture Control Tests This section shall be revised as follows: Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs G:\PROJECTS\2010\10046\10046b1Spec.docx 6-43 associated with failed tests/testing shall be the responsibility of the Contractor Placement of courses of aggregate shall not proceed until density requirements are met. 2-03.4 Measurement This section is supplemented with the following: "Unclassified Excavation including Haul" will be measured by the cubic yard: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this Contract, and the alignment, profile, grade, and roadway section as shown on the Plans and as staked by the Engineer Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankment. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. 2-03.5 Payment This section is supplemented with the following : Payment shall be made per Section 1-09.3(1) Description of Bid Items. 2-04 HAUL 2-04.5 IPayment Delete this Section and replace it with the following: All haul of materials on this project is incidental to and included in other pay items of work. 2-07 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. 2-07.5 Payment Delete this section and replace it with the following: Payment for water used for dust control, compaction, processing of base course and top course aggregates, and for other work shall be included in the other bid items involved. No further payment shall be made. G: \P R OJ E CT S\2010\ 10046\ 10046 b\S p e c. d o cx 6-44 2-09 STRUCTURE EXCAVATION 2-09.3(3)D Shoring and Cofferdams Replace the fifth paragraph with the following: The design of structural shoring or cofferdams shall be by an engineer employed by the Contractor and licensed in the State of Washington to perform such work. The Project Engineer will not review or approve submittals. 2-09.3(4) Construction Requirements, Structure Excavation, Class B Delete the fourth paragraph and the last two sentences of the fifth paragraph. 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 No separate measurement shall be made for "Shoring or Extra Excavation". 2-09.5 Payment This section is supplemented with the following: Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per lump sum. Payment shall be per Section 1-09.3(1) Description of Bid Items. 2-11 TRIMMING AND 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 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 construc- tion 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\2010\10046\10046b\Spec.docx 6-45 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: Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D698 (Standard Proctor). 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 failed 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. 4-04.4 Measurement This section is supplemented with the following: Aggregates to be paid by the ton shall not be placed in stockpiles. 5-03 COLD MIX ASPHALT (NEW SECTION) 5-03.1 Description This work shall consist of providing and placing one (1) or more layers of cold mix asphalt on a prepared foundation or base in accordance with these specifications and the lines, grades, thicknesses, typical cross-sections, and details shown on the Plans. No area requiring cold asphalt trench repair shall remain unpaved for more than five (5) working days following the initial excavation, unless otherwise directed by the Engineer. 5-03.2 Materials Cold mix asphalt used on this project shall be proposed by the Contractor and approved by the Engineer. The Contractor shall use polymer -modified high-performance cold asphalt, cold plant mix recycling asphalt or cold in-place recycling asphalt. Aggregates used for cold mix asphalt shall meet the gradations in Section 9-03.8 for Class 3/8". 5-03.2(11) General Cold mix asphalt shall be designed for potholes, utility cuts, joint repair, and small overlays. It shall be designed for application in temperature ranges between 20 degrees Fahrenheit to 100 degrees Fahrenheit. The mixture shall provide coating, workability and adhesion characteristics during cool to hot as well as wet or dry climate conditions. 5-03.2(2) Liquid Asphalt Blend The liquid asphalt component used shall be a PG 58-22 conforming to the specifications of the Washington State Department of Transportation, a diluent which complies with the requirements and application specifications of the American Petroleum Institute (API), and a polymer additive of high quality G:\PROJECTS\2010110046\10046b\Spec.docx 6-46 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 that improves cohesion and adhesion properties and is capable of passing AASHTO-T-182 as modified herein. 5-03.3 Storage and Handling Requirements When using polymer -modified high-performance cold asphalt, Cold mix asphalt shall be stockpiled at the Contractor's provided and secured location according to the following requirements A. Stockpiles shall not exceed 10 feet in height or be less than 6 feet in height. B Stockpiles shall not exceed 50 tons and shall be fully utilized on the project within two months from the initial stockpile date. Cold mix material stockpiled for longer than 60 days shall not be used on the project. C. All stockpiles under 50 tons shall be fully covered to extend the life of the material. D. All stockpiles shall be fully mixed at least once every 20 calendar days. 5-03.4 Spreading, Finishing and Compaction The mixture shall be laid upon an approved, compacted, unyielding base. The nominal compacted depth of any layer of cold mix asphalt shall not exceed 2 inches, and shall be compacted with a vibratory steel wheel roller. Where a vibratory steel wheel roller will not fit into the trench on the first lift, a plate compactor may be used. A vibratory steel wheel roller shall be used on the top lift of all trenches. 5-03.5 Payment Measurement and Payment shall be per Section 1-09.3(1) Description of Bid Items, for "Cold Mix Asphalt". 5-04 HOT MIX ASPHALT 5-04.1 Description Add the following: An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. The Contractor will be required to re -pave existing street and alley surfaces at locations shown on the Plans where utility trenches were excavated and backfilled prior to or along with this project. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to existing adjacent elevations and the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications 5-04.2 Materials This section is supplemented with the following. Hot mix asphalt (HMA) used on this project shall be HMA Class 3/8" PG 64-28 conforming to the provisions of SECTION 5-04 of the Standard Specifications. 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. G:\PROJECTS\2010\10046\10046 b\Spec. do cx 6-47 5-O4.3(5)A Preparation of Existing Surface This section is supplemented with the following: 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. 5-04.3(5)E Pavement Repair This section is supplemented with the following: After the completion of paving and trench 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" PG 64-28" or "Trench Repair, Type ", whichever is applicable. 5-O4.3(7)A1 General This section is supplemented with the following: The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving. 5-04.3(8)A1 General Delete this section and replace it with the following: 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 cornmercial 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. 5-04.3(8)A5 Test Results Delete the first paragraph and replace it 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 This section is supplemented with the following: Unless otherwise approved by the Engineer, the nominal compacted depth of any layer of HMA shall not exceed 0.25 feet. 5-04.3(10) Compaction 5-O4.3(10)B Control Delete this section and replace it with the following: Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice density, ASTM D2O41. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-48 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-04.3(11) Reject HMA This section is supplemented 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 CI 3/8" PG 64-28" or "Trench Repair, Type " 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" PG 64-28 ,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 for "HMA CI 3/8" PG 64-28" or "Trench Repair, Type ", whichever is applicable. 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. 5-04.3(17) Paving Under Traffic Delete the following in the fifth paragraph: "except the costs of temporary pavement markings" 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: Payment shall be per Section 1-09.3(1) Description of Bid Items. G:\PROJECTS\2010\10046\10046b1Spec.docx 6-49 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 7-05.3(1) Adjusting Manholes and Catch Basins To Grade This section is supplemented with the following: The Contractor shall establish reference points for the center of each utility appurtenance before their removal for the purpose of relocation for final adjustment to final grade. 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. Adjustment work shall be completed within five (5) working days following paving. 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 two (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, 2 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. 7-05.5 Payment This section is supplemented with the following: Payment shall be per Section 1-09.3(1) Description of Bid Items. 7-09 WATER MAINS 7-09.1 Description Add the following: This work shall consist of constructing both PVC and HDPE irrigation lines in accordance with the Plans and Specifications. G:\P ROJ E CTS\2010110046\ 10046b\Spec.d ocx 6-50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7-09.1(1)C Gravel Backfill For Pipe Zone Bedding Add the following: Imported pipe zone bedding for flexible pipes (PVC and HDPE) shall be imported crushed surfacing top course meeting the requirements of Section 9-03.9(3), and shall be placed and compacted in layers as designated by the Engineer. Pipe zone bedding for rigid pipes shall be native or imported crushed surfacing base course meeting the requirements of Section 9-03 9(3), or as approved by the Engineer 7-09.1(1)E Trench Backfill Add the following: 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. 7-09.2 Materials Revise this section as follows: Polyethylene Pressure Pipe (HDPE) see SECTION 7-20 Polyvinyl Chloride Pressure Pipe (PVC) PVC pipe 8 -inches and over shall meet the requirements of ANSI/AWWA 0900 and shall have minimum wall thickness equal or greater than a standard dimension ratio (SDR) of 18. Joints shall meet the requirements of ASTM D 3139 using a restrained rubber gasket meeting the requirements of ASTM F 477 PVC pipe 6 -inches and under shall meet the requirements of ASTM 2241 and shall have minimum wall thickness equal or greater than a standard dimension ratio (SDR) of 21. Joints shall meet the requirements of ASTM D3139 using a restrained rubber gasket meeting the requirements of ASTM F477. Bedding Materials (Flexible Pipes) 9-03.9(3) Top Course Bedding Materials (Rigid Pipes). 9-03.9(3) Base Course Imported Select Backfill . .. 9-03.9(3) Base Course 7-09.3(9) Bedding the Pipe The first sentence shall be replaced with the following Bedding material shall be imported pipe bedding meeting the requirements of Section 7-09.2 of these Special Provisions. 7-09.3(10) Backfilling Trenches Add the following: Street crossing trenches, transverse service lateral trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with imported select backfill meeting the requirements of Section 7-09.2 of these Special Provisions. When a trench is not backfilled the day of pipe installation, the Contractor shall cover trenches overnight with steel plating, leaving no trenches open. Barricades and/or warning tape will not be acceptable. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-51 7-09.3(11) Compaction of Backfill Delete the first paragraph and add 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 by the Owner at various depths in the trench, as required. 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 to the other bid items All costs associated with failed tests shall be the responsibility of the Contractor. 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 three 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. 7-09.4 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 Details in 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• Payment shall be per Section 1-09.3(1) Description of Bid Items. 7-12 VALVES FOR WATER MAINS 7-12.2 (Materials Add the following: Gate Valves: All gate valves size 2 -inch and larger shall be resilient seated gate valves conforming to the latest AWWA Standard C 509. Valves shall be Mueller, Dresser, Clow, or equal. Gate valves shall have non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-52 1 1 1 i i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Valve Boxes. The top section of the valve boxes shall be Olympic Foundry 940-A, or approved equal, 8 inches high. The bottom section shall be Olympic Foundry 940, or equal, 36 inches high; extension sections shall be Olympic Foundry 940R 12, or equal, 12 inches high 7-12.3 Construction Requirements Add the following: 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: Payment shall be per Section 1-09 3(1) Description of Bid Items. 7-20 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 and PVC piping. These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is the rehabilitation of the existing irrigation system piping to provide leakproof, pressurized irrigation service. Therefore, the precise materials and the methods outlined are not described in detail in the following Sections. All materials and methods used shall be approved by the Engineer, prior to beginning work. 7-20.2 Materials Polyvinyl Chloride Pressure Pipe (PVC) shall comply with SECTION 7-09 Water Mains. Hiqh Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 4710 polyethylene resin. The Standard Dimension Ratio (SDR) shall be SDR 13.5 for pipe sizes 12 -inch diameter and smaller. Pipe material shall be provided in straight segments and no coiled pipe' will be allowed. Pipe material shall be provided such that the pipe cross- section is uniformly round. No out -of -round pipe shall be used on the project. 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. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-53 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 8137 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 cross-section shape. 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 irrigation 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 irrigation system pipes including the removal of all debris, roots, solids, sand, rock, etc., from the existing irrigation lines. The existing irrigation mains shall be cleaned using mechanical, hydraulically -propelled, and/or high velocity cleaning equipment. The cleaning process shall remove all debris from each irrigation main segment. All cleaning equipment and devices shall be operated by experienced personnel. Satisfactory precautions shall be taken to protect the irrigation mains from damage that might be inflicted by the improper use of the cleaning process equipment. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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)B Inspect Existing Pipe The Contractor shall be required to furnish all labor, materials, and equipment necessary for television inspection and video recording operations. The Contractor shall provide a DVD recording and Togs of the televised inspection for review by the Engineer a minimum of 72 hours prior to sliplining work. If the Contractor provides a video recording of such poor quality that it cannot be properly evaluated, the Contractor shall re -televise as necessary and provide a video of good quality at no additional cost to the Owner. No sliplining shall take place until videos have been reviewed by the Engineer and written approval has been provided to the Contractor. The television unit shall have the capability of displaying in color, on DVD, pipe inspection observations such as changes in alignment, pipe defects, sags, points of root intrusion, offset joints, service connection locations, and any other relevant physical attributes. Each DVD shall be permanently labeled with the following: project name; date of television inspection; location and size of irrigation main; street/easement location; name of Contractor; date video submitted; and video number. The Contractor shall provide a line diagram area sketch and written log for each completed segment of televised irrigation main describing the section being televised, camera direction, position of service connections, description and location of failures, pipe type and condition, weather conditions, and other significant observations. The television inspection equipment shall have an accurate footage counter which displays on the monitor the exact distance of the camera from the center of the starting point. A camera with rotating and panning lens capabilities is required. The camera height shall be centered in the conduit being televised The speed of the camera through the conduit shall not exceed 40 feet per minute. There may be occasions during televised inspection when the camera will be unable to pass an obstruction. At that time, and prior to proceeding, the Contractor shall contact the Owner's project observer If the length of irrigation main cannot be televised due to obstruction, the Contractor shall clean the system as is necessary. If, in the opinion of the Owner's project observer, the obstruction is attributed to blockage non -removable by cleaning, televising shall be suspended, payment shall be made based on the actual televised length, and the remaining televising of irrigation piping shall be continued upon successful correction of the; blockage by the Contractor. No additional payment shall be made for additional setups required due to obstructions encountered during televising No separate payment will be made for any excavations or any other method which may be required to retrieve video equipment that may have been hung up, destroyed, and/or lost during the operation. 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 and televising work, including existing service connections, prior to sliplining work. At existing service connections, the Contractor shall excavate and remove the existing service connections from the existing irrigation main. If a new service connection is proposed for the location, the Contractor shall remove a minimum two (2) foot section of the existing main, centered on the location of the proposed service connection. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-55 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 -F585. 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 and certified within the past 12 months Copies of certifications shall be provided to the Engineer prior to construction. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure. The Contractor shall maintain a log of all fusion activity on the project. At a minimum, the fusion log shall indicate the following parameters: Name of technician, plan location, time, ambient temperature, fusion temperature, fusion pressure, fusion duration, and cool -down time. 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 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)D 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 G:\PROJECTS\2010\10046\10046b\Spec.docx 6-56 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 pulled HDPE 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)E Insertion or Access Pits The Contractorshall 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 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 The top of the existing irrigation main shall be exposed to the spring line and the crown of the pipe shall be removed for the full length of the insertion pit. Care shall be taken not to disturb the bottom portion of the existing irrigation main. 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 Service Connections New irrigation service connections shall be made at locations as shown on the Plans or as otherwise directed by the Owner. All existing and new service connections shall be identified and located prior to pipe rehabilitation work. All existing service connections shall be removed in entirety from the existing main and all locations requiring new service connection shall be prepared by removing a minimum of a 2 - foot section of the existing main, centered on the location of the proposed service connection, prior to the pipe rehabilitation work. The Contractor shall allow a sufficient pipe relaxation period, as recommended by the pipe manufacturer, but not less than two hours, following the insertion of the liner pipe prior to completing new service connections. Service connections for HDPE pipe shall be manufactured by Friatec or approved equal and shall be installed by fusion of service saddles onto the new HDPE irrigation pipe according to manufacturer's recommendations. Service connections for PVC pipe shall be Romac style 101S with stainless steel straps and Ford C86-33 coupling, or approved equal. Service saddles shall provide a 3/4 -inch service G:\PROJECTS\2010\10046\10046b\Spec.docx 6-57 and shall match the size and type of pipe of the new irrigation main. A mechanical -assist tool shall be used to fuse saddles to new HDPE irrigation pipe and all fusing shall be done in strict accordance with the pipe manufacturer's recommendations. Holes made in the HDPE irrigation main for services shall be full circle, made with a hole saw, and match the service size (i.e. 3/4" hole for 3/4" service, etc.). All service coupons shall be retained. Following sufficient cooling time, all service saddle connections shall be pressure tested by the Contractor and approved by the Owner prior to tapping the main, completion of the service, and backfilling operations. The Contractor shall prove new service connections are connected to the intended private irrigation system using compressed air, or other method as proposed by the Contractor and approved by the Engineer. The Contractor shall disconnect existing service lines where new service locations are installed as shown on the Plans. Where adjacent property owners connected irrigation services to existing customer service piping, the Contractor shall disconnect these services. The Contractor shall record existing service valve position (On/Off) on a set of record drawings prior to removal and the Contractor shall return new valve to original position after pressure testing and acceptance. These record drawings shall be provided to the engineer upon completion of the project.. 7-20.3(2)G Leak Testing Pressure testing HDPE pipe shall be conducted in accordance with ASTM F2164, Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic Pressure. All pipes (both PVC and HDPE) 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 within 5% of the test pressure for one hour. The service shall pass if the final test pressure maintains for a minimum of 10 minutes. For safety reasons, hydrostatic testing only will be used. The Contractor shall maintain a log of all pipe and service testing on the project. At a minimum, the testing log shall indicate the following parameters: Name of technician, time, test pressure, test duration, and whether the test passed or failed. 7-20.4 Measurement and Payment Measurement and payment shall be per Section 1-09.3(1) Description of Bid Items. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following: Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Details in the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Details shall be used on the roadway Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Details shall be used at all driveway and wheelchair ramp locations as directed in the field by the Engineer. Any cement concrete curb and gutter installed by the Contractor not complying 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 G:\P ROJ ECTS\2010\10046\10046 b\Spec.docx 6-58 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 10 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 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: Payment shall be per Section 1-09.3(1) Description of Bid Items. 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 This Section is supplemented with the following: Payment shall be per Section 1-09 3(1) Description of Bid Items. G:\PROJECTS\2010\10046\10046b\Spec.docx 6-59 APPENDIX A AMENDMENTS TO THE 2010 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2010\10046\10046 b\S pe c. d ocx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2010 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. 'For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 SECTION 1-01, DEFINITIONS AND TERMS 18 August 2, 2010 19 1-01.2(1) Associations and Miscellaneous 20 The abbreviation, and definition "AREA American Railway Engineering Association" is 21 replaced with the& following: 22 23 AREMA !American Railway Engineering and „Maintenance Association 24 25 1-02.AP1 26 SECTION 1-02, BID PROCEDURES AND CONDITIONS 27 July 11, 2011 28 1-02.5 Proposal Forms 29 The first paragraph is revised to read: 30 31 At the request of a prequalified Bidder; the Contracting Agency will provide a physical 32 Proposal Form for any project on which the Bidder is eligible to Bid. For certain projects 33 selected' at the sole discretion of the Contracting Agency, the Bidder may also be 34 authorized to access an electronic Proposal Form for submittal via Trns•Port Expedite® 35 software and BiclExpress®. 36 37 1-02.6 Preparation of Proposal 38 The first paragraph is revised t� read; 39 40 The Contracting Agency will -accept only those Proposals properly executed on physical 41 forms it provides,. or electronic forms that the bidder has been authorized to access. 42 Unless it approves in writing, the Contracting Agency will not accept Proposals on forms 43 attached to the Plans and .stamped "Informational". 44 45 The second paragraph is. revised to read: 46 47 Al! prices shall be in legible figures (not words) written in ink or typed, and expressed in 48 U.S. dollars and cents. The Proposal shall include: 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 1 1 1. A unit price for each item (omitting digits more than four places to the right of 2 the decimal point), 3 4 2. An extension for each unit price (omitting digits more than two places to the 5 right of the decima l point), and 6 7 3. The total Contract price (the sum of all extensions). 8 9 In the space provided on the signature sheet, the Bidder shall confirm that all Addenda 10 have been received. 11 12 The third paragraph is revised to read: 13. 14 The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprises 15 (DBE) Utilization Certification, when required by the Special Provisions: For each and 16 every DBE firm listed on the Bidder's completed DBE Utilization Certification, the Bidder 17 shall submit written confirmation from that DBE firm that the DBE is in agreement with 18 the DBE participation commitment that the Bidder has made in the Bidders completed 19 DBE Utilization Certification: WSDOT Form 422-031 EF (DBE. Written. Confirmation 20 Document) is available for this purpose. Bidder must submit good faith effort 21 documentation with the DBE Utilization Certification ONLY In The Event the bidder's 22 efforts to solicit sufficient DBE participation have been unsuccessful: Directions for 23 delivery of the DBE Written Confirmation Documents and DBE Good Faith Effort 24 documentation are included in Section 1-02.9 Delivery of Proposal- and Section.1-02.10 25 Withdrawing, Revising or Supplementing Proposal. 26 27 1-02.7 Bid Deposit 28 This section is revised to read: 29 30 A deposit of at least 5 -percent of the total. Bid shall accompany each Bid.. This deposit 31 may be cash, certified check, cashier s check, or a proposal bond '(Surety bond). For 32 projects that are selected by the .Contracting Agency to be bid electronically, the 33 proposal bond may be in either -a physical format, or an electronic format via 34 Surety2000.com or Insurevision.com and BidExpress®. When a physical bid deposit or 35 proposal bond is furnished to accompany an electronic Proposal Form; the Bid deposit 36 shall- be received by the Contracting Agency at the location specified for receipt of bids 37 prior to the time set for receipt of Bids. Any proposal bond shall be on a form 38 acceptable to the Contracting Agency.and shall be Signed by, the Bidder and the Surety. 39 A proposal bond shall not be conditioned in anyway to modify the minimum 5 -percent 40 required. The Surety shall:. (1) be registered with: the Washington State Insurance 41 Commissioner, and (2) appear on the current Authorized Insurance List in the State of 42 Washington published.by the Office.of the Insurance Commissioner. 43 44 The failure to furnish a Bid deposit of a minimum of 5 -percent with the Bid or as a 45 physical supplement to the electronic Proposal Form."shall make the Bid nonresponsive 46 and shall cause the Bid to be rejected by the Contracting Agency. 47 48 1-02.8(2) Lobbying. Certification 49 The last paragraph is revised to read: 50 51 The Certification for Federal -Aid Contracts -(Form DOT 272-040) may be reproduced 52 from the Proposal form. The disclosure form is available from the Washington State AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 2 1 1 1 1 Department of Transportation's Contract Ad & Award Office, Transportation Building, 2 Olympia, Washington 98504. 3 4 1-02.9 Delivery of Proposal 5 This section is revised to read: 6 7 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and 8 submitted in the envelope provided with it, or electronically via Trns•Port Expedite® 9 software and BidExpress® at the location and time identified in Section 1-02.12. The 10 Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. 11 12 For projects scheduled for bid opening in other locations, each Proposal shall be sealed 13 and submitted -in the envelope provided with it, at the location and time identified in 14 Section 1-02.12. The Bidder shall' fill in all blanks on this envelope to ensure proper 15 handling and delivery. 16 17 The Contracting Agency will not open .or consider any Proposal or any supplement to a 18 Proposal that is received after the time specified for receipt of Proposals, or received in 19 a location other than that specified for receipt of Proposals. 20 21 NOTE: Certain documents that are required for an electronic Bid Proposal to be 22 responsive CANNOT be submitted electronically via Trns•Port Expedite® 23 software 'and BidExpress®. These documents include: 24 25 1. 'DBE Written Confirmation Documents; and, 26 27 2. Good Faith EffortDocumentation; and, 28 29 3. Cash, certified checks, cashier's checks, or a proposal bond (Surety 30 bond) in formats other than via Surety2000:com or Insurevision.com. 31 32 The Bidder shall provide all documents that are required for en electronic Bid Proposal 33 to be responsive (hut cannot be submitted electronically via Trns•Port Expedite® 34 software and BidExpress®) as a supplement to their electronic Bid Proposal in one of 35 the following methods: 36 37 1 Physically in a sealed envelope marked as "BID SUPPLEMENT" and bearing 38 the Bidders company name, project title, Bid date, and description of contents 39 (for example: DBE Written Confirmation, DBE Good Faith Efforts, Proposal 40 Deposit, etc.); or, 41 42 2. Except for Item #3 above, by facsimile to the following FAX number: (360) 43 705-6966, 44 45 E-mailed submittals are not acceptable. The Contracting Agency is not responsible for 46 delayed, partial, failed, illegible or partially legible FAX document transmissions, and 47 such documents may be rejected as incomplete at the Bidder's risk. 48 49 1-02.10 Withdrawal or Revision of Proposal 50 This section- including title is revised to read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 3 1 Withdrawing, Revising, or Supplementing Proposal 2 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 3 withdraw, revise, or supplement it if: 4 5 1. The Bidder submits a written request signed by an authorized person, and 6 7 2. The Contracting Agency receives the request before the time set for receipt of 8 Proposals. 9 10 The original physical' Bid Proposal may be supplemented, or revised and resubmitted as 11 the official Bid Proposal if the Contracting Agency receives it before the time set for 12 receipt of Proposals. Faxed Bid revisions and supplements will be accepted only if they 13 are submitted in accordance with the "Example Format for Facsimile Bid Changes" 14 instructions posted on the WSDOT Website at 15 http://www.wsdot.wa.gov/biz/contaa/bulletin/. 16 17 E-mailed requests to withdraw, revise or supplement a Proposal are not acceptable. 18 The contracting Agency is not responsible for delayed, partial, failed, illegible or partially 19 legible FAX document transmissions, and such documents may be rejected as 20 incomplete at the Bidders risk. 21 22 The Contracting Agency will not accept requests to revise or withdraw electronic Bid 23 Proposals: Such requests shall be furnished directly to BidExpress® and in 24 accordance with their terms and conditions. 25 26 1-02.13 Irregular Proposals 27 In the first paragraph, Item h beneath item number 1 is revised to read: 28 29 h. The Bidder fails to submit or properly complete a Disadvantaged Business 30 Enterprise Utilization Certification, if applicable, as required in Section 1-02.6; 31 32 In the first paragraph, item I beneath item number 1 is revised to read: 33 34 i. The Bidder fails to submit written confirmation from each DBE firm listed on the 35 Bidder's completed DBE Utilization Certification that they are in agreement with the 36 bidders DBE participation commitment, if applicable, as required in Section 1-02.6, 37 or if the written confirmation that- is submitted fails to meet the requirements of the 38 Special Provisions; 39 40 Item 1 in the first paragraph is supplemented with the following: 41 42 j. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as 43 required in Section 1-02.6, or if the documentation that is submitted fails to 44 demonstrate that a Good Faith .Effort to meet the Condition of Award was made; or 45 46 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 47 material terms of the Bid invitation. 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 4 1 1 1 1 1 1 1-06.AP1 2 SECTION 1-06, CONTROL OF MATERIALS 3 January 3, 2011 4 1-06.1 Approval of Materials Prior to Use 5 This section is supplemented with the following new sub -section: 6 7 1-06.1(4) Fabrication Inspection Expense 8 In the event the Contractor elects to have items fabricated beyond 300 miles from 9 Seattle, Washington the Contracting Agency will deduct from payment due the 10 Contractor costs to perform fabrication inspection on the following items: 11 12 • Steel Bridges and Steel Bridge components 13 • Cantilever Sign Structures and Sign Bridges 14 • Prestressed Concrete Girders and Precast Bridge Components 15 • Cylindrical, Disc, Pin, and Spherical Bearings 16 • Modular:Expansion Joints 17 18 19 20 21 22 23 24 25 26 • Epoxy Coated Reinforcing Steel • Painted and Powder Coated Luminaire and Signal Poles • Additional items as may be determined by the Engineer The deductions for fabrication inspection costs Will be as shown. in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles from, Seattle None 2 Between 300 and 3,000 airline miles; from Seattle $700.00 per *inspection day 3 Over 3,000 airline miles from Seattle $1,000 per *inspection day, but not less than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. 27 Where fabrication of an item takes place in more than one zone, the reduction in 1 28 payment will be computed on the basis of the entire item being fabricated in the furthest 29 of zones where any fabrication takes place on that item. 30 1 31 The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication 32 inspection activities to include but not.Iimited to; plant approvals, prefabrication 33 meetings, fabrication, coatings and final inspection. 1 34 1 1 1 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 5 1 1-06.2(2)A General 2 Table 2 "Pay Factors" on page 1-39 is revised to read: 3 Table 2 Pa v Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL) -100 Category n_3 n=4 n=5 n=6 •n=7 n_8 n=9 n=10 to n=12 to n=15 to n_18 to n=23 to .n=30 to n_43 to n=67 to 0.85 0.84 0.83 0.82 0.81. 46 45 44 43 . 41 51 ' 49 48 47 46 54 53 51 ' 50 49 56 55 54 53 . 51_ ' 58 57 . 56 54 53. 60 58 57 56 55. 61 ' 60 58 57 56- . n=11 n=14 n=17 n=22- n=29 n=42 n=66 b 1.05 40 39 38 36 35 . 33 44 ' 43 42 41 39 38 48 46 . 45 44 43 42 50 49 48 46 45 44 52 51 50 . 48 47 46 100 100 100 100 100 100 ' 100 100 100 100 1.04 Values Less Than Those Shown Above Reject Quality'Levels Note: If the value Less Than Those Specified for a 0.75 Pay Factor of (Pu + PL).- 100 does riot correspond to a (Pt') +.P1) - 100 value in this table, use the next smaller (Pu + P1) - 100 value. 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96- 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 . 92. 89 87. 88 89 90 91 92 92 .- 93 1 00 69 75 78 80 82 83 84 .85 86 87 88 89 90 91. 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 • 84 86 87 0.95 59 65 68 • 71 72 ' 74 75 ' 76 78 ' " 79 " 80 82 83 84 86 0.94 58 63 67 69 71 . 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 ' 53 57 ' 61 ' 63 65 ' 66 67 69' 71 72 74 '_ 75 77 78 .' 80 0.89 51 ' 56 59 62 63 65 66 68 69 71• 72 ' 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 ' 0.87 49 53 57 59 61 62 . 63 65 67 68 70 71 73 .75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued) 4 5 6 7 Table 2 "Pay Factors" on page 1-40 is revised to read: 8 Table 2 Pay Factors (continued) PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (P64 PL) -100 Category' n=3 n=4 n=5 n=6 n=7 n=8 -n=9 ' n=10 to n=11 n=12 to n=14 n=15 to n=17 n=18 to -n=22 n=23- to n=29 n=30, to n=42 n=43 to n_66 n=67 to 0.85 0.84 0.83 0.82 0.81. 46 45 44 43 . 41 51 ' 49 48 47 46 54 53 51 ' 50 49 56 55 54 53 . 51_ ' 58 57 . 56 54 53. 60 58 57 56 55. 61 ' 60 58 57 56- . . 62 61 60 59 . 58 64 63 62 61 .59. 66 ' 65 64 62 61 67 66' 65 64 63 69 68 67 66 64 '7.1 70 69 ' 67 . 66 72 ' 71 70 69 68 75 73 72 71 ' 70 0.80 0.79 0.78 0.77 •0.76 0.75 40 39 38 36 35 . 33 44 ' 43 42 41 39 38 48 46 . 45 44 43 42 50 49 48 46 45 44 52 51 50 . 48 47 46 54 52 51 50 49 .48 ' 55 ' 54 52 51 50 . 49 . 56. 55 54 53 52 .51 58 . 57 56 55 54 - _. 53 ._ 60 59 58 57 56 54, 62. 61 59 58 57 56 , 63 62 61 60 59 58 ' 65 ' 64 63 .62 61 60 -67 66 65 64 63 62 ' 69 • 68. 67 66 65 • .64 REJECT . . Values Less Than Those Shown Above Reject Quality'Levels Note: If the value Less Than Those Specified for a 0.75 Pay Factor of (Pu + PL).- 100 does riot correspond to a (Pt') +.P1) - 100 value in this table, use the next smaller (Pu + P1) - 100 value. 9 10 11 1-07.AP1 12 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 13 April 4, 2011 14 1-07.2 Sales Tax 15 The third sentence in the first paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 6 1 1 1 1 1 a 1 1 1 1 a 1 1 1 1 1 1 1 1 1 1 1 1 2 The Contractor shall contact the Contract Payment section of the Division of Accounting 3 & Financial Services of the Department of Transportation, Olympia WA for questions on 4 sales tax. 5 6 The first sentence in the third paragraph is revised to read: 7 8 The Contracting Agency will pay the retained percentage only if the Contractor has 9 obtained from the State Department of Revenue a certificate showing that all Contract - 10 related taxes have been paid (RCW 60.28.051). 11 12 1-07.9(1) General 13 The second sentence in the fourth paragraph is revised to read: 14 15 When the project involves highway Work, heavy Work and building Work, the Contract 16 Provisions may list a Federal wage and fringe benefit rate for the highway Work, a 17 separate Federal wage and fringe benefit rate for both the heavy Work and the building 18 Work. 19 20 1-07.13(4) Repair of Damage 21 The last sentence in the first paragraph is revised to read: 22 23 For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 24 17.5, payment will be made in accordance with Section 1-09.4 using the estimated bid 25 item "Reimbursement for Third Party Damage". 26 27 1-07.14 Responsibility for Damage 28 The third, fourth and fifth paragraphs are revised to read: 29 30 Subject to the limitations in this section and RCW 4.24.115 the Contractor shall 31 indemnify, defend, and save harmless the State, Governor; Commission, Secretary, and 32 allofficers and employees of the State from all claims, suits, or actions brought for 33 injuries to, or death of, any persons or damages.resulting from construction of the Work 34 or in consequence of any negligence or breach of contract regarding the Work, or the 35 use of any improper materials in the Work, caused in whole or in part by any act or 36 omission by the Contractor or the agents or employees of the Contractor during 37 performance or at any time before final acceptance. In addition to any remedy 38 authorized by law,, the State may retain so much of the money due the Contractor as 39 deemed necessary' by the Engineer to ensure indemnification until disposition has been 40 made of such suits or claims. 41 42 Subject to the limitations in this section and RCW 4.24.115, the Contractor shall 43 indemnify, defend, and save harmless any county, city, or region, its officers, and 44 employees connected with the Work, within the limits of which county, city, or region the 45 Work is being performed, all in the same manner and to the same extent as provided 46 above for the protection of the State, its officers and employees, provided that no 47 retention of money due the Contractor be made by the State except as provided in 48 RCW 60.28, pending disposition of suits or claims for damages brought against the 49 county, city, or district. 50 51 Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the 52 concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 7 1 and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions 2 provided in the preceding paragraphs of this section shall be valid and enforceable only 3 to the extent of the Contractor's negligence or the negligence of its agents and 4 employees. 5 6 This section is supplemented with the following: 7 8 THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR 9 ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR 10 THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION 11 OBLIGATIONS SET FORTH IN SECTION 1-07.14, THE CONTRACTOR 12 SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE 13 INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN 14 MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL 15 SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN 16 CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS 17 PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND 18 ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE 19 SUB_ CONTRACTOR. 20 21 1-07.15 Temporary Water Pollution/Erosion Control 22 The fourth paragraph is deleted. 23 24 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 25 This section is deleted in its entirety and replaced with the following: 26 27 The Contractor shall prepare and implement a project-specific spill prevention, control, 28 and countermeasures plan (SPCC Plan) for the duration of the project. The Contractor 29 shall submit the plan to the Project Engineer no later than the date of the 30 preconstruction conference. No on-site construction activities may commence until the 31 Contracting Agency accepts an SPCC Plan for the project. SPCC Plan template and 32 guidance information is available at: 33 http://www.wsdot.wa.gov/Environment/HazMat/SpillPrevention.htm. 34 35 The SPCC Plan shall address all fuels,_ petroleum products and hazardous materials, as 36 defined in. Chapter 447 of the WSDOT Environmental Procedures Manual (M 31-11). 37 Occupational safety and health requirements that may pertain to SPCC Plan 38 implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843. 39 The SPCC Plan shall address conditions that may be required by Section 3406 of the 40 current International Fire. Code, or as approved by the Local Fire Marshal. 41 42 Implementation. Requirements 43 The Contractor shall update the SPCC Plan throughout project construction so that the 44 written plan reflects actual site conditions and practices. The Contractor shall update the 45 SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the 46 project site. The Contractor shall fully implement the SPCC Plan, as accepted and 47 updated, at all times. 48 49 SPCC Plan Element Requirements 50 The SPCC Plan shall set forth the following information in the following order: 51 52 1. Responsible Personnel AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 8 1 1 r 1 1 1 A 1 1 r 1 r 1 Identify the names, titles, and contact information for the personnel responsible 2 for implementing and updating the plan and for responding to spills. 3 4 2. Spill Reporting 5 List the names and telephone numbers of the Federal, State, and local 6 agencies the Contractor shall notify in the event of a spill. 7 8 3. Project and Site Information 9 Describe the following items: 10 11 A. The project Work. 12 13 B. The site location and boundaries. 14 15 C. The drainage pathways from the site. 16 17 D. Nearby waterways and sensitive areas and their distances from the 18 site. 19 20 4. Potential Spill Sources 21 Describe each of the following for all potentially hazardous materials brought 22 or generated on-site (including materials used for equipment operation, 23 refueling, maintenance, or cleaning): 24 25 A. Name of material and its intended use. 26 27 B. Estimated maximum amount on-site at any one time. 28 29 C. Location(s) (including any equipment used below the ordinary high 30 water line) where the material will be staged, used, and stored and 31 the distance(S) from nearby waterways and sensitive areas. 32 33 5. Pre -Existing Contamination 34 Describe any pre-existing contamination and contaminant sources (such as 35 buried pipes or tanks) in the project area that are described in the Contract 36 provisions and Plans. Identify equipment and work practices that shall be used 37 to prevent the release of contamination. 38 39 6. Spill Prevention and Response Training 40 Describe how and when all project personnel, including refueling personnel 41 and other Subcontractors, shall be trained in spill prevention, containment, and 42 response and in the location of spill response kits. 43 44 7. Spill Prevention 45 Describe the following items: 46 47 A. The contents and locations of spill response kits that the Contractor 48. shall supply and maintain that are appropriately stocked, located in 49 close proximity to hazardous materials and equipment, and 50 immediately accessible. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 9 1 1 B. Security measures for potential spill sources to prevent accidental 2 spills and vandalism. 3 4 C. Methods used to prevent stormwater from contacting hazardous 5 materials. 6 7 D. Secondary containment for each potential spill source listed in 4, 8 above. Secondary containment structures shall be in accordance 9 with Section S9.D.9 of Ecology's Construction Storm water General 10 NPDES Permit, where secondary containment means placing tanks 11 or containers within an impervious structure capable of containing 12 110% of the volume contained in the largest tank within the 1 13 containment structure. Double -walled tanks do not require additional 14 secondary containment: 15 Il 16 E. BMP Methods used to prevent discharges to ground or water during 17 mixing and transfers of hazardous materials and fuel. Methods to 18 control pollutants shall use BMPs in accordance with Ecology's 19 Construction Stormwater General NPDES Permit. BMPs guidance is 20 provided in Ecology's Stormwater Management Manuals, such as 21 Volume II — Construction Stormwater Pollution Prevention, BMP 1 22 0153 and Volume IV Source Control BMPs. 23 24 F. Refueling procedures for equipment that cannot moved fromII 25 below the ordinary highwater line. 26 27 G. Daily inspection and cleanup procedures that ensure all equipment 28 used below the ordinary high water line is free of all external 29 petroleum-based products. 30 I 31 H. Routine equipment, storage area, and structure inspection and 32 maintenance practices to prevent drips, leaks or failures of hoses, 33 valves, fittings, containers, pumps, or other systems that contain or 34 transfer hazardous materials. I 35 36 I. Site inspection procedures and frequency. 371 38 8. Spill Response 39 Outline the response procedures the Contractor shall follow for each scenario 40 listed below, indicating that if hazardous materials are encountered or spilled 41 during construction, the Contractor shall do everything possible to control and 42 contain the material until appropriate measures can be taken. Include a 43 description of the actions the Contractor shall take and the specific on-site spill 44 response equipment that shall be used to assess the spill, secure the area, i 45 contain and eliminate the spill, source, clean up spilled material, decontaminate 46 equipment, and dispose of spilled and contaminated material. 47 48 A. A spill of each type of hazardous material at each location identified 49 in 4, above. 50 51 B. Stormwater that has come into contact with hazardous materials. 52 .1 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 10 1 C. A release or spill of any pre-existing contamination and contaminant 2 source described in 5, above. 3 4 D. A release or spill of any unknown pre-existing contamination and 5 contaminant sources (such as buried pipes or tanks) encountered 6 during project Work. 7 8 E. A spill occurring during Work with equipment used below the ordinary 9 high water line. 10 11 If the Contractor will use a Subcontractor for spill response, provide contact 12 information for the Subcontractor under item 1 (above), identify When the 13 Subcontractor shall be used, and describe actions the Contractor shall take 14 while waiting for the Subcontractor to respond. 15 16 9. Project Site Map 17 Provide a map showing the following items: 18 19 A. Site location and, boundaries. 20 21 B. Site access roads. 22 23 C. Drainage pathways from the site. 24 25 D. Nearby waterways and sensitive areas. 26 27 E. Hazardous materials, equipment, and decontamination areas 28 identified in 4, above. 29 30 F. Pre-existing contamination or contaminant sources described in 5, 31 above. 32 33 G. Spill prevention and response equipment described in 7 and 8, 34 above. 35 36 10. Spill Report Forms 37 Provide a copy of the spill report forms) that the Contractor shall use in the 38 event of a release or spill. 39 40 Payment 41 Payment will be made in accordance with Section 1-04.1 for the following bid item when 42 it is included in the Proposal: 43 44 "SPCC Plan," lump sum. 45 46 When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall 47 receive 50 -percent of the lump sum Contract price for the plan. The remaining 50- 48 percent of the lump sum price will be paid after the materials and equipment called for in 49 the Plan are mobilized to the project: 50 51 The lump sum payment for "SPCC Plan" shall be full pay for all costs associated with 52 creating and updating the accepted SPCC Plan, all costs associated with the set up of AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 11 1 prevention measures, and implementing the current SPCC Plan as required by this 2 Specification. 3 4 As to other costs associated with releases or spills, including restocking spill kits, the 5 Contractor may request payment as provided for in the Contract. No payment shall be 6 made if the release or spill was caused by or resulted from the Contractor's operations, 7 negligence, or omissions. 8 9 1-07.16(2) Vegetation Protection and Restoration 10 The second paragraph is revised to read: 11 12 Damage which may require replacement of vegetation includes torn bark stripping, 13 broken branches, exposed root systems, cut root systems; poisoned root systems, 14 compaction of surface soil and roots, puncture wounds, drastic reduction of surface 15 roots or leaf canopy, changes in grade greater than 6-inches, or any other changes to 16 the locationthat may jeopardize the survival or health of the vegetation to be preserved. 17 18 The third paragraph is revised to read: 19 20 When .large roots of trees designatedto be saved are exposed by the Contractor's 21 operation, they shall be wrapped with heavy, moist material such as burlap or canvas 22 for" protection and to prevent excessive drying. The material shall be kept moist and 23 securely fastened until the roots are covered to finish grade. All material and fastening 24 material shall be removed from the roots before covering. All roots 1-inch or larger in 25 diameter,which are damaged, shall be pruned with a sharp saw or pruning shear. 26 Damaged, torn, or ripped bark shall be removed as designated by the Engineer at no 27 additional cost to the Contracting Agency. 28 29 The fourth paragraph is revised to read: 30 31 Any pruning activity required to complete the Work as specified shall be performed by a 32 Certified Arborist as designated by the. Engineer.. 33 34 1-07.18 Public Liability and Property Damage Insurance 35 This section is deleted in its entirety and replaced with the following: 36 37 1-07.18 Public Liability and Property Damage Insurance 38 The Contractor shall obtain and keep in force the following policies of insurance. The 39 policies shall be with companies or through sources approved by the State. Insurance 40 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the 41 policies shall be kept in force from the execution date of the Contract until the date of 42 acceptance by the Secretary (Section 1-05.12). 43 44 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and 45 property damage liability coverage with limits of $3,000,000 per occurrence and, 46 per project, in the aggregate for each policy period, written on Insurance Services 47 Office (ISO) form CG0009 1204, together with Washington State Department of 48 Transportation amendatory endorsement CG 2908 1195, specifying the Contracting 49 Agency, the State, the Governor, the Commission, the Secretary , the Department 50 and all officers and employees of the State as named insured. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 12 1 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or 2 its equivalent with minimum limits of $3,000,000 per occurrence and in the 3 aggregate fo"r each one year policy period: This coverage may be any combination 4 of primary, umbrella or excess liability coverage affording total liability limits of not 5 less than $3,000,000 per occurrence and in the aggregate. Products and 6 completed operations coverage shall be provided for a period of three years 7 following Substantial Completion of the Work. 8 9 3. Commercial Automobile Liability Insurance providing bodily injury and property 10 damage liability coverage for all owned and nonowned vehicles assigned to or used 11 in the performance of the Work with a combined single limit of not less than $1,000, 12 000 each occurrence. This coverage may be any combination of primary, umbrella 13 or excess liability coverage affording total liability limits of not less than $1,000,000 14 per occurrence with the State named as an additional insured or designated 15 insured in connection with the Contractor's Performance of the Contract. If 16 pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required 17 on the Commercial Automobile Liability insurance policy unless in -transit pollution 18 risk is covered under a Pollution Liability insurance policy. 19 20 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the 21 Governor, the Commission, the Secretary, the Department; all officers and 22 employees of the State, and their respective members, directors, officers,. 23 employees,, agents and consultants (collectively the "Additional Insureds"), shall be 24 in'c'luded as Additional Insureds for all policies and coverages specified in this 25 Section, with :the exception of the OCP policy: Said insurance coverage shall be 26 primary and non-contributory insurance with respect to the insureds and the 27 Additional Insureds. Any insurance or self-insurance beyond that specified in this 28 Contract that :is maintained by any Additional Insured shall be in excess of such 29 insurance and shall not contribute with it, All insurance coverage required by. this 30 Section shall be written and provided by "occurrence -based" policy forms rather 31 than by "claims made" forms. 32 33 All endorsements adding Additional Insureds to required policies shall be issued on 34 (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, 35 providing the Additional Insureds with all policies and coverages set forth in this 36 Section, with the exception of the OCP and Commercial Auto policies or (ii) form 37 CA 20 48 or forms deemed equivalent by Contracting Agency, providing the 38 Additional Insureds with all coverage's required under the Commercial Automobile 39 Liability: 40 41 5. The coverage limits to be provided by Contractor for itself and to the Contracting 42 Agency' and Additional Insureds pursuant to this section or any Special Provision, 43 shall be on a 'per project" aggregate basis with the minimum limits•of liability as set 44 forth herein for both general liability and products/completed operations claims. 45 The additional insured coverage required under this Section for products/completed 46 operations claims shall remain' in full force and effect for not less than three years 47 following Substantial Completion of the project, If the Contractor maintains, at any 48 time, coverage limits.for itself in excess of limits set forth in this Section 1-07:18 or 49 any Special Provision, then those additional coverage limits shall also apply to the 50 Contracting Agency and the Additional Insureds. This includes, but is not limited to, 51 any coverage limits provided under any risk financing program of any description, 52 whether such limits are primary, excess; contingent or otherwise. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 13 1 2 6. All insurance policies and coverage's required under Section 1-07.18 and Section 3 1-07.10 shall contain a waiver of subrogation against the Contracting Agency , the 4 State, any Additional Insured and their respective departments, agencies, boards, 5 and commissions and their respective officers, officials, agents, and employees for 6 losses arising from Work performed by or on behalf of the Contractor. This waiver 7 has been mutually negotiated by the parties. 8 9 7. Where applicable, the Contractor shall cause each Subcontractor to provide 10 insurance that complies with all applicable requirements of the Contractor -provided 11 insurance as set forth herein, in circumstances where the Subcontractor is not 12 covered by the Contractor -provided insurance. The Contractor shall have sole 13 responsibility for determining the limits of coverage required, if any, to be obtained 14 by Subcontractors, which determination shall be made in accordance with 15 reasonable and prudent business practices. In the event that a Subcontractor is 16 required to add. the Contractor as an additional insured pursuant to its contract for 1.7 Work at the Project, then the Contractor shall also cause each Subcontractor to 18 include the Contracting -Agency and the Additional Insureds as additional insureds 19 as well; for primary and non-contributory limits of liability under each 20 Subcontractor's Commercial General Liability, Commercial Automobile Liability 21 and, any other coverage's which may be required pursuant to a "Special Provision". 22 23 8. Unless specifically noted otherwise in the Contract Documents, the parties to this 24 Contract donot intend by any of the provisions of this Contract to cause the public 25 or any member thereof or any other Person to be a third party beneficiary of the 26 Contract Documents. Nothing in this Contract authorizes anyone nota party to this 27 Contractor a designated third party beneficiary to this Contract to maintain a suit 28 for personal injuries or property damage pursuant to the terms or provisions of this 29 Contract. It is the further intent of the Contracting Agency and the Contractor in 30 executing the Form of Contract that no individual, firm, corporation or any 31 combination thereof which supplies materials, labor, services, or equipment to the 32 Contractor for the performance of the Work shall become thereby a third party 33 beneficiary of this Contract. 34 35 The Contract Documents shall not be construed to create a contractual relationship 36 of any kind between the Contracting Agency and a Subcontractor or any other 37 Person except the Contractor. 38 39 9. The Owners and Contractors Protective Insurance policy shall not be subject to a 40 deductible or contain provisions for a deductible. The Commercial General Liability 41 policy and the Commercial Automobile Liability Insurance policy may, at the 42 discretion of the Contractor, contain such provisions. If a deductible applies to any 43 claim under these policies, then payment of that deductible will be the responsibility 44 of the Contractor; notwithstanding any claim of liability against the Contracting 45 Agency. However in no event shall any provision for a deductible provide for a 46 deductible in excess of $50,000.00. 47 48 10. With the exception of the Commercial Automobile liability coverage, no policies of 49 insurance required under this Section shall contain an arbitration or alternative 50 dispute resolution clause applicable to disputes between the insurer and its 51 insureds. Any and all disputes concerning (i) terms and scopeof insurance 52 coverage afforded by the policies required hereunder and/or (ii) extra contractual AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 14 1 1 1 1 1 1 1 1 1 1 remedies and relief which may be afforded policy holders in connection with 2 coverage disputes, shall be resolved in Washington Superior Court, applying 3 Washington law. 4 5 11. Prior to Contract execution, the Contractor shall file with the Department of 6 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504- 7 7420, ACORD Form Certificates of Insurance evidencing the minimum insurance 8 coverages required under these Specifications. Within 30 days of being awarded a 9 Contract, the Contractor shall provide the Department with complete copies, which 10 may be electronic copies, of all insurance policies requiredunder this section and 11 any Special Provisions. 12 13 12. The Contractor shall provide written notice to the Engineer of any policy 14 cancellations and provide the Department of Transportation, Contract Payment 15 Section, P.O Box 47420 Olympia, WA 98504-7420,, by U.S Mail, notice of any 16 policy cancellation within two business days.of receipt of cancellation. 17 18 13. Failure on the part of the Contractor to maintain the insurance as required, or to not 19 provide certification and copies of the insurance prior to the time specified in 20 subsection 11 above, shall constitute a material breach of Contract upon which the 21 Contracting Agency may, after giving 5 -business days notice to the Contractor to 22 correct the breach, immediately terminate the. Contract or, at its discretion, procure 23 or renew such insurance and pay any and all premiums in connection therewith, 24 with any sums so expended to be repaid to the Contracting Agency on demand, or 25 at the, sole discretion of the Contracting Agency, offset against funds due the 26 Contractor from the Contracting Agency. All costs for insurance; including any 27 payments of deductible amounts, shall be considered incidental to and included in 28 the.unit Contract prices and no additional payment will be made. 29 30 1-08:AP 1 31 SECTION 1-08, PROSECUTION AND PROGRESS 32 April 4, 2011 33 1-08.1 Subcontracting 34 The second and third sentences in the eighth paragraph are revised to read: 35 36 This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, 37 "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State 38 fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through 39 September 30, October 1 through December 31, and for any remaining portion of a 40 quarter through Physical Completion of the Contract. The report is due 20 calendar 41 days following the'fiscal quarter end or 20 -calendar days after Physical Completion of 42 the Contract. 43 44 The first sentence in the ninth paragraph is revised to read: 45 46 On all projects funded with both Contracting Agency funds and Federal assistance the 47 Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" 48 on a quarterly basis in which DBE work is accomplished, for every quarter in which the 49 Contract is active or upon completion of the project, as appropriate. 50 51 The last sentence in the ninth paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 15 1 2 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in 3 lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE 4 Participants" 5 6 1-08.5 Time for Completion 7 The last two sentences in the first paragraph are revised to read: 8 9 When any of these holidays fall on a Sunday, the following Monday shall be counted a 10 nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be 11 counted a nonworking day. The days between December 25 and January 1 will be 12 classified as nonworking days. 13 14 Item number 2.c. in the sixth paragraph is revised to read: 15 16 c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports 17 of Amounts Credited as DBE Participation, as required by the Contract Provisions. 18 19 1-09.AP1 20 SECTION 1-09, MEASUREMENT AND PAYMENT 21 January 3, 2011 22 1-09.2(1) General Requirement for Weighing Equipment 23 This section is revised to read: 24 25 Unless specified otherwise, any Highway or Bridge construction materials to be 26 proportioned or measured and paid for by weight shall be weighed on a scale. 27 28 Scales 29 Scales shall: 30 31 1. be accurate to within 0.5 -percent of the correct weight throughout the range of 32 use; 33 34 2. not include spring balances; 35 36 3. include beams, dials, or other reliable readout equipment; 37 38 4. be built to prevent scale parts from binding, vibrating, or being displaced and to 39 protect all working parts and; 40 41 5. be carefully maintained, with bunkers and platforms kept clear of accumulated 42 materials that could cause errors. 43 44 Scale Operations 45 Contractor provided scale operations are defined as operations where a scale is set up 46 by the Contractor specifically for the project and most, if not all, material weighed on the 47 scale is utilized for Contract Work. In this situation, the Contractor shall provide a 48 person to operate the project scale, write tickets, perform scale checks and prepare 49 reports. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 16 1 1 1 F 1 1 1 1 1 1 1 Commercial scale operations include the use of established scales used to sell 2 materials to the public on a regular basis. In addition, for the purposes of this 3 specification, all batch, hopper, and belt scales are considered to be commercial scales. 4 When a commercial scale is used as the project scale, the Contractor may utilize a 5 commercial scale operator provided it is at no additional cost to the contracting agency. 6 7 In addition, the Contractor shall ensure that: 8 9 1. the Engineer is allowed to observe the weighing operation and check the daily 10 scale weight record; 11 12 2. scale verification checks are performed at the direction of the Contracting 13 Agency'(see Section 1-09.2(5)); 14 15 3. several times each day, the scale operator records and makes certain the 16 platform' scale balances and returns to zero when the load is removed; and 17 18 4. test results and scale weight records for each day's hauling operations are 19 provided to the Engineer daily. Unless otherwise approved, reporting shall 20 utilize form 422-027, Scaleman's Daily Report. 21 22 Trucks and Tickets 23 Each truck to be weighed shall bear a unique identification number. This number shall 24 be legible and in plain view of the scale operator. Each vehicle operator shall obtain a 25 weigh or Toad ticket'from the scale operator. The Contracting Agency will provide item 26 quantity tickets for scales that are not self -printing. The Contractor shall provide tickets 27 for self -printing scales. All tickets shall, at a minimum, contain the following information: 28 29 1. date of haul; 30 31 2. contract number; 32 33 3. contract unit Bid item; 34 35 4. unit of measure; 36 37 5. identification number of hauling vehicle; and 38 39 6. weight delivered 40 41 a. net weight in the case of batch and hopper scales 42 43 b. gross weight, tare and net weight in the case of platform scales (tare may 44 be omitted if a tare beam is used) 45 46 c. approximate load out Weight in the case of belt conveyor scales 47 48 The vehicle operator shall deliver the ticket in legible condition to the material receiver 49 at the material delivery point. The material delivery point is defined as the location 50 where the material is incorporated into the permanent Work. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 17 1 1-09.2(2) Specific Requirements for Batching Scales 2 In the first paragraph, the last sentence is revised to read: 3 4 Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used 5 for batching other materials. 6 7 1-09.2(3) Specific Requirements for Platform Scales 8 In the first paragraph, the last sentence is revised to read: 9 10 A tare weight shall be taken of each hauling vehicle at least once daily. 11 12 The third paragraph is deleted. 13 1.4 1-09.2(5) Measurement 15 This sectio n is revised to read: 16 17 Scale Verification Checks 18 The Engineer will verify the accuracy of each batch, hopper or platform scale. The 19 frequency of verification checks will be such that at least one test weekly is performed 20 for each weighed contract item of work being performed during that week. 21 22 Verification checks may not be routinely conducted for weighed material, who's 23 proposal quantity multiplied by the unit bid price, has a value less than $20,000. 24 25 The verification will consist of one of the following methods and be at the Contractor's 26 option: 27 28 1. Weigh a loaded truck on a separate certified platform scale designated by the 29 Contractor, for the purpose of scale verification. 30 31 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified 32 scale and then check the project scale with it. 33 34 3. Establish a certified fixed load weighing at least 10,000 pounds as a check - 35 weight. The certification shall consist of an affidavit affirming the correct 36 weight of the fixed Toad. 37 38 Should the scale verification check reveal a weight difference of more than 0.5 -percent, 39 a second scale verification check shall be performed immediately. If the weight 40 differences of .both comparison checks exceed the 0.5 -percent limit, the Contractor shall 41 immediately stop weighing and the scale shall be recertified at the Contractor's 42 expense. 43 44 Belt Scales 45 To test the accuracy of a belt -conveyor scale, the Contractor shall weigh five or more 46 payloads from sequential haulingunits and compare these weights with weights of the 47 same payloads taken on a separate certified platform scale. If the test results fluctuate, 48 the Engineer may require more than five check loads. Conveyor weights will be based 49 on tonnage values taken from the sealed odometer at.the beginning and end of each 50 check period. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 18 1 If scale verification checks show the scale has been under weighing, it shall be adjusted 2 immediately. 3 4 If scale verification checks show the scale has been overweighing, its operation will 5 cease immediately until adjusted. 6 7 Minor Construction Items 8 If the specifications and plans require weight measurement for minor construction items, 9 the Contractor may request permission to convert volume to weight. If the Engineer 10 approves, an agreed factor may be used to make this conversion and volume may be 11 used to calculate the corresponding weight for payment. 12 13 1-09.2(6) Payment 14 This section is revised.to read: 15 • 16 Unless specified otherwise the Contracting Agency Will pay for no materials received by 17 weight unless they have been weighed as required in this section or as required by 18 another method the Engineer has approved in writing. 19 20 The Contractor shall not be compensated for any loss from under weighing that is 21 revealed by`scale verification checks. 22 23 If scale verification checks reveal that the scale is over weighing, then payment for all 24 material weighed since the last valid scale verification check will be adjusted. The 25 contracting agency will calculate the combined weight of all materials weighed after the 26 last verification check showing accurate results. This combined weight will then be 27 reduced for payment by the percentage of scale error that exceeds 0.5 -percent unless 28 the Contractor demonstratesto the satisfaction of the Engineer that the defect in the 29 scale was present for a lesser period of time. 30 31 Unit contract prices for the various pay items of the project cover all costs related to 32 weighing and proportioning materials for payment. These costs include but are not 33 limited to: 34 35 furnishing, installing, certifying, and maintaining scales; 36 37 • providing a weigher to operate a Contractor provided scale; 38 39 • providing a weigher to operate a. commercial scale, if necessary; 40 41 • providing self -printing tickets, if necessary; 42 43 • rerouting a truck for verification weighing; 44 45 • assisting the Engineer with scale verification checks; 46 47 • any other related costs associated with meeting the requirements of this 48 section. 49 50 1-09.9 Payments 51 The first paragraph is revised to read: 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 19 1 The basis of payment will be the actual quantities of Work performed according to the 2 Contract and as specified for payment. 3 4 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the 5 Project Engineer to determine the Work performed on a monthly basis. Lump sum item 6 breakdowns shall be submitted prior to the first progress payment that includes payment 7 for the Bid Item in question. A breakdown is notrequired for lump sum items that 8 include a basis for incremental payments as part of the respective Specification. Absent 9 a lump sum breakdown the Project Engineer will make a determination based on 10 information available. The Project Engineer's determination of the cost of work shall be 11 final. 12 13 In the third paragraph, the second sentence is deleted. 14 15 1-09.11(1)A Disputes Review Board Membership 16 This section is supplemented with the following new paragraph: 17 18 The Contracting Agency and Contractor shall indemnify and hold harmless the Board 19 Members from and against all claims, damages, losses and expenses, including but not 20 limited to attorney's fees arising out of and resulting from the actions and 21 recommendations of the Board. 22 23 1-10.AP1 24 SECTION 1.-10, TEMPORARY TRAFFIC CONTROL 25 April 4, 2011 26 In Division 1-10, all references to "truck mounted" are revised to read "transportable". 27 28 1-10.1 General 29 The following sentence is inserted at the beginning of this section: 30 31 Temporary traffic control refers to the controlof all types of traffic, including vehicles, 32 bicyclists, and pedestrians (including pedestrians with disabilities). 33 34 1-10.2(1)A Traffic Control Management 35 Item number 2. in the first paragraph is revised to read: 36 37 2. Providing the Contractor's designated TCS with approved Traffic Control Plans 38 (TCPs.) which are compatible with the Work operations and traffic control for which 39 they will be implemented. Having the latest adopted edition of the Manual On 40 Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the 41 Washington State Modifications to the MUTCD, the most current edition of the 42 Public Rights -Of -Way Accessibility Guidelines (PROWAG), and applicable 43 standards and Specifications available at all times on the project. 44 45 1-10.2(1)B Traffic Control Supervisor 46 Item number 1. in the third paragraph is revised to read: 47 48 1. Having a current set of approved traffic control plans (TCPs), applicable Contract 49 Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, 50 including the Washington State Modifications to the MUTCD, the book Quality AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 20 1 Guidelines for Temporary Work Zone Traffic Control Devices, the most current 2 edition of the PROWAG, and applicable standards and Specifications. 3 4 The third paragraph is supplemented with the following: 5 6 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept 7 clear and free of obstructions and that all temporary pedestrian routes or access 8 points are detectable and accessible to persons with disabilities as provided for in 9 the approved Plans. 10 11 1-10.2(2) Traffic. Control Plans 12 The second paragraph is revised to read: 13 14 When the Contractor's chosen methodof performing the Work in the Contract requires 15 some form of temporary traffic control for vehicles, bicyclists, or pedestrians, the 16 Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or 17 plans from the Contract documents that support that method; or (2.) submit a 18 Contractor's plan that modifies, supplements Or replaces a plan from the Contract 19 documents. Any Contractor -proposed modification, supplement or replacement shall 20 show the necessary construction signs, flaggers; spotters and other traffic control 21 devices required to support the Work. Any Contractor -proposed traffic control plan shall 22 conform to the established standards for plan development as shown in the. MUTCD, 23 Part 6' and themost current edition of the PROWAG. The Contractor's submittal, either 24 designating and adopting a traffic control plan from the Contract documents or 25 proposing a Contractor -developed plan, shall be provided to the Engineer for approval 26 at least 10 -calendar days in advance of the time the signs and other traffic control 27 devices are scheduled to be installed and utilized. The Contractor shall be solely 28 responsible for submitting any proposed traffic control plan or modification, obtaining the 29 Engineer's approval and providing copies of the approved Traffic Control Plans to the 30 Traffic Control Supervisor. 31 32 1-10.2(3) Conformance to Established Standards 33 The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. 34 35 The first paragraph is revised to read: 36 37 Flagging, signs, and all other traffic control devices and procedures furnished or 38 provided shall conform to the standards established in the latest WSDOT adopted 39 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways 40 (MUTCD,) published by the U.S. Department of Transportation and the Washington 41 State Modifications to the MUTCD and the most current edition of the Public Rights -Of - 42 Way Accessibility Guidelines (PROWAG). Judgment of the quality of devices furnished 43 will be based upon Quality Guidelines for Temporary Traffic Control Devices; published 44 by the American Traffic:Safety Services Association. Copies of the MUTCD and Quality 45 Guidelines for Temporary Control Devices may be purchased from the American Traffic 46 Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 47 22406-1022. The Washington State Modifications to the MUTCD may obtained from 48 the Department of'Transportation, Olympia, Washington 98504. The most current 49 edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG) can be 50 downloaded from the United States Access Board Web site (www. access-board.gov). 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11111 21 1 1-10.3(1) Traffic Control Labor 2 The first paragraph is revised to read: 3 4 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all 5 procedures related to temporary traffic control and for the setup, maintenance and 6 removal of all temporary traffic control devices and construction signs necessary to 7 control vehicular, bicycle, and pedestrian traffic during construction operations. 8 9 1-10.3(2)C Lane Closure Setup/Takedown 10 Item number 1 in the first paragraph is revised to read: 11 12 1. If the Plans show a portable changeable message sign, it shall be established in 13 advance of the operation; far enough back to provide warning of both the operation 14 and any queue of traffic that has formed during the operation. 15 16 In the second paragraph, the reference to "TMA/arrow board" is revised to read 17 "transportable attenuator/arrow board". 18 19 1-10.3(3) Traffic Control Devices 20 The following paragraph is inserted at the beginning of this section: 21 22 Traffic control devices, including signs, furnished or provided shall conform to the 23 standards established in the latest WSDOT adopted edition of the Manual On Uniform 24 Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. 25 Department of Transportation and the Washington State Modifications to the MUTCD. 26 Requirements for pedestrian traffic control devices are addressed in the MUTCD. 27 28 1-10.3(3)A Construction Signs 29 In the fourth paragraph "height" is replaced with "top of the ballast". 30 31 1-10.3(3)J Truck Mounted Attenuator 32 The title for this section is revised to read: 33 34 1-10.3(3)J Transportable Attenuator 35 36 In the second and fourth paragraphs, the references to "TMA" are revised to read 37 "Transportable Attenuator". 38 39 In the first paragraph, the first sentence is revised to read: 40 41 Where shown on an approved traffic control plan or where ordered by the Engineer, the 42 Contractor shall provide, operate, and maintain transportable impact attenuators as 43 required in Section 9-35.12. 44 45 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's". 46 47 1-10.4(2) Item Bids with Lump Suri! for Incidentals 48 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable 49 Attenuator(s)". 50 51 In the eighth paragraph, the first sentence is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 22 1 1 1 1 1 1 1 1 1 1 1 1 2 "Transportable Attenuator" will be measured per each one time only for each host 3 vehicle with mounted or attached impact attenuator used on the project. 4 5 In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with 6 "transportable attenuator". 7 8 This Section is supplemented with the following: 9 10 No specific unit of measurement will apply to the lump sum item of "Pedestrian Traffic 11 Control." 12 13 1-10.5(2) Item Bids with Lump Sum for Incidentals 14 All references to "truck mounted impact attenuator(s)" are revised to read "transportable 15 attenuator(s)". 16 17 This Section is supplemented with the following: 18 19 "Pedestrian Traffic Control", lump sum. 20 The lump sum Contract payment shall be full compensation for all costs of labor and 21 materials incurred by the Contractor in performing pedestrian traffic control Contract 22 Work defined in Section 1-10. 23 24 2-01.AP2 25 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 26 April 5, 2010 27 2-01.3(2) Grubbing 28 In the first paragraph Item 2. e. is revised to read: 29 30 e. Upon which embankments will be placed except stumps may be close -cut or 31 trimmed as allowed in Section 2-01.3(1) item 3. 32 33 2-02.AP2 34 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 35 January 4, 2010 ' 36 2-02.3 Construction Requirements 37 The fourth paragraph is revised to read: 38 39 The Contractor may dispose of waste material in Contracting Agency owned sites if the 40 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange 41 to dispose of waste at no expense to the Contracting Agency and the disposal shall 42 meet the requirements of Section 2-03.3(7)C. 43 44 2-09.AP2 45 SECTION 2-09, STRUCTURE EXCAVATION 46 January 3, 201;1 47 2-09.3(1)E Backfilling 48 The sixth paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111111 23 1 2 The water/cement ratio shall be calculated on the total weight of cementitious material. 3 Cementitious materials are those listed in Section 5-05.2. 4 5 2-09.3(2) Classification of Structure Excavation 6 Item number 1 is revised to read: 7 8 1. Class A. Structure excavation required for bridge and retaining wall footings, 9 geosynthetic retaining wall footings, structural earth walls and sign structure 10 footings, pile or drilled shaft caps, seals, wingwall footings, detention vaults, and 11 noise barrier wall footings shall be classified as Structure excavation Class A. If the 12 excavation requires a cofferdam, structural shoring, or extra excavation, the work 13 outside the neat lines of the Structure excavation Class A shall be classified as 14 shoring or extra excavation Class A. 15 16 2-09.3(3)D Shoring and Cofferdams 17 The 14th paragraph is revised to read: 18 19 If soldier piles are placed in drilled holes, and lagging is installed concurrently with the 20 excavation, all backfill above the bottom of the lagging, shall consist of controlled density 21 fill or lean concrete. Backfill below the bottom of the lagging may consist of pea gravel. 22 If full -height steel sheet lagging is installed prior to excavation, soldier pile holes may be 23 backfilled with pea gravel. 24 25 2-09.4 Measurement 26 The second sentence in the second paragraph, "Horizontal Limits", is supplemented with 27 the following: 28 29 (4) more than 1 -foot outside the perimeter of the soil reinforcement area for 30 geosynthetic and structural earth walls. 31 32 5-01.AP5 33 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 34 August 2, 2010 35 5-0.1.2 Materials 36 The referenced section for the following item is revised to read: 37 38 Dowel Bars 9-07.5(1) 39 40 5-01.3(4) Replace Portland Cement Concrete Panel 41 The thirteenth paragraph is revised to read: 42 43 The'tie bar and dowel bar holes shall be blown clean with compressed air before 44 grouting. The bar shall be centered in the hole and all voids around the bar completely 45 filled with grout. Dams, if needed, shall be placed at the front of the holes to confine the 46 grout and center the bars in the holes. The dams shall permit the escape of air without 47 leaking grout and shall not be removed until grout has cured in the hole. 48 49 5-01.3(6) Dowel Bar Retrofit 50 The last paragraph is deleted. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 24 1 1 1 1 a 1 1 1 1 1 1 2 5-01.3(9) Portland Cement Concrete Pavement Grinding 3 The third sentence in the first paragraph is revised to read: 4 5 Grind one pass along the edge adjacent to Portland Cement Concrete Pavement 6 (PCCP) placed in, accordance with Section 5-05, before the PCCP is placed. 7 8 The second sentence in the second paragraph is deleted. 9 10 5-02.AP5 11 SECTION 5-02, BITUMINOUS SURFACE TREATMENT 12 August 2, 2010 13 5-02.5 Payment 14 The following pay item and related statements are deleted: 15 16 "Asphalt Emulsion Price Adjustment", by calculation. 17 18 5-04.AP5 19 SECTION 5-04, HOT MIX ASPHALT 20 April 4, 2011 21 5-04.3(5)E Pavement Repair 22 The third sentence in the second paragraph is revised to read: 23 24 The minimum width of any pavement repair area shall be 42 -inches unless shown 25 otherwise in the Plans. 26 27 5-04.3(8)A1 General 28 The second sentence in the second paragraph is revised to read: 29 30 Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt 31 binder, when the Proposal quantities exceed 4,000 -tons. 32 33 The third paragraph is revised to read: 34 35 Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal 36 quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons 37 or less. 38 39 5-04.3(8)A4 Definition of Sampling Lot and Sublot 40 The first sentence in the first paragraph is revised to read: 41 42 A lot is represented by randomly selectedsamples of the same mix design that will be 43 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design 44 may be increased to 25 sublots 45 46 5-04.3(10)B1 General 47 The first sentence in the second paragraph is revisedto read: 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 25 1 A lot is represented by randomly selected samples of the same mix design that will be 2 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design 3 may be increased to 25 sublots. 4 5 5-05.AP5 6 SECTION 5-05, CEMENT CONCRETE PAVEMENT 7 January 3, 2011 8 5-05.2 Materials 9 This section is supplemented with the following: 10 11 Cementitious Materials are considered to be the following: portland cement, blended 12 hydraulic cement, fly ash, ground granulated blast -furnace slag, microsilica fume, and 13 metakaolin. 14 15 5-05.3(1) Concrete Mix Design For Paving 16 In number 1., the second sentence in the fourth paragraph is revised to read: 17 18 Cementitious materials are those listed in Section 5-05.2. 19 20 In number 3.c., the last paragraph is deleted. 21 22 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 23 All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 24 25 In the fifth paragraph "WAQTC FOP for TM 2" is revised to read "WAQTC TM 2". 26 27 The eighth paragraph is revised to read: 28 29 Acceptance testing for compliance of air content and 28 -day compressive strength shall 30 be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air 31 content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. 32 Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and 33 WSDOT FOP for AASHTO T 22. 34 35 5-05.3(11) Finishing 36 The first sentence in the third paragraph is revised to read: 37 38 On projects requiring less than 500 -square yards of cement concrete pavement or 39 irregular areas the surface finish may be either longitudinal tining or be given a final 40 finish surface by texturing with a comb perpendicular to the centerline of the pavement. 41 42 The fourth sentence in the third paragraph is deleted. 43 44 The last sentence in the third paragraph is revised to read: 45 46 Regardless of the surface finish, if the pavement has a raised curb without a formed 47 concrete gutter, the texturing shall end 2 -feet from the curb line. 48 49 This section is supplemented with the following two new paragraphs: 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 26 I 1 The standard method of surface finish shall be longitudinal tining. In advance of curing I 2 operations, where longitudinal tining is required, the pavement shall be given an initial 3 and a final texturing. Initial texturing shall be performed with a burlap drag or broom 4 device that will produce striations parallel with centerline. Final texturing shall be 5 performed with a spring steel tine device that will produce grooves parallel with the 6 centerline. The spring steel tine device shall be operated within 5 -inches, but not closer 7 than 3 -inches, of pavement edges. I 8 9 Burlap drags, brooms and tine devices shall be installed on self-propelled equipment 10 having external alignment control. The installation shall be such that when texturing, 11 the area of burlap in contact with the pavement surface shall be maintained constant at I 12 all times. Broom and fine devices shall be provided With positive elevation control. 13 Downward pressure on pavement surface shall be maintained at all times during 14 texturing so as to achieve uniform texturing without measurable variations in pavement 115 profile. Self-propelled texturing machines shall` be operated so that travel speed when 16 texturing is maintained constant. Failure of equipment to conform to all provisions in 17 this paragraph shall constitute cause for stopping placement of concrete until the I 18 equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing 19 device shall be rectangular in cross section, 3/32 to 1/5 inch wide, on % inch centers, and 20 of sufficient length, thickness and resilience to form grooves approximately /16 inch I21 deep in the fresh concrete surface. Final texture shall be uniform in appearance with 22 substantially all of the grooves having a depth between 1/16 inch and 5/16 inch. 23 I 24 5-05.3(12): Surface Smoothness 25 The first paragraph is revised to read: 26 I 28 27 The pavement smoothness will be checked with equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48 -hours following placement 29 of concrete. Smoothness of all pavement placed. except Shoulders, ramp tapers, 30 intersections, tight horizontal curves, and small or irregular areas as defined by Section I 31 5-05.3(3) unless specified otherwise, will be measured with a recording profilograph, as 32 specified in Section 5-05:3(3), parallel to centerline, from which the profile index will be 33 determined in accordance with WSDOT Test Method 807. Tight horizontal curves are 1 34 curves having a centerline radius of curve Tess than 1,000 feet and pavement within the 35 superelevation transition of those curves. 36 I 37 5-95.3(13)A Curing,Compound 38 The tenth paragraph is' deleted. 39 I 40 5-05.3(16) Protection of Pavement 41 All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 42 I 43 5-05.3(17) Opening to Traffic 44 All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 45 Il 46 6-01.AP6 47 SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES 48 August 2, 2010 I49 6-01.6 Load Restrictions on Bridges Under Construction. 50 In the first paragraph "roadway deck" is deleted and replaced with "bridge deck". 1 t AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 27 1 2 6-01.8 Approaches to Movable Spans 3 In the first paragraph "roadway" is deleted and replaced with "bridge deck". 4 5 6-02.AP6 6 SECTION 6-02, CONCRETE STRUCTURES 7 April 4, 2011 8 In Division 6-02, all references to "roadway slab", "roadway deck" and "deck slab" are 9 deleted and replaced with "bridge deck". 10 11 6-02.2 Materials 12 In the first paragraph, the following item is inserted after the item "Microsilica Fume": 13 14 Metakaolin 9-23.12 15 16 6-02.3(1) Classification of Structural Concrete 17 The first paragraph is deleted and replaced with the following two new paragraphs: 18 19 The class of concrete to be used shall be as noted in the Plans and these 20 Specifications. The Class includes the specified minimum compressive strength in psi at 21 28 days (numerical class) and may include a letter suffix to denote structural concrete 22 for a specific use. Letter suffixes include A for bridge approach slabs, D for bridge 23 decks, P for piling and shafts, and W for underwater. The numerical class without a 24 letter suffix denotes structural concrete for general purposes. 25 26 Concrete of a numerical class greater than 4000 shall conform to the requirements 27 specified for either Class 4000 (if general purpose) or for the appropriate Class 4000 28 with a letter suffix, as follows: 29 30 1. Mix ingredients and proportioning specified in Section 6-02.3(2) and Section 6- 31 02.3(2)A. 32 33 2. Consistency requirements specified in Section 6-02.3(4)C. 34 35 3. Curing requirements specified in 6-02.3(11). 36 37 6-02.3(2) Proportioning Materials 38 The table following the third paragraph is revised to read: 39 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 28 1 1 1 1 1 1 1 1 s 1 a 1 1 1 1 Table 2 Cementitious Requirement for Concrete 2 3 4 5 6 7 8 Class of Concrete Minimum Cementitiou s Content (lbs) Minimum % replacement of fly as for portland cement Maximum % replacement of fly ash for portland cement Maximum % replacement of ground granulated blast furnace slag for portland cement 4000 564 35 40 4000A 564 * '20 30 4000D 66.0 10 20 30 4000P 600 15 35 40 4000W 564 * 35 40 3000. . 564. * 35 40 Commercial Concrete **564 * 35 40 Purnpable Lean Concrete * * *** *** Lean Concrete 140 - 200 * 35 40 * No minimum specified ** For Commercial Concrete the minimum cementitious content is only required for sidewalks,, curbs and gutters *** No maximum specified 9 The fifth paragraph is revised to read: 10 11 The water/cement ratio shall be calculated on the total weight of cementitious material. 12 Cementitious materials are those listed in Section 5-05.2. With the Engineers written 13 approval microsilica fume and metakaolin can be used in all classifications of Class 14 4000, Class '3000 and commercial concrete and is limited to a maximum of 10% of the 15 cementitious material. 16 17 6-02.3(2)A Contractor Mix Design 18 The fourth, fifth and sixth sentences of the first paragraph are deleted and replaced with the 19 following sentence: 20 21 All proposed concrete mix shall meet the requirements of Table 2 Cementitious 22 Requirement for Concrete in Section 6-02.3(2). 23 24 6-02.3(2)D Lean Concrete 25 This section is revised to read: 26 27 Lean concrete shall have a minimum cementitious material content of between 145 and 28 200 -pounds per cubic yard and have a maximum water/cement ratio of 2. 29 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 29 1 6-02.3(6) Placing Concrete 2 The third paragraph is revised to read: 3 4 All foundations, forms, and contacting concrete surfaces shall be moistened with water 5 just before the concrete is placed. Any standing water on the foundation, on the 6 concrete surface, or in the form shall be removed. 7 8 The following new sentence is added after the fourth sentence in the fourth paragraph: 9 10 The submittal to the Engineer shall include justification that the concrete mix design will 11 remain fluid for interruptions longer than 30 -minutes between placements. 12 13 6-02.3(6)D Protection Against Vibration 14 The first paragraph is revised to read: 15 16 Freshly placed concrete shall not be subjected to excessive vibration and shock waves 17 during the curing period until it has reached a 2000 -psi minimum compressive strength 18 for structural concrete and lower strength classes of concrete. 19 20 6-02.3(10)D Concrete Placement, Finishing, and Texturing_ 21 The following paragraph is inserted at the beginning of this section: 22 23 Before placing bridge approach slab concrete, the subgrade shall be constructed in 24 accordance with Sections 2-06 and 5-05.3(6). 25 26 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 27 The third sentencein the second paragraph is revised to read: 28 29 All metal parts of the approach expansion anchor shall receive one coat of paint 30 conforming to Section 9-08.1(2)F or be galvanized in accordance with AASHTO M 232. 31 32 6-02.3(11) Curing Concrete 33 In the fifth paragraph "Type 1 b" is revised to read "Type 1 D, Class B". 34 35 6-02.3(17)B Allowable Design Stresses and Deflections 36 Under the heading "Timber", the second sentence is revised to read: 37 38 The allowable stresses and Toads shall not exceed the lesser of stresses and loads 39 given in the table below or factored stresses for designated species and grade in Table 40 7.3 of the Timber Construction Manual, latest Edition by the American Institute of 41 Timber Construction 42 43 Under the heading "Steel", the first sentence is revised to read: 44 45 For identified grades of steel, design stresses shall not exceed those specified in the 46 Steel Construction Manual, latest Edition by the American Institute of Steel 47 Construction, except as follows: 48 49 6-02.3(17)F Bracing 50 Under the heading "Temporary Bracing for Bridge Girders", the table is revised to read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 30 t 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Girder Series Distance in Inches W42G 30 W5OG 42 W58G 63 W74G 66 Prestressed concrete tub girders with webs with flanges 30 WF36G, WF42G, WF50G, WF58G,. WF66G, WF74G, WF83G, WF95G, and WF100G 70 W32BTG;' W38BTG, and W62BTG 70 WF74PTG, WF83PTG, WF95PTG, and WF100PTG 70 1 2 3 6-02.3(17)N Removal of Falsework and Forms 4 The first paragraph including table is revised to read: 5 6 If the Engineer does not specify otherwise, the Contractor may. remove forms based on 7 an applicable row; of criteria in the table below. Both compressive strength and minimum 8 time criteria' must be met if both are listed lathe applicable row. The minimum time shall 9 be from the time of the last concrete placement the forms support. In no case shall the 10 Contractor remove forms or falsework without the Engineer's approval. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 31 1 2 3 4 The third and fourth paragraphs are deleted. 5 6 The fifth paragraph is revised to read: 7 Concrete Placed In Percent of Specified Minimum Compressive Strengthl Minimum Compressive Strengthl Minimum Time Columns, walls, non- sloping box girder webs, abutments, footings, pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. — — 3 days Columns, walls, non- sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other Toads. — 1400 psi 18 hours Side forms of footings, pile caps, and shaft caps:2 — — 18 hours Crossbeams, shaft caps, struts, inclined columns and inclined walls. 80. - 5 days Bridge'decks supported on woodor steel stringers or on steel or prestressed concrete girders., 80 — 10 days Box girders, T -beam girders, and flat -slab Superstructure.3 80 — 14 days Arches.3 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. 8 Curing shall comply as required in Section 6-02.3(11). The concrete surface shall not 9 become dry during form removal if removed during the cure period. 10 11 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 12 In the fourth paragraph "9-20.3(4)" is revised to read "Section 9-20.3(4)". 13 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 t 1 1 1 1 1 1 1 a 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 6-02.3(24) Reinforcement This first paragraph is revised to read: Although a bar list is normally included in the Plans, the Contracting Agency does not guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement fabrication details shall be determined from the information provided in the Plans. The third paragraph is deleted. 6-02.3(24)C Placing and Fastening The eighth paragraph is revised to read: Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. The 14th paragraph is revised to read: Clearances for main bars shall be at least: 4 -inches between: 3 -inches between: 2 -'/2 -inches between: 2 -inches between: 1 -'A-inches between: 1 -inch between: Bars and the surface of any concrete masonry exposed to the action of salt or alkaline water. Bars and the surface of any concrete deposited against earth without intervening forms. Adjacent bars in a layer: Bridge deck bars and the top of the bridge deck. Adjacent layers. Bars and the surface of concrete exposed to earth. Reinforcing bars and the faces of forms for exposed aggregate finish. Bars and the surface of concrete when not specified otherwise in this. Section or in the Plans. Barrier and curb bars and the surface of concrete. Slab bars and the bottom of the slab. Slab bars and the top surface of the bottom slab of a cast -in-place concrete box girder. The following new paragraph is inserted after the 14th paragraph: Cover to ties and stirrups may be'/z-inch Tess than the values specified for main bars but shall not be Tess than 1 -inch. 6-02.3(24)F Mechanical Splices Items 1, 2, and 3 in the fourth paragraph are revised to read: 1. Mechanical splices shall develop at least 125 percent of the specified yield strength of the unspliced bar. The ultimate tensile strength of the mechanical splice shall exceed that of the unspliced bar. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111111 33 1 2. The total slip of the bar within the spliced sleeve of the connector after loading in 2 tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured 3 displacements between gage points clear of the splice sleeve: 4 5 a. 0.01 inches for bar sizes up to No. 14. 6 7 b. 0.03 inches for No. 18 bars. 8 9 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 10 11 6-02.3(25) Prestressed Concrete Girders 12 Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is 13 revised to read: 14 15 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, 16 WF58G, WF66G, WF74G, WF83G, WF95G and WF100G: 17 18 Under the heading "Spliced Prestressed Concrete Girder" the fourth sentence is revised 19 to read: 20 21 Ducts shall conform to the Section 6-02.3(26)E requirements for internal embedded 22 installation except that ducts for I girders may be 24 gage, semi-rigid, galvanized, 23 corrugated, ferrous metal. Ducts shall be round, unless the Engineer approves use of 24 elliptical shaped ducts. 25 26 Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to 27 read: 28 29 WSDOT standard girders in this category include Series WF74PTG, WF83PTG, 30 WF95PTG and WF1OOPTG. 31 32 6-02.3(25)1 Fabrication Tolerances 33 Item Number 1 in the first paragraph is revised to read: 34 35 1. Prestressed Concrete Girder Length (overall): ± 1/4-inch per 25-feet of beam 36 length, up to a maximum of ± 1-1/2-inch. 37 38 6-02.3(25)L Handling and Storage 39 In the third sentence of the second paragraph, the reference to "1-foot-9-inches" is revised to 40 read "3400t-0-inches". 41 42 In the fourth paragraph, the second, third, and fourth sentences are revised to read: 43 44 The lifting locations and concrete release strengths shown in the girder schedule in the 45 Plans assume that these temporary strands are pretensioned. Alternatively, these 46 temporary strands may be post-tensioned, provided the same lifting locations indicated 47 in the girder schedule are used and the strands are tensioned prior to lifting the girder 48 from the form. These temporary strands shall be of the same diameter, and shall be 49 tensioned to the same force, as the permanent strands. 50 51 In the fifth paragraph, the following new sentence is inserted after the second sentence: 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 34 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 When temporary top strands are not needed for lifting but are required for shipping, they 2 shall be post -tensioned on the same day that the permanent prestress is released into 3 the girder. 4 5 6-02.3(25)N Prestressed Concrete Girder Erection 6 The seventh paragraph is supplemented with the following: 7 8 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not 9 exceed 1.0. 10 11 6-02.3(26)E Ducts 12 Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in 13 the second paragraph is revised to read: 14 15 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of 16 PP0340B14541 to PP0340667884. 17 18 This section is supplemented with the following: 19 20 All duct splices, joints, couplings and connections to anchorages shall be made with 21 devices or methods (mechanical couplers, plastic sleeves, shrink sleeve) that are 22 approved by the duct manufacturer and produce a smooth interior alignment with no lips 23 or kinks. All connections and fittings shall be air and mortar tight. Taping is not 24 acceptable for connections and fittings. 25 26 6-02.3(26)H Grouting 27 The first sentence in the last paragraph is deleted. 28 29 6-02.3(27) Concrete for Precast Units 30 The first paragraph is supplemented with the following: 31 32 Type III portland cement is permitted to be used in precast concrete units. 33 34 The third paragraph is deleted. 35 36 This section is supplemented with the following new sub -sections: 37 38 6-02.3(27)A Use of Self Consolidating Concrete for Precast Units 39 Self Consolidating Concrete (SCC) is concrete that is able to flow under its own weight 40 and completely fill: the formwork without the need of any vibration while maintaining 41 homogeneity, even in the presence of dense reinforcement. SCC shall be capable of 42 flowing through the steel reinforcing bar cage without segregation or buildup of 43 differential head inside or outside of the steel reinforcing bar cage. 44 45 SCC may be used for the following precast concrete structure elements: 46 47 1. Precast roof, wall and floor panels, and retaining wall panels in accordance 48 with Section 6-02.3(28). 49 50 2. Precast reinforced concrete three sided structures in accordance with Section 51 6-02.3(28) as supplemented in the Special Provisions. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 35 1 3. Precast concrete barrier in accordance with Section 6-10.3(1). 2 3 4. Precast concrete wall stem panels in accordance with Section 6-11.3(3). 4 5 5. Precast concrete noise barrier wall panels in accordance with Section 6- 6 12.3(6). 7 8 6. Structural earth wall precast concrete facing panels in accordance with Section 9 6-13.3(4). 10 11 7. Precast drainage structure elements in accordance with Section 9-05.50. 12 13 8. Precast junction boxes, cable vaults, and pull boxes in accordance with 14 Section 9-29.2. 15 16 6-02.3(27)B Submittals for Self Consolidating Concrete for Precast Units 17 With the exception of items 3, 7, and 8 in Section 6-02.3(27)A, the Contractor shall 18 submit the mix design for SCC to the Engineer for annual approval in accordance with 19 Section 6-02.3(28)B . The mix design submittal shall include items specified in Section 20 6-02.3(2)A and results of the following tests conducted on concrete that has slump flow 21 within the slump flow rangedefined below: 22 23 1. Slump Flow. 24 25 a. The mix design shall specify the target slump flow in inches, in 26 accordance with WSDOT FOP for ASTM C 1611. The slump flow range 27 is defined as the target slump flow plus or minus 2 -inches. 28 29 b. The visual stability index (VSI) shall be Tess than or equal to 1, in 30 accordance with ASTM C 16.11, Appendix X1, using Filling Procedure B. 31 32 c. The T50 flow rate results shall be less than 6 -seconds in accordance with 33 ASTM C 1611, Appendix X1, using Filling Procedure B. 34 35 2. Column Segregation. 36 37 a. The maximum static segregation shall be 10 -percent in accordance with 38 ASTM C 1610. 39 40 b. The Maximum Hardened Visual Stability Index (HVSI) shall be 1 in 41 accordance with AASHTO PP 58. 42 43 3. J ring test results for passing ability shall be less than or equal to 1.5 -inches in 44 accordance with the WSDOT FOP for ASTM C 1621. 45 46 4. Air content shall be tested in accordance with WSDOT Test Method T 818, 47 and shall conform to Section 6-02.3(2)A. 48 49 5. Concrete unit weight results in pounds per cubic foot shall be recorded in 50 accordance with AASHTO T 121, except that the concrete shall not be 51 consolidated in the test mold. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 36 1 1 1 1 6. The temperature of all concrete laboratory test samples shall be tested in 2 accordance with AASHTO T 309 and shall conform to the placement limits 3 specified in Section 6-02.3(4)D. 4 5 7. The modulus of elasticity in pounds per square inch at 28 days shall be 6 recorded in accordance with ASTM C 469. 7 8 Use of Type III cement is permitted. 9 10 Placement for construction may include consolidation using light vibration, but the 11 requirements of Section 6-02.3(4)C for consistency will not apply: 12 13 Items 3, 7, and 8 in Section 6-02.3(27)A require the precast plant to cast one 14 representative structure acceptable to the Engineer and have the structure sawn in -half 15 for examination by the Contracting Agency to determine that segregation has not 16 occurred. The Contracting Agency's approval of the sawn structure will constitute 17 approval of the precast plant to use SCC and a concrete mix design submittal is not 18 required. 19 20 6-02.3(27)C Acceptance Testing of Self Consolidating Concrete for Precast 21 Units 22 Acceptance testing shall be performed by the Contractor and test results shall be 23 submitted to the Engineer. Placement of SCC for concrete testing such as cylinder 24 preparation shall be in accordance with WSDOT Test Method T 819. 25 26 SCC for items 1, 2, 4, 5, and 6 in Section 6-02.3(27)A will be accepted in accordance 27 with Section 6-02.3(5) procedures, and based on conformance to the requirements 28 specified above and in Section 6-02.3(2)A, for the following: 29 30 1. Temperature. 31 32 2. ' Air content. 33 34 3. Compressive strength at 28: -clays. 35 36 4. Slump flow Within the target slump flow range. 37 38 5. J ring passing ability less than or equal to 1.5 -inches. 39 40 6. VSI less than or equal to 1: 41 42 SCC for concrete barrier will be accepted in accordance with temperature, air, and 43 compressive strength testing listed above. 44 45 SCC for precast junction boxes, cable vaults, and pull boxes will be accepted in 46 accordance with temperature and 'compressive strength testing listed above. 47 48 SCC for precast drainage structure elements will be accepted in accordance with the 49 requirements of AASHTO M 199. 50 51 6-02.3(28) Precast Concrete Panels 52 In this section, all references to "units" are revised to read "panels". AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111/11 37 1 2 6-02.3(28)B Casting 3 The second paragraph is revised to read: 4 5 Concrete shall meet requirements of Section 6-02.3(25)B for annual pre -approval of the 6 concrete mix design, and slump. If SCC is used the concrete shall conform to Sections 7 6-02.3(27)8 and 6-02.3(27)0 8 9 6-02.3(28)F Tolerances 10 The reference to "PCI -MNL -166" is revised to read "PCI -MNL -116". 11 12 6-03.AP6 13 SECTION 6-03, STEEL STRUCTURES 14 April 4, 2011 15 6-03.3(25) Repair Welding 16 In the first paragraph "2002" is revised to read "2008". 17 18 6-03.3(25)A Welding Inspection 19 In the first paragraph "2002" is revised to read "2008". 20 21 In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised 22 to read '2008 Bridge". 23 24 6-03.3(29) Vacant 25 This section including title is revised to read: 26 27 Welded Shear Connectors 28 All welded shear connectors on steel girder top flanges shall be installed in the field 29 after the forms for the concrete bridge deck are in. place: The steel surface to be 30 welded shall be prepared to SSPC-SP 11, power tool cleaning, just prior to welding. 31 Installation, production control, and inspection of welded shear connectors shall 32 conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2008 Bridge Welding Code. 33 After the welded shear connectors are installed, the weld and the disturbed steel 34 surface shall be cleaned and painted in accordance with Section 6-07.3(9)1. 35 36 6-03.3(32) Assembling and Bolting 37 The third paragraph is revised to read: 38 39 Cylindrical erection pins (drift pins) shall be placed throughout each field connection and 40 each field joint with the greatest concentration in the outer edges of a splice plate. or 41 member being bolted. Drift pins shall be double tapered barrel pins of hardened steel. 42 The diameter of the drift pins shall at least be 1/32 -inch larger than the diameter of the 43 bolts in the connection or the full hole diameter. 44 45 6-03.3(33) Bolted Connections 46 This section is revised to read: 47 48 Fastener components shall consist of bolts, nuts, washers, tension control bolt 49 assemblies, and direct tension indicators. Fastener components shall meet the 50 requirements of Section 9-06.5(3). AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 The Contractor shall submit documentation of the bolt tension calibrator for approval by 3 the Engineer and shall include brand, capacity, model, date of last calibration, and 4 manufacturer's instructions for use. The Contractor shall be responsible to supply the 5 approved bolt tension calibrator and all accompanying hardware and calibrated torque 6 wrenches to conduct all testing and inspection described herein. Use of the bolt tension 7 calibrator shall comply with manufacturer's recommendations. 8 9 Fastener components shall be protected from dirt and moisture in closed containers at 10 the site of installation. Only as many fastener components as are anticipated to be 11 installed during the Work shift shall betaken from protected storage. Fastener 12 components that are not incorporated into the Work shall be returned to protected 13 storage at the end of the Work shift. Fastener components shall not be cleaned or 14 modified from the°as-delivered condition. Fastener components that accumulate rust or 15 dirt shall not be incorporated into the Work. Tension control bolt assemblies shall not 16 be relubricated, except by the manufacturer. 17 18 All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 19 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be 20 galvanized or be used in contact with galvanized metal. 21 Washers are required under turned elements for bolted connections and as required in 22 the following: 23 24 1. Washers shall be used under both the head and the nut when AASHTO M 253 25 bolts are to be installed in structural carbon steel, as specified in Section 9- 26 06.1. 27 28 2. Where the outer face of the bolted parts has a slope greater than 1:20 with 29 respect to a plane normal to the bolt axis, a beveled washer shall be used. 30 31 3. Washers shall not be stacked unless otherwise approved by the Engineer. 32 33 4. It is acceptable to place a washer under the unturned element. 34 35 All galvanized nuts shall be lubricated by the manufacturer with a lubricant containing a 36 visible dye so a visual check for the lubricant can be made at the time of field 37 installation. Black bolts shall be lubricated by the manufacturer and shall be "oily" to the 38 touch when installed.. 39 40 After assembly, bolted parts shall fit solidly together. They shall not be separated by 41 washers; gaskets, or any other material. Assembled joint surfaces, including those next 42 to bolt heads, nuts; and washers, shall be free of loose mill scale, burrs, dirt, and other 43 foreign material that would prevent solid seating. 44 45 46 47 When all bolts in a joint are tight, each bolt shall carry at least the proof load shown in Table 3 below: Table 3 Minimum Bolt Tension Bolt Size` (inches) AASHTO M 164 and ASTM F 1852 AASHTO M 253 (pounds) AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 39 1 2 3 4 5 6 Prior to final tightening of any bolts in a bolted connection, the connection shall be compacted to a snug -tight condition. Snug tight shall include bringing all plies of the connection into firm contact and snug -tightening all bolts in accordance with Section 6- 03.3(32). 7 Final tightening may be done by either the turn -of -nut method, the direct -tension 8 indicator method, or twist off type tension control structural bolt/nut/washer assembly 9 method. Preferably, the nut shall be turned tight while the bolt is prevented from 10 rotating. However, if,required by either turn -of -nut or direct -tension -indicator methods, 11 because of bolt entering and/or wrench operational clearances, tightening may be done 12 by turning the bolt while the nut is prevented from rotating. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. Turn -of -Nut Method. After all specified bolting conditions satisfied, and before final tightening, the Contractor shall match. --mark with crayon or paint the outer face of each nut and the protruding part of the bolt. Each bolt shall be final tightened to the specified minimum tension by rotating the amount specified in Table 4. To ensure that this tightening method is followed, the Engineer will (1) observe as the Contractor installs, snug -tightens, and final tightens ali bolts and (2) inspect each match -mark. Table 4 Turn -of -Nut Tightening Method Nut Rotational from Snug- Tight Condition (pounds) Disposition of Outer Faces of Bolted Parts 1/2 12,050 14,900 5/8 19,200 23,700 3/4 28,400 35,100 7/8 39,250 48,500 1 51,500 63,600 11/8 56,450 80,100 11/4 71,700 101,800 13/8. 85,450 121,300 11/2 104,000 147,500 Prior to final tightening of any bolts in a bolted connection, the connection shall be compacted to a snug -tight condition. Snug tight shall include bringing all plies of the connection into firm contact and snug -tightening all bolts in accordance with Section 6- 03.3(32). 7 Final tightening may be done by either the turn -of -nut method, the direct -tension 8 indicator method, or twist off type tension control structural bolt/nut/washer assembly 9 method. Preferably, the nut shall be turned tight while the bolt is prevented from 10 rotating. However, if,required by either turn -of -nut or direct -tension -indicator methods, 11 because of bolt entering and/or wrench operational clearances, tightening may be done 12 by turning the bolt while the nut is prevented from rotating. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. Turn -of -Nut Method. After all specified bolting conditions satisfied, and before final tightening, the Contractor shall match. --mark with crayon or paint the outer face of each nut and the protruding part of the bolt. Each bolt shall be final tightened to the specified minimum tension by rotating the amount specified in Table 4. To ensure that this tightening method is followed, the Engineer will (1) observe as the Contractor installs, snug -tightens, and final tightens ali bolts and (2) inspect each match -mark. Table 4 Turn -of -Nut Tightening Method Nut Rotational from Snug- Tight Condition Bolt Length Disposition of Outer Faces of Bolted Parts Condition 1 Condition 2 Condition 3 L<= 4D 1/3 turn '/2 turn 2/3 turn 4D < L<= 8D 1/2 turn 2/3 turn 5/6 turn 8D < L<= 12D 2/3 turn 5/8 turn 1 turn Bolt length measured from underside of head to top of nut. Condition 1— both faces at right angles to bolt axis. Condition 2 — one face at right angle to bolt axis, one face sloped no more than 1:20, without bevel washer. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 40 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Condition 3 — both faces sloped no more than 1:20 from right angle to bolt axis, 2 without bevel washer. 3 4 Nut rotation is relative to the bolt regardless of which element (nut or bolt) is being 5 turned. Tolerances permitted plus or minus 30 degrees (1/12 turn) for final turns of 6 1/2 turn or less; plus or minus 45 degrees (1/8 turn) for final turns of 2/3 turn or more. 7 8 D = nominal bolt diameter of bolt being tightened. 9 10 When bolt length exceeds 12D, the rotation shall be determined by actual tests in 11 which a suitable tension device simulates actual conditions. 12 13 14 15 16 17 18 19 20 21 22 23 2. Direct -Tension -Indicator Method. Direct -Tension -Indicators (DTIs) shall not be used under the turned element. DTIs shall be placed under the bolt head with the protrusions facing the bolt head when the nut is turned. DTIs shall be placed under the nut with the protrusions facing the nut when the bolt is turned. Table 5 Direct Tension Indicator Requirements Bolt Size,tight inches DTI Spaces Maximum Snug- Refusals Minimum Final Tighten Refusals M 164 M 253 M 164 M 253 M 164 M 253 1/2 4 5 1 2. 2 3 5/8 4 5 1 2 2 3 3/4 5 6 2 2 3 3 7/8 5 6 2 2 3 3 1 6 7 2 3 3 4 1-1/8 6 7 2 3 3 4 1-1/4 7 8 3 3 4 4 1-3/8 7 8 3 3 4 4 1-1/2 8 9 3 4 4 5 Gap refusal shall be measured with a 0.005 inch tapered feeler gage. After all specified bolting conditions are satisfied, the snug -tightened gaps shall meet Table 5 snug -tight limits. 24 Each bolt shall be final -tightened to meet Table 5 final tighten limits. If the bolt is 25 tensioned so that no visible gap in any space remains, the bolt and DTI shall be 26 removed and replaced by a new properly tensioned bolt and DTI. 27 28 The. Contractor shall tension all bolts, inspecting all DTIs with a feeler gage, in the 29 presence of the Engineer. DTIs shall be installed by 2 or more person crews with 1 30 individual preventing the element at the DTI from turning, and measuring the gap of 31 the DTI to determine the proper tension of the bolt. 32 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 41 1 If a bolt, that has had its DTI brought to full load, loosens during the course of 2 bolting the connection, it shall be rejected. Reuse of the bolt and nut are subject to 3 the provisions of this section. The used DTI shall not be reinstalled. 4 5 3. Twist Off Type Tension Control Structural Bolt/Nut/Washer Assembly Method 6 (Tension Control Bolt Assembly). Tension control bolt assemblies shall include 7 the bolt, nut, and washer(s) packaged and shipped as a single assembly. Tension 8 control bolt assembly components shall not be interchanged for testing or 9 installation and shall comply with all provisions of ASTM F 1852. 10 11 The tension control bolts shall incorporate a design feature intended to either 12 indirectly indicate, or to automatically provide, the minimum tension specified in 13 Table 3 of Section 6-03.3(33). 14 15 The Contractor shall submit the tension control bolt assembly to the Engineer for 16 approval with bolt capacities, type of bolt, nut, and washer lubricant, method of 17 packaging and protection of the lubricated bolt, installation equipment, calibration 18 equipment, and installation procedures. 19 20 The tension control bolt manufacturer's installation procedure shall be followed for 21 installation of bolts in the verification testing device, in all calibration devices, and in 22 all structure connections. 23 24 In some cases, proper tensioning of the bolts may requiremore than one cycle of 25 systematic partial tightening prior to final yield or fracture of the tension control 26 element of each bolt. If yield or fracture of the tension control element of a bolt 27 occurs prior to the final tightening cycle, that bolt shall be replaced with a new one. 28 29 Additional field verification testing shall be performed as requested by the Engineer. 30 31 All bolts and connecting hardware shall be stored and handled in a manner to 32 prevent corrosion and loss of lubricant. Bolts which are installed without the same 33 lubricant coating as tested under the verification test Will be rejected and shall be 34 removed from the joint and be replaced with new lubricated bolts at no additional 35 cost to the Contracting Agency. 36 37 AASHTO M 253 bolts, galvanized AASHTO M 164 bolts, and ASTM F 1852 tension 38 control bolt assemblies shall not be reused. Black AASHTO M 164 bolts maybe reused 39 once if approved by the. Engineer. All bolts to be reused shall have their threads 40 inspected for distortion by reinstalling the used nut on the bolt and turning the nut for the 41 full length of the bolt threads by hand. Bolts to be reused shall be relubricated in 42 accordance with the manufacturer's recommendations and as approved by the 43 Engineer. Used bolts shall be subject to a rotational capacity test as specified in Section 44 6-03.3(33)A Pre -Erection Testing. Touching up or retightening bolts previously tightened 45 by the turn -of -nut method, which may have been loosened by the tightening of adjacent 46 bolts shall not be considered as reuse, provided the snugging up continues from the 47 initial position and does not require greater rotation, including the tolerance, than that 48 required by Table 4. 49 50 6-03.3(33)A Pre -Erection Testing 51 This section is revised to read: 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111/11 42 1 High strength bolt assemblies (bolt, nut, direct tension indicator, and washer), black and 2 galvanized, shall be subjected to a field rotational capacity test, as outlined below, prior 3 to any permanent fastener installation. For field installations, the rotational capacity test 4 shall be conducted at the jobsite. Each combination of bolt production lot, nut 5 production lot, washer production lot, and direct tension indicator production lot shall be 6 tested as an assembly, except tension control bolt assemblies which shall be tested as 7 supplied by the manufacturer. Each rotational capacity test shall include three 8 assemblies. Once an assembly passes the rotational capacity test, it is approved for 9 use for the remainder of the project, unless the Engineer deems further testing is 10 necessary. All tests shall be performed in a bolt tension calibrator by the Contractor in 11 the presence of the Engineer. High-strength bolt assemblies used in this test shall not 12 be reused. The bolt assemblies shall meet the following requirements after being 13 pretensioned to 15 percent of the minimum bolt tension in Table 3. The assembly shall 14 be considered as nonconforming if the assembly fails to pass any one of the following 15 specified requirements. 16 17 1. The measured torque to produce the minimum bolt tension shall not exceed 18 the maximum allowed torque value obtained by the following equation. 19 Torque=0.25'PD 20 Where: Torque = Calculated Torque (foot-pounds) 21 P = Measured Bolt Tension (pounds) 22 D Normal Bolt Diameter (feet) 23 24 2. After placing the assembly through two cycles of the required number of turns, 25 where turns are measured from the 15 percent pretention condition, as 26 indicated in Table .4 of Section 6-03.3(33), 27 28 a. The maximum recorded tension after the two turns shall be equal to 29 or greater than 1.15 times the minimum bolt tension listed in Table 3 30 of Section 6.03.3(33). 31 32 b. Each assembly shall be successfully installed to the specified number 33 of turns. 34 35 c. The fastener components in the assembly shall not exhibit shear 36 failure or stripping of the threads as determined by visual examination 37 of bolt and nut threads following removal. 38 39 d. The bolts in the assembly shall not exhibit torsional or 40 torsional/tension failure: 41 42 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt 43 between the bolt head and the nut is not considered to be a failure. 44 45 Bolts that are too short to test in the bolt tension calibrator shall be tested in a steel joint 46 The Contractor shall (1) install the high-strength bolt assemblies (bolt, nut, direct tension 47 indicator and washer) in a steel joint of the proper thickness, (2) tighten to the snug tight 48 condition, (3) match -mark the outer face of each nut and the protruding part of the bolt 49 with crayon or. paint, (4) rotate to the requirements of Table 4, and (5) record the torque 50 that is required to achieve the required amount of rotation. The assembly shall be 51 considered as non -conforming if the assembly fails t� pass any one of the following 52 specified requirements. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111111 43 1 2 1. The recorded torque to produce the minimum rotation shall not exceed the 3 maximum allowed torque value obtained by the following equation. 4 Torque = 0.25 PD 5 Where: Torque = Calculated Maximum Allowed Torque (foot-pounds) 6 P = Specified Bolt Tension per Table 3, multiplied by a 7 factor of 1.15 (pounds) 8 D = Normal Bolt Diameter (feet) 9 2. After placing the assembly through two cycles of the required number of turns, 10 where turns are measured from the snug tight condition specified in Section 6- 11 03.3(32), 12 13 a. Each assembly shall be successfully installed to thespecified number 14 of turns. 15 16 b. The fastener components in the assembly shall not exhibit shear 17 failure or stripping of the threads as determined by visual examination 18 of bolt and nut threads following.removal. 19 20 c. The bolts in the assembly shall not exhibit torsional or 21 torsional/tension failure. 22 23 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt 24 between the bolt head and the nut is not considered to be a failure. 25 26 The Contractor shall submit the manufacturer's detailed procedure for pre -erection 27 (rotational capacity) testing of tension control bolt assemblies to the Engineer for 28 approval and shall have an approved procedure prior to testing. 29 30 Three DTIs, per lot, shall be tested in a bolt tension calibrator. The bolts shall be 31 tensioned to 105 -percent of the tension shown in Table 3 of Section 6-03.3(33). If all of 32 the DTI protrusions are completely crushed (all 5 openings with zero gap), this lot of 33 DTIs is rejected. 34 35 6-03.3(33)B Bolting Inspection 36 The first paragraph is revised to read: 37 38 The Contractor, in the presence of the Engineer, shall inspect the tightened bolt using a 39 calibrated inspection torque wrench, regardless of bolting method: The Contractor shall 40 supply the inspection torque wrench. 41 42 The first sentence in the second paragraph is revised to read: 43 44 If the bolts to be installed are not long enough to fit in the bolt tension calibrator, five 45 bolts of the same grade, size, and condition as those under inspection shall be tested 46 using Direct -Tension -Indicators (DTIs) to measure bolt tension. 47 48 The first sentence in the third paragraph is revised to read: 49 50 Five representative bolts/nuts/washers and DTIs, if used (provided by the Contractor) of 51 the same grade, size, and condition as those under inspection shall be placed 52 individually in a bolt tension calibrator to measure bolt tension. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 The fourth and fifth sentences in the third paragraph are revised to read: 3 4 In the bolt tension calibrator, each bolt shall be tightened by any convenient means to 5 the specified tension. The inspection torque wrench shall then be applied to the 6 tightened bolt to determine the torque required to turn the nut or head 5 degrees 7 (approximately 1 -inch at a 12 -inch radius) in the tightening direction. 8 9 The fourth paragraph is revised to read: 10 11 Ten percent (at least two), or as specified by the Engineer, of the tightened bolts on the 12 Structure represented by the test bolts shall be selected at random in each connection. 13 The job-inspectiontorque shall then be applied to each with the inspecting wrench 14 turned in the tightening direction, with no restraint applied to the opposite end of the 15 bolt. If this torque turns no bolt head or nut, the Contracting Agency will accept the 16 connection as being properly tightened. If the torque turns one or more bolt heads or 17 nuts, the job= inspection torque shall then be applied to all bolts in the connection. 18 Except for tension control bolt assemblies and DTIs with zero gap at all protrusion 19 spaces, any bolt whose head or nut turns at this stage shall be tightened and 20 reinspected. Any tension control bolt assemblies or DTIs that have zero gap at all 21 protrusion spaces shall be replaced if the head or nut turns at this stage. 22 23 This section is supplemented with the following new paragraph: 24 25 The Contractor shall submit the manufacturer's detailed procedure for routine 26 observation t� ensure proper use of the tension control bolt assemblies to the Engineer 27 for approval and shall have an approved procedure prior to any assembling of bolted 28 connections. 29 30 6-03.3(39) Swinging the Span 31 In the first paragraph "roadway slabs" is revised to read "bridge deck". 32 33 6-07.AP6 34 SECTION 6-07, PAINTING 35 April 4, 2011 36 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal 37 Component 38 Item 1 in the first paragraph is supplemented with the following: 39 40 h. Minimum wet film thickness for each coat to achieve the specified minimum dry film 41 thickness. 42 43 6-07.3(9)F Shop Surface Cleaning and Preparation 44 The third sentence is revised to read: 45 46 The entire steel surface to be painted, including surfaces specified in Section 6- 47 07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in 48 accordance with SSPC-SP 10 and shall be in this condition immediatelyprior to paint 49 application. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK 1 6-07.3(9)G Application of Shop Primer Coat 2 In the second paragraph, the second, third, and fourth sentences are deleted. 3 4 6-07.3(9)1 Application of Field Coatings 5 The following new paragraph is inserted preceding the first paragraph: 6 7 Prior to applying field coatings, the Contractor shall field install welded shear connectors 8 on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in 9 the Plans. After installation of the welded shear connectors, the weld and the disturbed 10 surface of the.steel girder top flange shall be cleaned in accordance with SSPC-SP 11 11 and primed. 12 13 6-07.3(10)H Paint System 14 In the first sentence of the first paragraph "new steel" is revised to read "existing steel". 15 16 6-07.3(10)K Coating Thickness 17 This section is revised to read: 18 19 The minimum dry film thickness of each coat (primer, intermediate, top, and all stripe 20 coats) shall not be less than 3.0 mils. The dry film thickness shall not be thicker than 21 the paint manufacturer's recommended maximum thickness. 22 23 The minimum wet film thickness of each coat shall be specified by the paint 24 manufacturer to achieve the minimum dry film thickness. 25 26 Film thickness, wet and dry, will be measured by gages conforming to Section 6- 27 07.3(8)A. Wet measurements will be taken immediately after the paint is applied in 28 accordance with ASTM D 4414. Dry measurements will be taken after the coating is dry 29 and hard in accordance with SSPC Paint Application Specification Section No. 2. 30 31 Each painter shall be equipped with a wet film thickness gauge, and shall be 32 responsible for performing frequent checks of the paint film thickness throughout 33 application. 34 35 Coating thickness measurements may be made by the Engineer after the application of 36 each coat and before the application of the succeeding coat. In addition, the. Engineer 37 may inspect for uniform and complete coverage and appearance: One hundred percent 38 of all thickness measurements shall meet or exceed the minimum wet film thickness. In 39 areas where wet film thickness measurements are impractical, dry film thickness 40 measurements may be made. If a question arises about an individual coat thickness or 41 coverage, it may be verified by the use of a Tooke gauge in accordance .with ASTM D 42 4138. 43 44 If the specified number of coats does not produce a combined dry film thickness of at 45 least the sum of the thicknesses required per coat, or if an individual coat does not meet 46 the minimum thickness, or if visual inspection shows incomplete coverage, the coating 47 system will be rejected, and the Contractor shall discontinue painting and surface 48 preparation operations and shall submit a proposal for repair to the Engineer The repair 49 proposal shall include documentation demonstrating the cause of the less than 50 minimum thickness along with physical test results, as necessary, and modifications to 51 work methods to prevent similar results. The Contractor shall not resume painting or AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 46 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 surface preparation operations until receiving the Engineer's approval of the completed 2 repair. 3 4 6-07.5 Payment 5 The last sentence in the paragraph starting with "Progress payments for "Cleaning and 6 Painting" is revised to read: 7 8 Payment will not be made for areas that are otherwise complete but have repairs 9 outstanding. 10 11 6-09.AP6 12 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 13 August 2, 2010 14 6-09.3(1)E Air Compressor 15 In the .first paragraph "roadway" is deleted and replaced with "bridge". 16 17 6-09.3(6) Further Deck Preparation 18 In the second paragraph, item number 3. and 4. are revised to read: 19 20 3. Existing non -concrete patches as authorized by the Engineer: 21 22 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of 23 reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12- 24 inches or more along the bar. 25 26 6-09:3(6)B Deck Repair Preparation 27 In the first paragraph, the second sentence is revised to read: 28 29 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 30 3/-inchminimum clearance around the top mat of steel reinforcing bars only where 31 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 32 between concrete and the top mat of steel is broken. 33 34 6-10.AP6 35 SECTION 6-10, CONCRETE BARRIER 36 January 3, 2011 37 6-10.3(1) .Precast Concrete Barrier 38 The third paragraph is deleted. 39 40 In the seventh paragraph, the following sentence is inserted after the first sentence: 41 42 If Self Consolidating Concrete is used the concrete shall conform to Sections 6- 43 02.3(27)B and 6-02.3(27)C. 44 45 In the 12th paragraph, the first sentence is revised to read: 46 47 Only 1 section less than 20 -feet long for single slope barrier and 10 -feet long for all 48 other barriers may be used in any single run of precast barrier, and it must be at least 8- 49 feet long. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 47 1 2 6-10.3(6) Placing Concrete Barrier 3 The first paragraph is revised to read: 4 5 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation 6 shaped to a uniform grade and section. The foundation surface for precast concrete 7 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: 8 9 When a 10 -foot straightedge is placed on the surface parallel to the centerline for 10 the barrier, the surface shall not vary more than 1/4 -inch from the lower edge of the 11 straightedge. If deviations exceed %-inch, the Contractor shall correct them as 12 required in Section 5-04.3(13). 13 14 In the second paragraph, the first sentence is revised to read: 15 16 The Contractor shall align the joints of all precast barrier segments so that they offset no 17 more than 1/4 -inch transversely and no more than 3/4 -inch vertically. 18 19 6-11.AP6 20 SECTION 6-11 REINFORCED CONCRETE WALLS 21 January 3, 2011 22 6-11.3(3) Precast Concrete Wall Stem Panels 23 The first paragraph is supplemented with the following: 24 25 If Self Consolidating Concrete is used the concrete shall conform to Sections 6- 26 02.3(27)B and 6-02.3(27)C. 27 28 6-12.AP6 29 SECTION 6-12, NOISE BARRIER WALLS 30 January 3, 2011 31 6-12.3(6) Precast Concrete Panel Fabrication and Erection 32 Item number 1 is revised to read: 33 34 1. Concrete shall conform to Class 4000. If Self Consolidating Concrete is used the 35 concrete shall conform to Sections 6-02.3(27)B and 6-02.3(27)C. 36 37 The second sentence of the first paragraph in Item 3 is revised to read: 38 39 The Contractor shall cast the precast concrete panels horizontally. 40 41 6-13.AP6 42 SECTION 6-13, STRUCTURAL EARTH WALLS 43 January 3, 2011 44 6-13.3(2) Submittals 45 This section is revised to read: 46 47 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a 48 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11 /11 48 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 that the structural earth wall materials conform to the specified material requirements 2 This includes providing a Manufacturer's Certificate of Compliance for all concrete 3 admixtures, cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, 4 tie strips, fasteners, welded wire mats, backing mats, construction geotextile for wall 5 facing, drainage geosynthetic fabric, block connectors, and joint materials. The 6 Manufacturer's Certificate of Compliance for geogrid reinforcement shall include the 7 information specified in Section 9-33.4(4) for each geogrid roll, and shall specify the 8 geogrid polymer types for each geogrid roll. 9 10 A copy of all test results, performed by the Contractor or the Contractor's supplier, 11 which are necessary to assure compliance with the specifications, shall submitted to the 12 Engineer along with each Manufacturer's Certificate of Compliance. 13 14 Before fabrication, the Contractor shall submit a field construction manual for the 15 structural earth walls, prepared by the wall manufacturer, to the Engineer for approval in 16 accordance with Section 6-01.9.. This manual shall provide step-by-step directions for 17 construction of the wall system. 18 19 The Contractor, through the license/patent holder for the structural. earth wall system, 20 shall submit detailed design calculations and working drawings to the Engineer for 21 approval in accordance with Section 6-01.9. If not prepared by the license/patent holder 22 for the structural earth system, the design calculation and working drawing submittal 23 shall include documentation that the design calculation and working drawing submittal 24 has been reviewed by, and received the concurrence of, the headquarters organization 25 of the structural earth wall manufacturer as identified in the Special Provisions. Review 26 and concurrence by a sales representative office is not acceptable. 27 28 The Contractor shall not begin wall construction until receiving the Engineer's written 29 approval of the material certifications and test results, design calculations and working 30 drawing submittals. 31 32 This section is supplemented with the following new subsections: 33 34 6-13.3(2)A Design Calculation Content Requirements 35 The design calculation submittal shall include detailed design calculations based on the 36 wall geometry and design parameters specified in the Plans and Special Provisions. 37 The calculations shall include detailed explanations of any symbols, design input, 38 materials property values, and computer programs used in the design of the walls. All 39 computer output submitted shall be accompanied by supporting hand calculations 40 detailing the calculation process. If MSEW 3.0, or later version, is used for the wall 41 design, hand calculations supporting MSEW are not required. 42 43 The design calculations shall be based on the current AASHTO LRFD Bridge Design 44 Specifications, including current interims, the current WSDOT Bridge Design Manual 45 LRFD (BDM) and WSDOT Geotechnical Design Manual (GDM), and also based on the 46 following: 47 48 1. The wall design calculations shall address all aspects of wall internal stability 49 for the service, strength, and extreme event limit states. 50 51 2. The wall surcharge conditions (backfill slope) shown in the Plans. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 49 1 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be 2 used in the design. 3 4. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of 4 the wall, the barrier shall be designed for a minimum TL -4 impact load, unless 5 otherwise specified in the Plans or Special Provisions. 6 7 5. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of 8 the wall, the wall shall be designed for the impact load transferred from the 9 barrier to the wall. 10 11 6. The geotechnical design parameters for the wall shall be as specified in the 12 Special Provisions 13 14 7. The minimum soil reinforcement length shall be the greater dimension of the 15 following: 16 17 a. 0.7 times the wall design height H. 18 19 b. 6'-0". 20 21 c. That required by design to meet internal stability design requirements, soil 22 bearing pressure design requirements, and constructability requirements. 23 24 d. That required by the wall design as shown in the Plans. 25 26 If there are differences in design requirements between the AASHTO LRFD Bridge 27 Design Specifications and the BDM or GDM, the BDM and GDM requirements shall 28 govern. 29 30 6-13.3(2)B Working Drawing Content Requirements 31 All design details shown in the working drawings shall be.selected from the design 32 details and products specified for the specific structural earth wall manufacturer in the 33 Preapproved Wall Appendix in the current WSDOT Geotechnical Design Manual 34 (GDM). Geosynthetic reinforcement shown in the working drawings shall be selected 35 from the products listed in the current WSDOT Qualified Products List (QPL). 36 Substitution of design details and products not listed in the current WSDOT GDM or 37 QPL Will not be allowed. 38 39 The working drawing submittal shall include all details, dimensions, quantities, and 40 cross-sections necessary to construct the wall based on the wall geometry and design 41 parameters specified in the Plans and Special Provisions, and shall include but not be 42 limited to, the following items: 43 44 1. A plan and elevation sheet or sheets for each wall, containing the following: 45 46 a. An elevation view of the wall that includes the following: 47 48 i. the elevation at the top of the wall, at all horizontal and vertical break 49 points, and at least every 50 -feet along the wall; 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ii. elevations at the base of welded wire mats or the top of leveling pads 2 and foundations, and the distance along the face of the wall to all 3 steps in the welded wire mats, foundations and leveling pads; 4 5 iii. the designation as to the type of panel, block, or module; 6 7 iv. the length, size, and number of geogrids or mesh or strips, and the 8 distance along the face of the wall to where changes in length of the 9 geogrids or mesh or strips occur; or 10 11 v. the length, size and wire sizes and spacing of the welded wire mats 12 and backing mats, and the distance along the face of the wall to 13 where changes in length, size, and wire sizes and spacing of the 14 welded wire mats and backing mats occur; and 15 16 vi. the location of the original and final ground line. 17 18 b. A plan view of the wall that indicates the offset from the construction 19 centerline to the face of the wall at all changes in horizontal alignment; the 20 limit of the widest module, geogrid, mesh, strip or welded wire mat, and 21 the centerline of any drainage structure or drainage pipe which is behind 22 or passes under or through the wall: 23 24 c. General notes, if any, required for design and construction of the wall 25 26 d. All horizontal and vertical curve data affecting wall construction. 27 28 e. A listing of the summary of quantities provided on the elevation sheet of 29 each wall for all items including incidental items. 30 31 f. Cross-section showing limits of construction. In fill sections, the cross - 32 section shall show the limits and extent of select granular backfill material 33 placed above original ground. 34 35 g. Limits and extent of reinforced soil volume. 36 37 2. All details including steel reinforcing bar bending details. Bar bending details 38 shall be in accordance with Section 9-07.1. 39 40 3. All details for foundations and leveling pads, including details for steps in the 41 foundations or leveling pads. 42 43 4. All modules and facing elements shall be detailed. The details shall show all 44 dimensions necessary to construct the element, all steel reinforcing bars in the 45 element, and the location of reinforcement element attachment devices 46 embedded in the precast concrete facing panel or concrete block. 47 48 5. All details for construction of the wall around drainage facilities, sign, signal, 49 luminaire, and noise barrier wall foundations, and structural abutment and 50 foundation elements shall be clearly shown. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111/11 51 1 6. All details for connections to SEW traffic or pedestrian barriers, coping, 2 parapets, noise barrier walls, and attached lighting shall be shown. 3 4 7. All details for the SEW traffic or pedestrian barrier attached to the top of the 5 wall (if shown in the Plans) including interaction with bridge approach slabs. 6 7 6-13.3(3) Excavation and Foundation Preparation 8 The first sentence in the first paragraph is revised to read: 9 10 Excavation shall conform to Section 2-09.3(3). 11 12 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication 13 Item number 1 in the first paragraph is revised to read: 14 15 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch, 16 unless otherwise specified in the Special Provisions for specific proprietary wall 17 systems. If Self Consolidating Concrete is used the concrete shall conform to 18 Sections 6-02.3(27)B and 6-02.3(27)C. 19 20 6-13.4 Measurement 21 The fourth paragraph is deleted 22 23 6-13.5 Payment 24 The bid items "Structure Excavation Class B", per cubicyard, "Structure Excavation Class B 25 Incl. Haul", per cubic yard, and "Shoring Or Extra Excavation Class B", per square foot, are 26 deleted from this section. 27 28 6-14.AP6 29 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 30 April 4, 2011 31 6-14.2 Materials 32 In the firstparagraph, the following three items are inserted above the item "Gravel Borrow 33 For Geosynthetic Retaining Wall": 34 35 Portland Cement 9-01 36 Aggregates for Portland Cement Concrete 9-03.1 37 Sand 9-03.13(1) 38 39 In the first paragraph, the following four items are inserted after the item "Gravel Borrow For 40 Geosynthetic Retaining Wall": 41 42 Anchor rods and associated nuts, washers and couplers 9-06.5(1) 43 Reinforcing Steel 9-07 44 Wire Mesh for Concrete Reinforcement 9-07.7 45 Grout 9-20.3(2) 46 47 6-14.3(3) Excavation and Foundation Preparation 48 The first sentence in the firstparagraph is revised to read: 49 50 Excavation shall conform to Section 2-09.3(3). AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 52 1 1 1 r 1 1 1 1 1 1 2 6-14.3(6) Permanent Facing 3 The last sentence in the first paragraph is revised to read: 4 5 Concrete fascia panel, if shown in the Plans, shall conform to Section 6-15 3(9), if cast - 6 in-place, and shall conform to Section 6-02.3(28), if precast. 7 8 6-14.4 Measurement 9 The fifth paragraph is deleted 10 11 6-14.5 Payment 12 The bid items "Structure Excavation Class B", per cubic yard, "Structure Excavation Class B 13 Incl. Haul", per cubic yard, and "Shoring Or Extra Excavation Class B", per square foot, are 14 deleted from this section. 15 16 The paragraph following the bid item "Concrete Fascia Panel" is revised to read: 17 18 All costs in connection with constructing the concrete fascia panels as specified shall be 19 included in the unit contract price per square foot for "Concrete Fascia Panel", including 20 all steel reinforcing bars, premoided joint filler; polyethylene bond breaker strip, joint 21 sealant, PVC. pipe for weep holes, exterior surface finish, and pigmented sealer (when 22 specified); and all costs associated with precast concrete construction of concrete fascia 23 panels, including working drawingsubmittals; shipping, handling; protection,' erection, 24 temporary support,foliowing erection, constructing and placing the concrete leveling 25 pad, edge beam, anchor beam, anchor rod assembly and backfill. 26 27 6-16.AP6 28 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 29 August 2, 2010 30 6-16.5 Payment 31 The first sentence in the paragraph following the bid item "Furnishing Soldier Pile ", per 32 linear foot, is revised to read: 33 34 All costs in connection with furnishing soldier pile assemblies shall be included in the 35 unit contract price Per linear foot for "Furnishing Soldier Pile - ", including fabricating 36 and painting the pile assemblies, and field splicing and field trimming the soldier piles. 37 38 6-17.AP6 39 SECTION 6-17, PERMANENT GROUND ANCHORS 40 January 3, 2011 41 6-17.3(3) Submittals 42 Item number 2 in the third paragraph is revised to read: 43 44 2. Ground anchor factored design load 45 46 6-17.3(5) Tendon Fabrication 47 In the second paragraph, the second sentence is revised to read: 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 53 1 The tendon shall be sized so the factored design Toad does not exceed 80 percent of 2 the minimum guaranteed ultimate tensile strength of the tendon. 3 4 In the third paragraph, the first sentence is revised to read: 5 6 The Contractor shall be responsible for determining the bond length and tendon bond 7 length necessary to develop the factored design load indicated in the Plans in 8 accordance with Sections 6-17.3(8)A, 6-17.3(8)B, and 6-17.3(8)C. 9 10 6-17.3(7) Installing Permanent Ground Anchors 11 In the third paragraph, the first sentence is revised to read: 12 13 The tendon shall be inserted into the drill hole to the desired depth prior to grouting. 14 15 In the third paragraph, the following sentence is inserted after the first sentence: 16 17 Wet setting of permanent ground anchors will not be allowed. 18 19 6-17.3(8)B Performance Testing. 20 The second paragraph including the following performance test schedule is revised to read: 21 22 The performance test shall be made by incrementally loading and unloading the ground 23 anchor in accordance with the following schedule, consistent with the Load Resistance 24 Factor Design (LRFD) design method. The load shall be raised from one increment to 25 another immediately after a deflection reading. 26 27 28 29 Performance Test Schedule Load AL 0.25FDL AL 0.25FDL 0.50FDL AL 0.25FDL 0.50FDL 0.75FDL AL 0.25FDL 0.50FDL 0.75FDL 1.00FDL AL Jack to lock -off Toad 30 Where: AL - is the alignment load AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 54 1 1 1 J 1 t 1 t 1 i a 11 it 1 i 1 G 1 • 1 1 1 1 1 FDL - is the factored design Toad. 2 3 6-17.3(8)C Proof Testing 4 In the first paragraph, the first sentence is revised to read: 5 6 7 8 9 The proof test schedule following the first paragraph is revised to read: 10 Proof tests shall be performed by incrementally loading the ground anchor in accordance with the following schedule, consistent with the LRFD design method. 11 12 13 14 15 16 17 Proof Test Schedule Load AL 0.25FDL 0.50FDL 0.75FDL 1.00FDL. Jack t� Tock -off load Where: AL - is the alignment load FDL - is the factored design load 6-18.AP6 SECTION 6-18, SHOTCRETE FACING January 3, 2011 18 6-18.2 Materials 19 In the first paragraph, the following three items are inserted after the item "Fly Ash 9- 20 23.9' 21 22 Ground Granulated Blast Furnace Slag 9-23.10 23 Microsilica Fume 9-23.11 24 Metakaolin 9-23.12 25 26 6-18.3(3) Testing 27 The first paragraph is revised to read: 28 29 The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, 30 strength, and aesthetics. Both preproduction and production test panels, shall be 31 prepared. The Contractor shall remove at least 3 cores from shotcrete test panels in 32 accordance with AASHTO T 24 except all cores obtained for the purpose of shotcrete 33 strength testing shall meet the following: 34 35 a. The core diameter shall be at least 3 times the maximum aggregate size, but 36 not less than 4 -inches. 37 b. The core length shall be a minimum of 2.0 times the core diameter. 38 c. Cores shall be taken at a minimum distance of 1 -inch from edge of core to 39 edge of test panel and a minimum clear distance of 1 -inch between them. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 55 't d. Test panels shall be sized to meet the core spacing specified above, but in no 2 case shall be smaller than 12 -inch by 12 -inch. 3 4 The first sentence in the second paragraph is deleted. 6 The second sentence in the second paragraph is revised to read : 7 8 Cores removed from the panels shall be wiped off to remove surface drill water and 9 immediately wrapped in wet burlap and sealed in a plastic bag. 10 11 6-18.3(3)A Pre -production Testing 12 This section is revised to read: 13 14 At least three cores for each mix design shall be prepared for evaluation and testing of 15 the shotcrete quality and strength. One 48 -inch by 48 -inch qualification panel shall be 16 prepared for evaluation and approval of the proposed method for shotcrete installation, 17 finishing, and curing. Both the test panel and the 48 -inch qualification panels shall be 18 constructed using the same methods and initial curing proposed to construct the 19 shotcrete facing, except that the test panel shall not include wire reinforcement. The test 20 panel shall be constructed to the minimum thickness necessary to obtain the required 21 core samples. The 48 -inch qualification panel shall be constructed to the same 22 thickness as proposed for the production facing. Production shotcrete Work shall not 23 begin until satisfactory test results are obtained and the panels are approved by the 24 Engineer. 25 26 6-18.3(3)B Production Testing 27 The first sentence is revised to read: 28 29 The Contractor shall provide three cores for each section of facing shot. 30 31 This section is supplemented with the following: 32 33 Core acceptance testing for the 28 day compressive strength will be performed in 34 accordance with AASHTO T 24. 35 36 6-18.3(4) Qualifications of Contractor's Personnel 37 The second paragraph is supplemented with the following: 38 39 The 7 day core compressive strength shall be tested by the Contractor in accordance 40 with AASHTO T 24. 41 42 7-02.AP7 43 SECTION 7-02, CULVERTS 44 January 3, 2011 45 7-02.2 Materials 46 In the first paragraph, the following three items are inserted after the item "Corrugated 47 Polyethylene Culvert Pipe 9-05.19": 48 49 Steel Rib Reinforced Polyethylene Culvert Pipe 9-05.21 50 High Density Polyethylene (HDPE) Pipe 9-05.23 51 Polypropylene Culvert Pipe 9-05.25 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 56 B 11 1 s 1 1 t 1 r s 1 1 1 1 2 The third paragraph is revised to read: 3 4 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert 5 pipe, corrugated polyethylene culvert pipe, and polypropylene culvert pipe. 6 7 In the 'Culvert Pipe Schedules' table, the last column is revised to read: 8 Thermoplastic PE1, PVC2 or PP3. PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP None None None None None None None 9 10 The footnotes below the 'Culvert Pipe Schedules' table are supplemented with the 11 following: 12 13 3 Polypropylene pipe 14 15 7-02.5 Payment 16 This section is supplemented with the following: 17 18 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot. 19 "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. 20 "Polypropylene Culvert Pipe In. Diam.", per linear foot. 21 22 7-04.AP7 23 SECTION 7-04, STORM SEWERS 24 January 3, 2011 25 7-04.2 Materials 26 In the first paragraph, the following three items are inserted after the item "Corrugated 27 Polyethylene Storm Sewer Pipe 9-05.20": 28 29 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9-05.22 30 High Density Polyethylene (HDPE) Pipe 9-05.23 31 Polypropylene Storm Sewer Pipe 9-05.25 32 33 The third paragraph is revised to read: 34 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 57 1 2 4 5 In the 'Storm Sewer Pipe Schedules' table, the fifth column heading is revised to read: 6 Thermoplastic storm sewer pipe includes solid wall PVC storm sewer pipe, profile wall PVC storm sewer pipe, corrugated polyethylene storm sewer pipe, and polypropylene storm sewer pipe. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 P E2 PP4 The footnotes below the 'Storm Sewer Pipe Schedules' table are supplemented with the following: 4 PP=Polypropylene pipe 7-04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam.", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. "Polypropylene Storm Sewer Pipe In. Diam.", per linear foot. 7-17.AP7 SECTION 7-17, SANITARY SEWERS January 3, 2011 7-17.2 Materials The first paragraph is revised to read: Pipe used for sanitary sewers may be: Rigid Concrete Vitrified Clay Ductile Iron Thermoplastic ABS Composite PVC (Polyvinyl Chloride) Polypropylene The fourth paragraph is supplemented with the following item: Polypropylene Sewer pipe 9-05.25 7-17.5 Payments The following bid item is inserted after the bid item "ABS Composite Sewer Pipe In. Diam": "Polypropylene Sewer Pipe In. Diam.", per linear foot. 8-01.AP8 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL April 4,, 2011 45 8-0.1.2 Materials 46 In the first paragraph, the following is inserted after the first sentence: 47 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111/11 58 t t 1 1 J r a 11 t 1 1 i I 1 t r r 1 f 1 1 t 1 1 Corrugated Polyethylene Drain Pipe 9-05.1(6) 2 3 8-01.3(1) General 4 In the sixth paragraph, the first sentence is revised to read: 5 6 When natural elements rut or erode the slope, the Contractor shall restore and repair 7 the damage with the eroded material where possible, and remove and dispose of any 8 remaining material found in ditches and culverts. 9 10 In the seventh paragraph the first two sentences are deleted. 11 12 The table in the seventh paragraph is revised to read: 13 14 Western Washington (West of the Cascade Mountain crest) 15 May 1 through September 30 17 Acres 16 October 1 through April 30 5 Acres 17 18 Eastern Washington (East of the Cascade Mountain crest.) 19 April 1 through October 31 17 Acres 20 November 1 through March 31 5 Acres 21 22 The eighth paragraph is revised to read: 23 24 The Engineer may increase or decrease the limits based on project conditions. 25 26 The ninth paragraph is revised to read: 27 28 Erodible earth is defined as any surface where soils, grindings, or other materials may 29 be capable of being displaced and transported by rain, wind, or surface water runoff. 30 31 The 10th paragraph is revised to read: 32 33 Erodible earth not being worked, whether at final grade or not, shall be covered within 34 the specified time period, (see the tables below) using an approved soil covering 35 practice. 36 37 Western Washington (West of the Cascade Mountain. crest) 38 October 1 through April 30 2 -days maximum 39 May 1 to September 30 7 -days maximum 40 41 42 Eastern Washington (East of the Cascade Mountain crest.) 43 October 1 through June'30 5 -days maximum 44 July 1 through September 30 10 -days maximum 45 46 8-01.3(1)A Submittals 47 This section is revised to read: 48 49 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, 50 the Contractor shall either adopt or modify the existing TESC Plan. If modified, the 51 Contractor's TESC Plan shall meet all requirements of Chapter 6-2 of the current edition 52 of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 59 1 TESC Plan implementation and incorporate it into the Contractor's progress schedule. 2 The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule 3 prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected 4 inside and outside the limits of the project (including all Contracting Agency -provided 5 sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies 6 of water). 7 8 The Contractor shall allow at least 5 -working days for the Engineer to review any 9 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not 10 make the Contracting Agency liable to the Contractor for any Work delays. 11 12 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 13 In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number 14 220-030 EF". 15 16 8-01.3(1)C Water Management 17 In number 2., the reference to "Standard Specification" is revised to read "Section" 18 19 Number 3., is revised to read: 20 21 3. Offsite Water 22 Prior to disruption of the normal watercourse, the Contractor shall intercept the 23 offsite stormwater and pipe it either through or around the project site. This water 24 shall not be combined with onsite stormwater. It shall be discharged at its pre - 25 construction outfall point in such a manner that there is no increase in erosion 26 below the site. The method for performing this Work shall be submitted by the 27 Contractor for the Engineer's approval. 28 29 8-01.3(1)D Dispersion/Infiltration 30 This section is revised to read: 31 32 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC 33 Plan or to sites approved by the Engineer. Water shall be conveyed to designated 34 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of 35 the State, turbidity standards are achieved. Water shall be conveyed to designated 36 infiltration areas at a rate that does hot produce surface runoff. 37 38 8-01.3(2)B Seeding and Fertilizing 39 The fourth paragraph is revised to read: 40 41 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 42 application. This tracer shall not be harmful to plant, aquatic or animal life. If Short Term 43 Mulch is used as a tracer, the application rate shall not exceed 250 -pounds per acre. 44 45 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 46 47 8-01.3(2)D Mulching 48 In the second paragraph, the second sentence is revised to read: 49 50 Wood strand mulch shall be applied by hand or by straw blower on seeded areas. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 60 1 i1 r y 1 11 r 1 it f 1 it (1 1 t 1 1 1 11/ 1 t 7 A 1 1 In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read 2 "hydroseeder". 3 4 The fourth paragraph is revised to read: 5 6 Temporary seed applied outside the application windows established in 8-01.3(2)F shall 7 be covered with a mulch containing either Moderate Term Mulch or Long Term Mulch, 8 as designated by the Engineer. 9 10 8-01.3(2)E Tacking Agent and Soil Binders 11 The following new paragraph is inserted at the beginning of this Section: 12 13 Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer 14 added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic 15 or animal life. If Short Term Mulch is used as a tracer, the application rate shall not 16 exceed 250 -pounds per acre. 17 18 The third sentence in the first paragraph below "Soil Binding Using Polyacrylamide 19 (PAM)" is revised to read: 20 21 A minimum of 200 -pounds per acre of Short Term Mulch shall be applied with the 22 dissolved PAM. 23 24 In the second paragraph below "Soil Binding Using Polyacrylamide (PAM)", "within" is 25 revised to read "after". 26 27 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised 28 to read: 29 30 Soil Binding Using Moderate Term Mulch 31 The Moderate Term Mulch shall be hydraulically applied in accordance with the 32 manufacturer's installation instructions. The Moderate Term Mulch may require a 24 to 33 48 hour curing period to achieve maximum performance and shall not be applied when 34 precipitation is predicted Within 24 to 48 hours, or on saturated soils, as determined by 35 the Engineer. 36 37 The last paragraph including titled is revised to read: 38 39 Soil Binding Using Long Term Mulch 40 The Long Term Mulch shall be hydraulically applied in accordance with the 41 manufacturer's installation instructions and recommendations. 42 43 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 44 The first paragraph is revised to read: 45 46 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, 47 and mulching of slopes shall be performed during the following periods: 48 49 Western Washington' Eastern Washington 50 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 51 March 1 through May 15 October 1 through November 15 only AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 61 1 September 1 through October 1 2 ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 4 accomplished during the fall period listed above. Written permission to seed after 5 October 1 will only be given when Physical Completion of the project is imminent and 6 the environmental conditions are conducive to satisfactory growth. i' 8 8-01.3(2)G Protection and Care of Seeded Areas 9 The first paragraph is revised to read. 10 11 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor 12 shall restore eroded areas, clean up and properly dispose of eroded materials, and 13 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 14 15 In the second paragraph, number 1. is revised to read: 16 17 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas 18 that have been damaged through any cause prior to final inspection, and reapplied 19 to areas that have failed to receive a uniform application at the specified rate. 20 21 8-01:3(2)H Inspection 22 The first sentence is revised to read: 23 24 Inspection of seeded areas will be made upon completion of seeding, temporary 25 seeding, fertilizing, and mulching. 26 27 The third sentence is revised to read: 28 29 Areas that have not received a uniform application of seed, fertilizer, or mulch at the 30 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or 31 remulched at the Contractor's expense prior to payment.. 32 33 8-01.3(2)1 Mowing 34 In the first paragraph, the last sentence is revised to. read: 35 36 Trimming around traffic facilities, Structures, planting areas, or other features extending 37 above ground shall be accomplished preceding or simultaneously with each mowing. 38 39 8-01.3(3) Placing Erosion Control Blanket 40 In the first sentence, "Standard" is deleted. 41 42 The second sentence is revised to read: 43 44 Temporary erosion control blankets, having an open area of 60 -percent or greater, may 45 be installed prior to seeding. 46 47 8-01.3(4) Placing Compost Blanket 48 In the first paragraph, "before" is revised to read "prior to". 49 50 The last sentence is revised to read: 51 52 Compost shall be Coarse Compost. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 64 1 t 1 1 11 1 11 11 1 1 t 1 i 1 1 2 8-01.3(5) Placing Plastic Covering 3 The first sentence is revised to read: 4 5 Plastic shall be placed with at least a 12 -inch overlap of all seams. 6 7 8-01.3(6)A Geotextile-Encased Check Dam 8 The first paragraph is deleted. 9 10 8-01.3(6)B Rock Check Dam 11 This section including title is revised to read: 12 13 8-01.3(6)B Quarry SpaII Check Dam 14 The rock used to construct rock check dams shall meet the requirements for quarry 15 spalls. 16 17 8-01.3(6)D Wattle Check Dam 18 This section is revised to read: 20 Wattle check dams shall be installed in accordance with the Plans. 21 22 8-01.3(6)E Coir Log 23 This section is revised to read: 24 25 Coir logs shall be installed in accordance with the Plans: 26 27 8-01.3(9)A Silt Fence 28 In the second paragraph, the second sentence is revised to read: 29 30 The strength of the wire or plastic mesh shall be equivalent to or greater than what is 31 required in Section 9=33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab 32 tensile strength in the machine direction). 33 34 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm 35 In the second paragraph, the last sentence is deleted. 36 37 The third paragraph is revised to read: 38 39 The Compost Berm shall be constructed in accordance with the detail in the Plans. 40 Compost shall be Coarse Compost. 41 42 8-01.3(9)C Straw Bale Barrier 43 This section is revised to read: 44 45 Straw Bale Barriers shall be installed in accordance with the Plans. 46 47 8-01.3(9)D Inlet Protection 48 The first three paragraphs are revised to read: 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 63 1 Inlet protection shall be installed below or above, or as a prefabricated cover at each 2 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to 3 beginning clearing, grubbing, or earthwork activities. 4 5 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the 6 requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum 7 filtration properties of Table 2. 8 9 When the depth of accumulated sediment and debris reaches approximately 1/2 the 10 height of an internal device or % the height of the external device (or Tess when so 11 specified by the manufacturers) or as designated by the Engineer, the deposits shall be 12 removed and stabilized on site in accordance with Section 8-01.3(16). 13 14 8-01.3(10) Wattles 15 In the first paragraph, the third sentence is revised to read: 16 17 Excavated material shall be spread evenly along the uphill slope and be compacted 18 using hand tamping or other method approved by the Engineer. 19 20 This section is supplemented with the following new paragraph: 21 22 The Contractor shall exercise care when installing wattles to ensure that the method of 23 installation minimizes disturbance of waterways and prevents sediment or pollutant 24 discharge into waterbodies. 25 26 8-01.3(12) Compost Sock 27 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read 28 "waterbodies". 29 30 In the second paragraph "bank" is revised to read "slope". 31 32 In the third paragraph "and" is revisedto read "or". 33 34 This section is supplemented with the following new paragraph: 35 36 Compost for Compost Socks shall be Coarse Compost. 37 38 8-01.3(14) Temporary Pipe Slope Drain 39 The first paragraph is revised to read: 40 41 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be 42 constructed in accordance with the Plans 43 44 The last paragraph is revised to read: 45 46 Placement of outflow of the pipe shall not pond water on road surface. 47 48 8-01.3(15) Maintenance 49 In the fourth paragraph, the last sentence is revised to read: 50 51 Clean sediments may be stabilized on site using approved BMPs as approved by the 52 Engineer. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 64 1 f 1 t 1 1 1 a r 1 1 1 1 1 t 1 1 2 8-01.3(16) Removal 3 In the second paragraph, the last sentence is revised to read: 4 5 This may include, but is not limited to, ripping the soil, incorporating soil amendments, 6 and seeding with the specified seed. 7 8 8-01.4 Measurement 9 The eighth paragraph is revised to read: 10 11 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the 12 linear foot along the ground line of completed barrier. 13 14 8-01.5 Payment 15 The following bid items are relocated after the bid item "Check Dam": 16 17 "Inlet Protection", per each. 18 19 "Gravel Filter Berm", per linear foot 20 21 The following new paragraph is inserted before the bid item "Stabilized Construction 22 Entrance": 23 24 The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per 25 each for "Inlet Protection" shall be full pay for all equipment, labor and materials to 26 perform the Work as specified, including installation, removal and disposal at an 27 approved'disposal site. 28 29 The paragraph after the bid item "Temporary Curb" is revised to read: 30 31 The unit Contract price per linear foot for "Temporary Curb" shall include all costs to 32 install, maintain, remove, and dispose of the temporary curb. 33 34 The following bid item is inserted after the bid item "Mulching with Pam": 35 36 "Mulching with Short Term Mulch", per acre. 37 38 The bid item "Mulching with BFM" is revised to read: 39 40 "Mulching with Moderate Term Mulch" 41 42 The bid item "Mulching with MBFM/FRM" is revised to read: 43 44 "Mulching with Long Term Mulch" 45 46 8-02.AP8 47 SECTION 8-02, ROADSIDE RESTORATION 48 January 3, 2011 49 8-02.2 Materials 50 In the first paragraph, the following item is inserted after the item "Fertilizer 9-14.3": 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 65 1 Mulch and Amendments 9-14.4 2 3 8-02.3(2) Roadside Work Plan 4 In the first paragraph, the second sentence is revised to read: 5 6 The roadside work plan shall define the Work necessary to provide all Contract 7 requirements, including: wetland excavation, soil preparation,, habitat structure 8 placement, planting area preparation, seeding area preparation, bark mulch and 9 compost placement, seeding, planting, plant replacement, irrigation, and weed control in 10 narrative form. 11 12 The first sentence under "Progress Schedule" is revised to read: 13 14 A progress schedule shall be submitted in accordance with Section 1-08.3. The 15 Progress Schedule shall include the planned time periods for Work necessary to 16 provide all Contract requirements in accordance with Sections 8-01, 8-02, and 8-03. 17 18 The first sentence under "Weed and Pest Control Plan" is revised to read: 19 20 The Weed and Pest Control Pian shall be submitted and approved prior to starting any 21 Work defined in Sections 8-01, and 8-02. 22 23 In the third paragraph under "Weed and Pest Control Plan" the first and second sentences 24 are revised .to read: 25 26 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 27 or Consultant when chemical pesticides are proposed. The plan shall include methods 28 of weed control; dates of weed control operations; and the name, application rate, and 29 Material Safety Data Sheets of all proposed herbicides. 30 31 The last paragraph under "Plant Establishment Plan" is deleted. 32 33 8-02.3(2)A Chemical Pesticides 34 This section is deleted. 35 36 8-02.3(2)B Weed Control 37 This section is deleted. 38 39 8-02.3(3) Planting Area Weed Control 40 This section including title is revised to read: 41 42 8-02.3(3) Weed and Pest Control 43 The Contractor shall control weed. and pest species within the project area using 44 integrated pest management principles consisting of mechanical, biological and 45 chemical controls that are outlined in the Weed and Pest Control Plan or as designated 46 by the Engineer. 47 48 Those weeds specified as noxious by the Washington State Department of Agriculture, 49 the local Weed District, or the County Noxious Weed Control Board and other species 50 identified by the Contracting Agency shall be controlled on the project in accordance 51 with the weed and pest control plan. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 66 1 t 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 The Contractor shall control weeds not otherwise covered in accordance with Section 8- 2 02 3(3)A, Planting Area Weed Control in all areas within the project limits, including 3 erosion control seeding area and vegetation preservation areas, as designated by the 4 Engineer. 5 6 This section is supplemented with the following new sub -sections: 7 8 8-02.3(3)A Planting Area Weed Control 9 All planting areas shall be prepared so that they are Weed and debris free at the time of 10 planting and until completion of the project. The planting areas shall include the entire 11 ground surface, regardless of cover, all planting beds, areas around plants, and those 12 areas shown in the Plans. 13 14 All applications of post -emergent herbicides shall be made while green and growing 15 tissue is present. Should unwanted vegetation reach the seed stage, in violation of 16 these Specifications, the Contractor shall physically remove and bag the seed heads. 17 All physically removed vegetation and seed heads shall be disposed of off site at no 18 cost to the Contracting Agency. 19 20 Weed barrier mats shall be installed es shown in the Plans. Mats shall be 3 -feet square 21 and shall be secured by a minimum of 5 -staples per mat. Mats and staples shall be 22 installed according to the manufacturer's recommendations. 23 24 8-02.3(3)B Chemical Pesticides 25 Application of chemical pesticides shall be in accordance With the label 26 recommendations, the Washington State Department of Ecology, local sensitive area 27 ordinances, and Washington State Department of Agriculture laws and regulations. Only 28 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of 29 Way at http://www.wsdot.wa.gov/Maintenance/Roadside/herbicide_use.htm may be 30 used. 31 32 The applicator shall be licensed by the State of Washington as a Commercial Applicator 33 or Commercial Operator with additional endorsements as required by the Special 34 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer 35 evidence that all operators are licensed 'with appropriate endorsements, and that the 36 pesticide used is registered for use by the Washington State Department of Agriculture. 37 All chemicals shall be delivered to the job site in the original containers. The licensed 38 applicator or operator shall complete a Commercial Pesticide. Application Record (DOT 39 Form 540-509) eachday the pesticide is applied; and furnish a copy to the Engineer by 40 the following business day. 41 42 The Contractor shallensure confinement of the chemicals within the areas designated. 43 The use of spray chemical pesticides shall require the Lite of anti -drift and activating 44 agents, and a spray pattern indicator unless otherwise allowed by the Engineer. 45 46 The Contractor shall assume all responsibility for rendering.any area unsatisfactory for 47 planting by reason of chemical application. Damage to adjacent areas, either on or off 48 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the 49 property owner, and the cost of such repair shall be borne by the Contractor. 50 51 8-02.3(5) Planting Area Preparation 52 In the first paragraph, the second sentence is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 67 1 2 Material displaced by the Contractor's operations that interferes with drainage shall be 3 removed from the channel and disposed of as approved by the Engineer. 4 5 8-02.3(7) Layout of Planting 6 The second paragraph is deleted. 7 8 8-02.3(8) Planting 9 In the second paragraph, the first and second sentences are revised to read: 10 11 Under no circumstances will planting be permitted during unsuitable soil or weather 12 conditions as determined by the Engineer. Unsuitable conditions may include frozen 13 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high 14 water levels. 15 16 The fourth paragraph is revised to read: 17 18 Plants shall not be placed below the finished grade. 19 20 The fifth paragraph is revised to read: 21 22 Planting hole sizes for plant material shall be in accordance with the details shown in 23 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. 24 25 The following new paragraph is inserted after the fifth paragraph: 26 27 All cuttings shall be planted immediately if buds begin to swell. 28 29 8-02.3(9) Pruning, Staking, Guying, and Wrapping 30 In the first paragraph, the last sentence is revised to read: 31 32 All oth'er pruning shall be performed only after the plants have been in the ground at 33 least one year and when plants are dormant. 34 35 8-02.3(13) Plant Establishment 36 In the third paragraph, the first sentence is revised to read: 37 38 During the first-year plant establishment period, the Contractor shall perform all Work 39 necessary to ensure the resumption and continued growth of the transplanted material. 40 41 In the fourth paragraph, "propose" is revised to read "submit". 42 43 8-02.3(15) Live Fascines 44 In the first paragraph, the fourth sentence is revised to read: 45 46 Dead branches may be placed within the live fascine and on the side exposed to the air. 47 48 In the second paragraph, the third sentence is deleted. 49 50 In the second paragraph, the seventh sentence is revised to read: 51 52 The live stakes shall be driven through the live fascine vertically into the slope. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 68 1 1 1 1 1 1 1 r 1 t 1 1 f 1 1 1 1 1 i 1 t t 1 t 1 r t 1 2 8-02.3(16)A Lawn Installation 3 In the third paragraph, the last two items "West of the summit of the Cascade Range - March 4 1 to October 1." and "East of the summit of the Cascade Range - April 15 to October 1." are 5 revised to read: 6 7 Western Washington Eastern Washington 8 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 9 March through May 15 October 1 through November 15 10 September 1 through October 1 11 12 The fifth paragraph is revised to read: 13 14 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown 15 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth 16 even grade without low areas that trap water and compacted; all as approved by the 17 Engineer. 18 19 In the sixth paragraph, the last sentence is revised to read: 20 21 Following placement; the sod shall be rolled with a smooth roller to establish contact 22 with the _soil. 23 24 8-02.4 Measurement 25 The seventh paragraph is revised to read: 26 27 Fine compost, medium compost and coarse compost will be measured by the cubic 28 yard in the haul conveyance at the point of delivery. 29 30 8-02.5 Payment 31 The following new paragraph is inserted above the paragraph beginning with "Payment shall 32 be increased to 90 -percent "- 33 34 Plant establishment milestones are achieved when plants meet conditions described in 35 Section 8-02.3(13). 36 37 The following is inserted after the bid item "Fine Compost": 38 39 "Medium Compost", per cubic yard. 40 41 The paragraph for the bid item "Weed Control" is revised to, read: 42 43 "Weed and Pest Control", will be paid in accordance with Section 1-09.6. 44 45 The following new paragraph is inserted after the bid item "Soil Amendment": 46 47 The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for 48 furnishing and incorporating the soil amendment into the existing soil. 49 50 The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch": 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 69 1 The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay 2 for furnishing and spreading the mulch onto the existing soil. 3 4 8-03.AP8 5 SECTION 8-03, IRRIGATION SYSTEMS 6 January 4, 2010 7 8-031 Description 8 In this section, "staked" is revised to read "approved by the Engineer." 9 10 8-03.3 Construction Requirements 11 The second paragraph is revised to read: 12 13 Potable water supplies shall be protected against cross connections in accordance with 14 applicable Washington State Department of Health rules and regulations and approval 15 by the local health authority. 16 17 8-03.3(1) Layout of Irrigation System 18 This section is revised to read: 19 20 The Contractor shall stake the irrigation system following the schematic design shown in 21 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the 22 layout may be expected in order to conform to ground conditions and to obtain full and 23 adequate coverage of plant material with water. However, no changes in the system as 24 planned shall be made Without prior authorization by the Engineer. 25 26 This section is supplemented with the following new sub -section: 27 28 8-03.3(1)A Locating Irrigation Sleeves 29 Existing underground irrigation sleeve ends shall be located by potholing. Irrigation 30 sleeves placed during general construction prior to installation of the irrigation system 31 shall be marked at both,ends with a 2x4x24-inch wood stake extending 6 -inches out of 32 the soil. and painted blue on the exposed end. 33 34 8-03.3(2) Excavation 35 In the first paragraph, the fourth sentence is revised to read: 36 37 Trenches through rock or other material unsuitable for trench bottoms and sides shall 38 be excavated 6 -inches below the required depth and shall be backfilled to the top of the 39 pipe with sand or other suitable material free from rocks or stones. Backfill material shall 40 not contain rocks 2 -inches or greater in diameter or other materials that can damage 41 pipe. 42 43 The second paragraph is revised to read: 44 45 The Contractor shall exercise care when excavating pipe trenches near existing trees to 46 minimize damage to tree roots. Where roots are 1 -112 -inches or greater in diameter, the 47 trench shall be hand excavated and tunneled under the roots. When Targe roots are 48 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas; 49 for protection and to prevent excessive drying. The material must be kept moist until the 50 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 51 1 -1/2 -inches in diameter shall have severed roots cleanly cut. Trenches having exposed AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 70 1 s f 1 1 i 1 1 1 1 1 t 1 1 tree roots shall be backfilled within 24 -hours unless adequately protected by moist 2 material as approved by the Engineer. All material and fastenings used to cover the 3 roots shall be removed before backfilling. 4 5 The third paragraph is revised to read: 6 7 Detectable marking tape shall be placed in all trenches 6 -inches directly above, parallel 8 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and 9 aluminum sleeves, conduits and casing pipe. The width of the tape and installation 10 depth shall be as recommended by the manufacturer for the depth of installation or as 11 shown in the Plans. 12 13 8-03.3(3) Piping 14 This section is revised to read: 15 16 All water lines shall be a minimum of 18 -inches below finished grade measured from the 17 top of the pipe or as shown in the Plans. All live water mains to be constructed under 18 existing pavement shall be placed in steel casing jacked under pavement as shown in 19 the. Plans. All PVC or polyethylene pipe installed under areas to be paved shall be 20 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond 21 the limits of pavement. All jacking operations shall be performed in accordance with an 22 approved jacking plan: Where possible; mains and laterals or section piping shall be 23 placed in the same trench. All lines shall be placed a minimum of 3 -feet from the. edge 24 of concrete sidewalks, curbs, guardraill, walls, fences, or traffic barriers. Pipe pulling will 25 not be allowed for installation and placement of irrigation pipe. 26 27 Mainlines and lateral lines shall be defined as follows: 28 29 Mainlines: All supply pipe and fittings between the water meter and the irrigation 30 control valves. 31 32 Lateral Lines: All supply pipe and fittings between the irrigation control valves 33 and the connections to the irrigation heads. Swing joints, thick walled PVC or 34 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not 35 considered part of the lateral line but incidental components of the irrigation heads. 36 37 8-03.3(4) Jointing 38 In the second paragraph, the third sentence is revised to read: 39 40 Threaded galvanized steel joints shall be constructed using either a nonhardening, 41 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe 42 manufacturer, or as shown in the Plans. 43 44 In the last sentence of the second paragraph, "will" is revised to read "shall". 45 46 In the fourth sentence of the third paragraph, "will" is revised t� read "shall" and "at" is 47 revised to read "of". 48 49 In the fifth paragraph, the first sentence is revised to read: 50 51 On PVC or polyethylene -to -metal connections, work the metal connection first. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 71 1 In the fifth paragraph, the third sentence is revised to read: 2 3 Connections between metal and PVC or polyethylene are to be threaded utilizing 4 female threaded PVC adapters with threaded schedule 80 -PVC nipple only. 5 6 In the sixth paragraph, the second sentence is revised to read: 7 8 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, 9 and inserted to the full depth of the fitting. 10 11 8-03.3(5) Installation 12 The following new paragraph is inserted after the third paragraph: 13 14 All automatic control valves, flow control valves, and pressure reducing valves shall be 15 installed in appropriate sized valve boxes. Manual control valves shall be installed in an 16 appropriate sized valve box and where appropriate; upstream of the automatic control 17 valves. Manual and automatic valves installed together shall be in an appropriate sized 18 box with 3 -inches of clearance on all sides. 19 20 The fourth paragraph is revised to read: 21 22 Final position of vaive boxes, capped sleeves, and quick coupler valves shall be 23 between 1/2 -inch and 1 -inch above finished grade or mulch, or as shown in the Plans. 24 25 The following new paragraph is inserted after the fourth paragraph: 26 27 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately 28 or within a control valve assembly box upstream of the control valves. Valves, quick 29 couplers, and hose bibs shall have 3 -inches of clearance on all sides within the valve 30 box. 31 32 In the fifth paragraph "an" is revised to read "a minimum". 33 34 The following new paragraph is inserted after the fifth paragraph: 35 36 Automatic controller pedestals or container cabinets shall be installed on a concrete 37 base as shown in the Plans or in accordance with the manufacturer's recommendations. 38 Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through 39 the base and 3 -inches minimum beyond the edge or side of the base both inside and 40 outside of the pedestal. 41 42 8-03.3(6) Electrical Wire Installation 43 This section is revised to read: 44 45 All electrical work shall conform to the National Electric Code, NEMA Specifications and 46 in accordance with Section 8-20. Electrical wiring between the automatic controller and 47 automatic valves shall be direct burial and may share a common neutral. Separate 48 control conductors shall be run from the automatic controller to each valve. When more 49 than one automatic controller is required, a separate common neutral shall be provided 50 for each controller and the automatic valves which it controls. Electrical wire shall be 51 installed in the trench adjacent to or above the irrigation pipe, but no Tess than 12 -inches 52 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10 -foot AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11111 72 1 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation 2 pipe, the wire shall be placed at a minimum depth of 18 -inches and be "snaked" from 3 side to side in the trench. Each circuit shall be identified at both ends and at all splices 4 with a permanent marker identifying zone and/or station. 5 6 Wiring placed under pavement and walls, or through walls, shall be placed in an 7 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 8 1 -inch in diameter, and shall meet conduit specifications for PVC conduit as required in 9 Section 9-2.9.1. 10 11 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole 12 bases, or within control equipment boxes or pedestals. A minimum of 18 -inches of 13 excess Conductor Shall be left at all splices, terminals and control valves to facilitate 14 inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the 15 boxes. 16 17 All 120 -volt electrical conductors and conduit shall be installed by a certified electrician 18 including all wire splices and wire terminations. 19 20 All wiring shall be tested in accordance with Section 8-20.3(1.1). 21 22 Continuity ground and functionality testing shallbe performed for all 24 -volt direct burial 23 circuits. The Megger test, confirming insulation resistance of not less than 2 megohms 24 t� ground in accordance with Section 8-20.3(11), is required. 25 26 8-03.3(7) Flushing and Testing 27 In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to 28 read "required". 29 30 The third paragraph is revised to read: 31 32 Main Line Flushing 33 All main supply lines' shall receive two fully open flushing's to remove debris that may 34 have entered the line during construction: The first before placement of valves and the 35 second after placement of valves and prior to testing. 36 37 The fourth paragraph is revised to read: 38 39 Main Line Testing 40 All main supply lines shall be purged of air and tested with a minimum static water 41 pressure of 150 -psi for 60 -minutes without introduction of additional service or pumping 42 pressure. Testing shall be done with one pressure gauge installed on the line, in the 43 location required by the Engineer. For systems using a pump, an additional pressure 44 gauge shall be installed at the pump when required by the Engineer. Lines that show 45 loss of pressure exceeding 5 -psi at the ends of specified test periods will be rejected. 46 47 The fifth paragraph is deleted. 48 49 In the sixth paragraph, "any" is revised to read "all". 50 51 In the seventh paragraph, the second sentence is revised to read: 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111/11 73 1 The operating line pressure shall be maintained for 30 -minutes with valves closed and 2 without introduction of additional service or pumping pressure. 3 4 In the eighth paragraph, the fourth and fifth sentences are revised to read: 5 6 The. Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, 7 etc., located downstream of the break or disruption of service, and make all needed 8 repairs to ensure that the entire irrigation system is operating properly. 9 10 8-03.3(8) Adjusting System 11 In the first paragraph, the last sentence is revised to read: 12 13 Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water 14 to pavement, walks, or Structures. 15 16 8-03.3(11) System Operation 17 In the first paragraph, the last sentence is revised to read: 18 19 The final inspection of the irrigation system will coincide with the end of the Contract or 20 the end of first-year plant establishment, which ever is later. 21 22 In the second paragraph "ordered" is revised to read "required". 23 24 In the third paragraph, the last sentence is revised to read: 25 26 Potable water shall not flow through the cross -connection control device to any 27 downstream component until tested and approved for use by the local health authority 28 in accordance with Section 8-03.3(12). 29 30 The fourth paragraph is revised to read: 31 32 In the spring, when the drip irrigation system is in full operation, the Contractor shall 33 make a full inspection of all emitters, and irrigation heads. This shall involve visual 34 inspection of each emitter and irrigation head under operating conditions. All. 35 adjustments, flushing, or replacements to the system shall be made at this time to 36 ensure the proper operation of all emitters and irrigation heads. 37 38 8-03.3(12) Cross Connection Control Device Installation 39 In the first sentence of the first paragraph "serving utility" is revised to read "local health 40 authority". 41 42 8-03.3(13) Irrigation Water Service 43 The first paragraph is revised to read: 44 45 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall 46 arrange for a water meter installation(s) for the irrigation system at the locations and 47 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's 48 responsibility to contact the Engineer to schedule the water meter installation. The 49 Contractor shall provide a minimum of 60 -calendar days notice to the Engineer prior to 50 the desired water meter installation date. 51 52 In the second paragraph, "will" is revised to read "shall". AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 74 f 1 1 1 1 1 1 1 t 1 1 1 2 8-03.3(14) Irrigation Electrical Service 3 The first paragraph is revised to read: 4 5 The Contracting Agency shall arrange for electrical service connection(s) for operation 6 of the automatic electrical controller(s) at the locations as shown in the Plans. The 7 Contractor shall splice and run conduit and wire from the electrical service 8 connection(s), or service cabinet to the automatic electrical controller and connect the 9 conductors to the circuit(s) per the controller manufacturer's diagrams or 10 recommendations. 11 12 In the second paragraph, "conduit" is revised to read "conduits". 13 14 8-08.AP8 15 SECTION 8-08, RUMBLE STRIPS 16 April 5, 2010 17 8-08.3 Construction Requirements 18 In the fourth paragraph, the first and second sentences are combined to read: 19 20 When shown in the Plans, the rumble. strips shall be fog sealed in accordance with the 21 requirements of Section 5-02 following the completion of the shoulder rumble strip. 22 23 8-09.AP8 24 SECTION 8-09, RAISED PAVEMENT MARKERS 25 April 4, 2011 26 This division is deleted in its entirety and replaced with the following: 27 28 8-09 RAISED PAVEMENT MARKERS 29 8-09.1 Description 30 This Work shall consist of furnishing and installing pavement markers of the type specified in 31 the Plans, in accordance with these Specifications, and at the locations indicated in the 32 Plans or where designated by the Engineer. This Work also includes cleanup and disposal of 33 cuttings and other resultant debris. The color of pavement markers shall conform to the color 34 of the marking for which they supplement, substitute for, or serve as a positioning guide for. 35 36 8-09.2 Materials 37 Raised pavement marker (RPM) shall meet the requirements of the following sections: 38 39 RPM Type 1 9-21.1 40 RPM Type.2 9=21.2 41 RPM Type 3 9-21.3 42 Adhesive 9-02.1(8), 9-26.2 43 44 8-09.3 Construction Requirements 45 8-09.3(1) Preliminary Spotting 46 The Engineer will provide necessary control points at intervals agreed upon with the 47 Contractor to assist in preliminary spotting of the lines before marker placement begins. 48 The Contractor shall be responsible for preliminary spotting of the lines to be marked. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 75 1 The color of the material used for spotting shall match the color of the raised pavement 2 markers. Approval by the Engineer is required before marking begins. 3 4 Markers shall not be placed over longitudinal or transverse joints in the pavement 5 surface. 6 7 8-09.3(2) Surface Preparation 8 AN sand, dirt, and loose extraneous material shall be swept or blown away from the 9 marker location and the cleaned surface prepared by 1 of the following procedures: 10 11 When deemed necessary by the Engineer all surface dirt within areas to receive 12 markers shall be removed. Large areas of tar, grease, or foreign materials may 13 require sandblasting, steam cleaning, or power brooming to accomplish complete 14 removal. 15 16 When markers are placed on new cement concrete pavement, any curing 17 compound shall be removed in accordance with the requirements of this section. All 18 liquid membrane -forming compounds shall be removed from the Portland cement 19 concrete pavement to which Raised Pavement Markers are to bonded, Curing 20 compound removal shall not be started until the pavement has attained sufficient 21 flexural strength for opening for traffic to be allowed on it. The Contractor shall 22 submit a proposed removal method to the. Project Engineer and shall not begin the 23 removal process until the Project Engineer has approved the removal method. 24 25 The pavement shall be surface dry: When applying Epoxy Adhesives in cool 26 weather the pavement surface shall be heated by intense radiant heat (not direct 27 flame) for a sufficient length of time to warm the pavement areas of marker 28 application to a minimum of 70°F. 29 30 Application of markers shall not proceed until final authorization is received from 31 the Engineer. 32 33 8-09.3(3) Marker Preparation 34 Type 2 markers may be warmed prior to setting by heating to a maximum temperature 35 of 120°F for a maximum of 10 -minutes. 36 37 8-09.3(4) Adhesive Preparation 38 Epoxy adhesive shall be maintained at a temperature of 60°F to 85°F before use and 39 during application. 40 41 Component A shall be added to component B just before use and mixed to a smooth 42 uniform blend. The unused mixed adhesive shall be discarded when polymerization has 43 caused stiffening and reduction of workability. 44 45 Bituminous pavement marker adhesive shall be indirectly heated in an applicator with 46 continuous agitation or recurring circulation. Adhesive temperature shall not exceed the 47 maximum safeheating temperature stated by the manufacturer. The Contractor shall 48 provide the Engineer with manufacturer's written instruction for application temperature 49 and maximum safe heating temperature. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 76 1 8-09.3(5) Application Procedure 2 8-09:3(5)A Epoxy Adhesives 3 Epoxy adhesive shall conform to the requirements of Sections 9-26.2. 4 5 The marker shall be affixed to the prepared pavement area with sufficient adhesive 6 so as to squeeze out a small bead of adhesive around the entire periphery of the 7 marker. The sequence of operations shall be as rapid as possible. Adhesive shall. 8 be in place and the marker seated in not more than 30 -seconds after the removal of 9 the pavement preheat or warm air blast. The marker shall not have cooled more 10 than 1 -minute before seating. 11 12 The lengths of the pavement preheat or warming shall be adjusted so as to ensure 13 bonding of the marker in not more than 15 -minutes. Bonding will be considered 14 satisfactory when adhesive develops minimum bond strength in tension of not Tess 15 than 800 -grams per square inch or a total tensile strength of 25 -pounds. 16 17 On Roadway sections which are not open to public traffic, the preheating of the 18 markers by dry heating before setting will not be requiredprovided the adhesive 19 develops the required bond strength of 800 -grams per square inch in less. than 3- 20 hours.. If the Roadway section is carrying public traffic during the installation of the 21 markers, the "15 -minute set -to -traffic provision will be enforced, and necessary 22 flagging and traffic -control will be required. 23 24 8-09:3(5)B Asphalt Adhesives 25 The bituminous adhesive shall conform to the requirements of Section 9-02.1(8). 26 27 Bituminous adhesive shall be applied at temperatures recommended by the 28 manufacturer. 29 30 The marker shall be affixed to the prepared pavement area with sufficient adhesive 31 so as to squeeze out a small bead of adhesive around the entire periphery of the 32 marker. Markers shall be placed immediately after application of the adhesive. 33 34 8-09.3(6) Recessed Pavement Marker 35 The Contractor shall construct recesses for pavement markers by grinding the 36 pavement in accordance with the dimensions shown in the Standard Plans. The 37 Contractor shall .prepare the surface in accordance With Section 8-09.3(2), and install 38 Type 2 markers in the recess inaccordance with the Standard Plans and Section 8- 39 09.3(5). 40 41 Recessed pavement markers shall not be constructed on bridge decks or on bridge 42 approach slabs 43 44 8-09:3(7) Tolerances for Pavement Markers 45 Markers shall be spaced and aligned as shown in the Standard Plans and as specified 46 by the Engineer. A displacement of not more than '/2 -inch left or right of the established 47 guide line will be permitted. The Contractor shall remove and replace at no expense to 48 the Contracting Agency all improperly placed markers. 49 50 8-09.4 Measurement 51 Measurement of markers will be by units of 100 for each type of marker furnished and set in 52 place. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 77 1 2 8-09.5 Payment 3 Payment will be made in accordance with Section 1-04.1, for each of the following Bid items 4 that are included in the Proposal: 5 6 "Raised Pavement Marker Type 1", per hundred. 7 "Raised Pavement Marker Type 2", per hundred. 8 "Raised Pavement Marker Type 3- In.", per hundred. 9 "Recessed Pavement Marker", per hundred. 10 11 The unit Contract price per hundred for "Raised Pavement Marker Type 1", "Raised 12 Pavement Marker Type 2", "Raised Pavement Marker Type 3 In.", and:"Recessed 13 Pavement Marker" shall be full pay for furnishing and installing the markers in accordance 14 with these Specifications including all cost involved with traffic control except for 15 reimbursement for other traffic control labor, and for flaggers and spotters in accordance with 16 Section 1-10.5. 17 18 8-10.AP8 19 SECTION 8-10, GUIDE POSTS 20 August 2, 2010 21 8-10.3 Construction Requirements 22 The second paragraph is supplemented With the following: 23 24 When guide posts are placed on new cement concrete pavement, any curing compound 25 shall be removed. All liquid membrane -forming compounds shall be removed:from.the 26 Portland cement concrete pavement to which guide post are to be bonded, Curing 27 compound removal shall not be started until the pavement has attained sufficient 28 flexural strength for traffic to be allowed on it. The Contractor shall submit a proposed 29 removal method to the Project Engineer and.shall not begin the removal process until 30 the Project Engineer has approved the removal method. The final guide post lengths will 31 be determined or verified by the Engineer at the request of the Contractor. 32 33 8-11.AP8 34 SECTION 8-11, GUARDRAIL 35 August 2, 2010. 36 8-11.3(1)A Erection of Posts 37 The second paragraph is supplemented with the following sentence: 38 39 New installations of guardrail shall have steel posts or as otherwise shown in the Plans. 40 41 8-11.3(1)D Terminal and Anchor Installation 42 The fifth paragraph is supplemented with the following sentence: 43 44 For new terminal installations steel posts shall be used unless shown otherwise in the 45 Plans. 46 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 78 1 t 1 1 1 1 1 1 t 1 1 I 1 1 1 1 1 1 1 1 t t 1 1 1 8-12.AP8 2 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE 3 April 4, 2011 4 8-12.5 Payment 5 The following new paragraph is inserted after the bid item "Chain Link Fence Type ": 6 7 The unit contract price per linear foot for "Chain Link Fence Type " shall be full 8 compensation for brace posts installation and all other requirements for Chain Link 9 Fence, of Section 8-12, unless covered in a separate bid item in this subsection. 10 11 8-14.AP8 12 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 13 April 4, 2011 14 8-14.2 Material 15 This section is supplemented with the.following new paragraph: 16 17 The Contractor shall use one of the detectable warning surface products listed in the 18 Qualified Products List or seek approval through the WSDOT Request for Approval of 19 Material process. The detectable warning surface shall have the. truncated dome shape 20 shown in the Plans. The minimum 2 -foot wide detectable warning surface area shall be 21 yellow and shall. match Federal Standard 595, color number 33538. When painting a 22 detectable warning surface is required, such as on a steel detectable warning _surface, 23 the yellow paint shall conform to Section 9-08.1(8), and shall match Federal Standard 24 595, color number 33538. 25 26 8-14.3(3) Placing and Finishing Concrete. 27 The fourth paragraph is revised. to read: 28 29 Curb ramps shall be of the type specified in the Plans and shall include the detectable 30 warning surface. 31 32 The fifth and sixth paragraphs are deleted. 33 34 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit 35 This section including heading is revised to read: 36 37 8-14.3(5) Detectable Warning Surface 38 The detectable warning surface shall be located as shown in the Plans: Placement of 39 the detectable warning surface shall be in accordance with the manufacturer's 40 recommendation for placement in fresh concrete before the concrete has reached initial 41 set, or on a hardened cement concrete surface, or asphalt pavement surface: 42 43 Vertical edges of the detectable warning surface shall be flush with the adjoining 44 surface to the extent possible (not be more than 1/4 - inch above the surface of the 45 pavement) after installation. 46 47 Embossing or stampingthe wet concrete to achieve the truncated dome pattern or 48 using a mold into which a catalyst hardened material is applied shall not be allowed. 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 79 1 8-14.4 Measurement 2 The second sentence in the first paragraph is revised to read: 3 4 Cement concrete curb ramp type will be measured per eachfor the complete 5 curb ramp type installed and includes the installation of the detectable warning surface. 6 7 The second paragraph is revised to read: 8 9 Detectable warning surface will be measured by the square foot of detectable warning 10 surface material installed as shown in the Plans. 11 12 8-14.5 Payment 13 The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following 14 new paragraph: 15 16 The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be 17 full pay for installing the curb ramp as specified including the "Detectable Warning 18 Surface " 19 20 The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read 21 "Detectable Warning Surface". 22 23 8-15.AP8 24 SECTION 8-15, RIPRAP 25 January 4, 2010 26 8-15.2 Materials 27 The referenced sections for the following items are revised to read: 28 29 Heavy Loose Riprap 9-13 30 Light Loose Riprap 9-13 31 Hand Placed Riprap 9-13 32 Sack Riprap 9-13 33 Quarry Spalls 9-13 34 35 8-17.AP8 36 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS 37 April 5, 2010 38 8-17.4 Measurement 39 The first paragraph is supplemented with the following new sentence: 40 41 Only the maximum number of temporary impact attenuators installed at any one time 42 within the project limits will be measured for payment. 43 44 8-17.5 Payment 45 In the second paragraph following the bid item "Resetting Impact Attenuator", the first 46 sentence is revised to read: 47 48 If an impact attenuator is damaged by a third party, repairs shall be made in accordance 49 with Section 1-07.13(4) under the Bid item "Reimbursement For Third Party Damage". AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 80 1 1 1 1 1 1 1 1 1 1 1 1 2 8-20.AP8 3 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 4 ELECTRICAL 5 January 3, 2011 6 8-20.1 Description 7 In the first paragraph, item number 3 is revised to read: 8 9 3. Intelligent Transportation Systems (ITS) 10 11 8-20.3(4) Foundations 12 In the 12th paragraph; item number 2 is revised to read: 13 14 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be 15 tightened by the Turn -Of -Nut Tightening Method to minimum rotation. of/4-turn (90 16 degrees) and a maximum rotation of/3-turn (120 degrees) past snug tight. 17 Permanent marks shall be set on the base plate and nuts to indicate nut rotation 18 past snug tight. 19 20 In the 12th paragraph; the following is inserted after item number 2: 21 22 3. The top hexnuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by 23 the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) 24 and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent 25 marks shall be set on the base plate and nutsto indicate nut rotation past snug 26 tight. 27 28 8-20.3(5) Conduit 29 In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming". 30 31 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 32 In the first paragraph, the first sentence is revised to read: 33 34 Standard Duty and Heavy Duty junction boxes, pull boxes and cable vaults shall be 35 installed at the locations show in the Plans. 36 37 In the second paragraph, the first sentence is revised to read: 38 39 Cable vaults and pull boxes shall be installed in accordance with the following: 40 41 In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to 42 read "inaccordance with". 43 44 In the last paragraph, "1/2 inch" is revised to read "1/8 inch". 45 46 This section is supplemented with the following: 47 48 Standard Duty pull boxes, cable vaults and concrete junction boxes installed in 49 sidewalks, walkways and shared use paths shall have slip resistant surfaces, be flush 50 with surface and match grade of the sidewalk, walkway and shared use path. The AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 81 1 boxes, vaults and junction boxes shall not be placed in curb ramps, curb ramp landings, 2 or the gutter areas associated with the curb ramps. Standard Duty non -concrete 3 junction boxes shall not be installed in sidewalks, walkways or shared use paths. 4 5 8-20.3(8) Wiring 6 The following new two paragraphs are inserted after the first table: 7 8 Splices and taps on underground circuits shall be made with solderless crimp 9 connectors meeting the requirements of Section 9-29.12. 10 11 Only one conductor or one multi conductor cable per wire entrance will be allowed in 12 any rigid mold splice. 13 14 In the eleventh paragraph item number 5 is revised to read: 15 16 5. Video detection camera lead-in cable - the numbers of the phases the camera 17 served. 18 19 In the eleventh paragraph the following is added after item number 5: 20 21 6. For ITS cameras — the number of the camera indicated in the Contract and the 22 number of the associated cabinet as indicated on the Plans. 23 24 7. Communication cable -- labeled as Comm. 25 26 This section is supplemented with the following new paragraph: 27 28 Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will 29 be allowed in the same raceway with 480 VAC illumination cable. 30 31 8-20:4 Measurement 32 The first sentence is revised to read: 33 34 No specific unit of measurement will apply to the lump sum items for illumination 35 system, intelligent transportation system (ITS), or traffic signal systems, but 36 measurement will be for the sum total of all items for a complete system to be furnished 37 and installed. 38 39 The second paragraph is revised to read: 40 41 Conduit of the kind and diameter specified will be measured, through the junction 42 boxes, by the linear foot of conduit placed, unless the conduit is included in an 43 illumination system, signalsystem, Intelligent Transportation (ITS) or other type of 44 electrical system lump sum Bid item: 45 46 8-20.5 Payment 47 All references to "Intelligent Transportation System" are revised to read "ITS". 48 49 The paragraph after the bid item, "Conduit Pipe In. Diam." per linear foot, is revised to 50 read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 82 1 1 1 1 1 1 r 1 1 1 a 1 1 1 1 1 t t t 1 1 t 1 1 The unit Contract price per linear foot for "Conduit Pipe In. Diam." shall be full pay 2 for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, 3 unions, junction boxes and fittings, for placing the pipe in accordance with the above 4 provisions, including all excavation, jacking or drilling required, backfilling of any voids 5 around casing, conduits, pits or the trenches, restoration of native vegetation disturbed 6 by the operation, chipping of pavement, and bedding of the pipe; and all other Work 7 necessary for the construction of the conduit, except that when conduit is included on 8 any project as an integral part of an illumination, traffic signal, or ITS systems and the 9 conduit is not shown as a pay item, it shall be included in the lump sum price for the 10 system shown. 11 12 8-21.AP8 13 SECTION 8-21, PERMANENT SIGNING 14 April 4, 2011 15 8-21.3(4) Sign Removal 16 In the fourth paragraph, the following sentence is inserted after the second sentence: 17 18 Where signs are removed from existing overhead sign Structures, the existing vertical 19 sign support braces shall also be removed. 20 21 In the fourth paragraph, the third sentence is revised to read: 22 23 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind 24 beams, and other metal structural members, and all existing fastening hardware 25 connecting such members being removed, shall become the property of the Contractor 26 and shall be removed from the project. 27 28 8-21.3(9)F Foundations 29 In the ninth paragraph; the following new statement is inserted as number 1. Existing 30 numbers 1 through 6 of the ninth paragraph shall be renumbered to 2 through 7. 31 32 1. Foundation excavations shall conform to the requirements of Section 2-09.3(3). 33 34 In the tenth paragraph, item number 2 is revised to read: 35 36 2. Steel reinforcement, including spiral reinforcing, shall conform to Section 9-07.2. 37 38 8-21.3(9),G Identification Plates 39 This section including title is revised to read: 40 41 8-21.3(9)0 Sign Structure Identification Information 42 Whenever existing bridge mounted sign brackets, cantilever sign structures, or sign 43 bridge structures are removed from their anchorage, whether temporary or permanent, 44 the Contractor shall provide the sign structureidentification information, attached to the 45 sign structures, to the Engineer. The identification information may be in the form of a 46 riveted plate, sticker, or other means. 47 48 8-21.3(12) Steel Sign Posts 49 This section is supplemented with the following: 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 83 1 For roadside sign structures on SB -1, SB -2, or SB -3 slip bases, the Contractor shall use 2 the following procedures and manufacturer's recommendations: 3 4 1. The Contractor shall assemble the perforated square steel post or solid square 5 steel post to the upper slip plate with bolts, nuts, and washers as shown in the 6 Plans 7 8 2. The three bolts connecting the upper and lower slip plates shall be tightened 9 using as a torque wrench to the torque, following the procedures in the Plans. 10 11 For roadside structures on ST -2 and ST -4 sign supports, the Contractor shall use the 12 following procedures: 13 14 1. The Contractor shall assemble the perforated square steel post to the lower 15 sign post support with bolts, nuts, and washers as shown in the Plans. 16 17 8-22.AP8 18 SECTION 8-22, PAVEMENT MARKING 19 August 2, 2010 20 8-22.1 Description 21 In the second paragraph, the last sentence is revised to read: 22 23 Traffic letters used in word messages shall be sized as shown in the Plans. 24 25 8-22.4 Measurement 26 In the sixth paragraph "Painted Line" is revised to read ','Paint Line". 27 28 9-01.AP9 29 SECTION 9-01, PORTLAND CEMENT 30 April 5, 2010 31 9-01.2(1) Portland Cement 32 In the first paragraph, all the text after "shall not exceed 8 -percent by weight" is deleted and 33 the paragraph ends. 34 35 In the second paragraph, "per" is revised to read "in accordance with". 36 37 9-02.AP9 38 SECTION 9-02, BITUMINOUS MATERIALS 39 January 3, 2011 40 9-02.1(8) Flexible Bituminous Pavement Marker Adhesive 41 This section is revised to read: 42 43 Flexible bituminous pavement marker adhesive is a hot melt thermoplastic bituminous 44 material used for bonding raised pavement markers and recessed pavement markers to 45 the pavement. 46 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 84 1 1 1 1 1 1 1 1 a 1 2 3 4 5 6 7 8 The adhesive material shall conform to the following requirements when prepared in accordance with the Materials Manual WSDOT Standard Operating Procedure (SOP) No. 318. Property Test Method Requirement Penetration, 77°F, 100g, 5 sec, dmm AASHTO T 49 30 Max. Softening Point, F AASHTO T 53 200 Min. Rotational Thermosel Viscosity, cP, #27 spindle, 20 RPM, 400°F AASHTO T 316 5000 Max. Ductility, 77°F, 5 cm/minute, cm AASHTO T 51 15 Min. Ductility, 392°F, 1 cm/minute, cm ASTM D 51 5 Min. Flexibility, 1", 20°F, 90 deg. Bend, 10 sec., '/8"X 1" x 6" specimen ASTM D 3111 NOTE 1 Pass Bond Pull -Off Strength WSDOT T-426 Greater than 50 psi Note 1: Flexibility test is modified by bending specimen through an arc of 90 degrees at a uniform rate in 10 seconds over a 1 -inch diameter mandrel. 9 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer 10 This section including title is revised to read: 11 12 9-02.1(9) Vacant 13 14 9-03.AP9 15 SECTION 9-03, AGGREGATES 16 April 4, 2011 17 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335". 18 19 9-03.11(2) Streambed Cobbles 20 The first paragraph is revised to read: 21 22 23 24 25 Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Percent Passing Approximate Size Note' 4" Cobbles 6" Cobbles 8" Cobbles 10" Cobbles 12" Cobbles 12" 100 10" 100 70-90 8" 100 70-90 6" 100 70-90 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 85 1 2 In the second paragraph, "determine" is revised to read "determined". 3 4 9-03.21(1) General Requirements 5 This sections content is deleted and replaced with: 6 7 Hot Mix Asphalt, Concrete Rubble, Recycled Glass and Steel Furnace Slag may be 8 used as, or blended uniformly with, naturally occurring materials for aggregates. The 9 final blended product and the recycled material component included in a blended 10 product shall meet the specification requirements for the specified type of aggregate. 11 The Contracting Agency may collect verification samples at any time. Blending of more 12 than one type of recycled material into the naturally occurring materials requires 13 approval of the Engineer prior to use. 14 15 Recycled materials obtained from the Contracting Agency's roadways will not require 16 toxicity testing or certification for toxicity characteristics. 17 18 Recycled materials that are imported to the job site will require testing and certification 19 for toxicity characteristics. The recycled material supplier shall keep all toxicity test 20 results on file and provide copies to the Project Engineer upon request. The Contractor 21 shall provide the following: 22 23 Identification of the recycled materials proposed for use. 24 25 Sampling documentation no older than 90 days from the date the recycled 26 material is placed on the_ project. Documentation shall include a minimum of 5 27 samples tested for total lead content by EPA Method 6010. Total lead test 28 results shall not exceed 250 ppm. For samples that exceed 100 ppm, that 29 sample must then beprepared by EPA Method 1311, the Toxicity 30 Characteristic Leaching Procedure (TCLP), where liquid extract is analyzed by 31 EPA Method 6010B. The TCLP test must be below 5.0 ppm. 32 33 • Certification that the recycled materials are not Washington State Dangerous 34 Wastes per the Dangerous Waste Regulations WAC 173-303. 35 36 • Certification that the recycled materials are in conformance with the 37 requirements of the Standard Specifications prior to delivery. The certification 38 shall include the percent by weight of each recycled material. 39 40 This section is supplemented with the following new sub -section: 41 5" 70-90 30-60. 4" 100 30-60. 3" 70-90 30-60. 2" 30-60. 1Y2" 20-50 3Au 10 max. 10 max. 10 max. 10 max. 10 max. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 86 1 1 1 1 1 1 1 1 1 1 1 11 it it 1 1 1 1 1 11 11 1 1 1 9-03.21(1)E Table on Maximum Allowable Percent (by weight) of Recycled 2 Material 3 4 9-03.21(1)A Recycled Hot Mix Asphalt 5 This section is revised to read: 6 7 For recycled Materials incorporating hot mix asphalt the product supplier shall certify 8 that the blended material does not exceed the Maximum Allowable Percentage of hot 9 mix asphalt shown in Table 9-03.21(1)E. 10 11 9-03.21(1)B Recycled Portland Cement Concrete Rubble 12 This section including title is revised to read: 13 14 9-03.21(1)B Vacant 15 16 9-03.21(1)C Recycled Glass Aggregates 17 This section including title is revised to read: 18 19 9-03.21(1)C Vacant 20 21 9-03.21(1)D Recycled Steel Furnace Slag. 22 The last row of the table is revised to read: 23 Bank Run Gravel for 9-03.19 20 100 100 20 Trench Backfill, 24 25 The table is moved from this sub -section to the new sub -section 9-03.21(1)E Table on 26 Maximum Allowable Percent (by weight) of Recycled Material. 27 28 9-04.AP9 29 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 30 August 2, 2010 31 9-04.2(1) Hot Poured Joint Sealants 32 This section is revised to read: 33 34 Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV 35 except for the following: 36 37 1. The Cone Penetration at 25°C shall be 130 maximum. 38 39 2. The extension for the bond, non immersed, shall be 100%. 40 41 3. The hot poured joint sealant shall have a minimum Cleveland Open Cup Flash 42 Point of 205°C in accordance with AASHTO T 48 43 44 Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested 45 in accordance with ASTM D 5329. 46 47 9-04.11 Butyl Rubber 48 This section including title is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 87 1 2 9-04.11 Butyl Rubber and Nitrile Rubber 3 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines 4 that the area will be exposed to petroleum products Nitrile rubber shall be utilized and 5 conform to ASTM D 2000, M1 BG 610. 6 7 9-05.AP9 8 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 January 3, 2011 10 9-05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12 -inch 11 through 60 -inch) 12 This section including title is revised to read: 13 14 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe, Couplings 15 and Fittings (12 -inch through 60 -inch) 16 Perforated corrugated polyethylene underdrain pipe, couplings and fittings, 12 -inch. 17 through 60 -inch diameter maximum, shall meet the requirements of AASHTO M 294 18 Type CP or Type SP. Type CP shall be Type C pipe with. Class 2 perforations and Type 19 SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 20 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 21 22 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 23 and Profile Wall PVC Sanitary Sewer Pipe 24 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 25 26 9-05.13 Ductile. Iron Sewer Pipe 27 The second and third paragraphs are revised to read: 28 29 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement 30 mortar Tined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine 31 cured Novalac Epoxy lining, as indicated on the Pians or in the Special Provisions. The 32 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or 33 the Class indicated on the Plans or in the Special Provisions. 34 35 Nonrestrained joints shall be either_rubber gasket type, push on type, or mechanical 36 type meeting the requirements of AWWA C111. 37 38 9-05.19 Corrugated Polyethylene Culvert Pipe 39 This sections title is revised to read: 40 41 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings 42 43 The first paragraph is revised to read: 44 45 Corrugated polyethylene culvert pipe, couplings, and fittings, shall meet the 46 requirements of AASHTO M 294 Type S or D for pipe 12 -inch to 60 -inch diameter with 47 silt -tight joints. 48 49 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 50 This sections title is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 88 11 i 11 11 1 t 1 1 it 1 1 2 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and 3 Fittings 4 5 In the first paragraph, the first sentence is revised to read: 6 7 Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the 8 requirements of AASHTO M 294 Type S or D. 9 10 Section 9-05 is supplemented with the following new sub -sections: 11 12 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe 13 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM 14 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch 15 to 60 -inch diameter With silt -tight joints: 16 17 Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a 18 bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to 19 the requirements of ASTM F 477. All gaskets shall be installed on the,pipe by the 20 manufacturer. 21 22 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe' requires 23 an approved joint system and a formal quality control plan for each plant proposed for 24 consid eration. 25 26 A Manufacturer's Certificate of Compliance shall be required and. shall. accompany the 27 materials. delivered to the project. The certificate shall clearly identify production lots for 28 all materials represented. The Contracting. Agency may conduct verification tests of pipe 29 stiffness or other properties as it deems appropriate. 30 31 9-05.22. Steel ,Rib Reinforced Polyethylene Storm Sewer Pipe 32 Steel rib reinforced' polyethylene; storm sewer pipe shall meet the requirements of ASTM 33 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum 34 diameterfor steel reinforced polyethylene storm sewer pipe shall be the diameter for 35 which a manufacturer has submitted a qualified joint. Qualified manufacturers and 36 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally 37 molded, injection molded, or factory welded. 38 39 All joints.for steel reinforced polyethylene storm sewer pipe shall be made with a bell 40 and spigot coupling and conform to ASTM D3212 using elastomeric gaskets 41 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the 42 manufacturer. 43 44 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe 45 requires joint system conformance to ASTM D 3212 using elastomeric gaskets 46 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for 47 consideration. 48 49 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 50 materials delivered, to the project. The certificate shall clearly identify production lots for 51 all materials represented. The Contracting Agency may conduct verification tests of pipe 52 stiffness or other properties as it deems appropriate. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 89 2 9-05.23 High Density Polyethylene (HDPE) Pipe 3 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM 4 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) 5 designation of PE 3408. 6 1 7 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. 8 9 HDPE pipe shall be joined into a continuous length by an approved joining method. I 10 11 The joints shall not create an increase in the outside diameter of the pipe. The joints 12 shall be fused, snap together or threaded. The joints shall be water tight, rubber 13 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. 14 15 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the i 16 manufacturer's recommendations. Fusion equipment used in the joining procedure 17 shall be capable of meeting all conditions recommended by the pipe manufacturer, 18 including but not limited to fusion temperature, alignment, and fusion pressure. All field 19 welds shall be made with fusion equipment equipped with a Data Logger. Temperature, 20 fusion pressure and a graphic representation of the fusion cycle shall be part of the 21 Quality Control records. Electro fusion may be used for field closures as necessary. 22 Joint strength shall be equal or greater than the tensile strength of the pipe. 23 24 Fittings shall be manufactured from the same resins and Cell Classification as the pipe 25 unless specified otherwise in. the Plans or Specifications. Butt fusion fittings and 1 26 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM 27 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. 28 111 29 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and 30 this specification. 31 32 The supplier shall furnish a Manufacturer's Certification of Compliance stating the111 33 materials meet the requirements of ASTM D 3350 with the correct cell classification with 34 the physical properties listed above. The supplier shall certify the dimensions meet the 35 requirements of ASTM F 714 or as indicated in this Specification or the Plans. 11 36 37 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for 38 defects and tested for Elevated Temperature Sustain Pressure in accordance with111 39 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old 40 from the date of manufacture. 41 1 42 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free 43 of cracks, holes, foreign materials, blisters, or deleterious faults. 44 I, 45 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the 46 manufacturer, SDR, size, material, machine, and date on which the pipe was 47 manufactured. 48 I 49 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, 50 and Polypropylene Sanitary Sewer Pipe 51 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe and Polypropylene 52 Sanitary SeWer pipe shall conform to the following requirements: 1 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 90 1 1 11 1 1 11 1 1 1 1 1 t 11 1 2 1. For pipe sizes up to 30 inches: ASTM F2736. 3 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 4 3. Fittings shall be factory welded, injection molded or PVC. 5 6 All joints for corrugated polypropylene pipe shall be made with a bell/bell or bell and 7 spigot coupling and shall conform to ASTM D3212 using elastomeric gaskets 8 conforming to ASTM F477. All gaskets shall be factory installed on the pipe in 9 accordance with the producer's recommendations. 10 11 Qualification for each producer of corrugated polypropylene storm sewer pipe requires 12 joint system conformance to ASTM D3212 using elastomeric gaskets conforming to 13 ASTM F477 and a formal quality control plan for each plant proposed for consideration. 14 15 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 16 materials delivered to the project. The certificate shall clearly identify production Tots for 17 all materials represented. The Contracting Agency may conduct verification tests of 18 pipe stiffness or other properties deems appropriate. 19 20 9-06.AP9 21 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 22 April 4, 2011 23 9-06.5(3) High Strength Bolts 24 The first paragraph is revised to read: 25 26 High-strength bolts for structural steel joints shall conform to either AASHTO M 164 27 Type 1 or 3 or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special 28 Provisions. Tension control bolt assemblies, meeting all requirements of ASTM F 1852 29 may be substituted where AASHTO M 164 high strength bolts and associated hardware 30 are specified. 31 32 The second paragraph is revised to read: 33 34 When specified in the Plans or Special Provisions to be galvanized, tension control bolt 35 assemblies shall be galvanized after fabrication in accordance with ASTM B 695 Class 36 55 Type I. 37 38 The third paragraph is revised to read: 39 40 Bolts,conforming to AASHTO M 253 shall not be galvanized. 41 42 The fourth paragraph is revised to read: 43 44 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 45 164 Type 3, AASHTO M 253 Type 3, or ASTM F 1852 Type 3, as specified in the Plans 46 or Special Provisions. 47 48 The fifth paragraph is revised to read: 49 50 Nuts for high strength bolts shall meet the following requirements: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 91 1 AASHTO M 164 Bolts 2 Type 1 (black) AASHTO M 291 Grade C, C3, D, DH and 3 DH3 4 AASHTO M 292 Grade 2H 5 Type 3 (black weathering) AASHTO M 291 Grade C3 and DH3 6 Type 1 (hot -dip galvanized) AASHTO M 291 Grade DH 7 AASHTO M 292 Grade 2H 8 9 AASHTO M 253 Bolts 10 Type 1 (black) AASHTO M 291 Grade DH, DH3 11 AASHTO M 292 Grade 2H 12 Type 3 (black weathering) AASHTO M 291 Grade DH3 13 14 The first sentence in the eighth paragraph is revised to read: 15 16 Washers for AASHTO M 164 and AASHTO .M 253 bolts shall meet the requirements of 17 AASHTO M 293 and may be circular, beveled, or extra thick as required. 18 19 The last sentence in the eleventh paragraph is revised to read: 20 21 Approval from the Engineer to use lock -pin and collar fasteners shall be received by the 22 Contractor prior to use. 23 24 The number 2 foot note reference in the table is deleted. 25 26 The last row of the table is revised to read: 27 28 29 9-06.16 Roadside Sign Structures 30 The first paragraph is revised to read: 31 32 33 34 35 36 The sixth paragraph is revised to read: 37 38 39 40 41 42 The following two new paragraphs are inserted after the sixth paragraph: 43 44 45 46 47 *Manufacturer's Certificate of Compliance — samples not required. 1 Nuts, washers, load indicator devices, and tension control bolt assemblies shall be sampled at the same frequency as the bolts. All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 164 and Section 9-06.5(3),. except as noted otherwise. All connecting hardware shall be galvanized after fabrication in accordance with AASHTO M 232. The heavy-duty anchor (lower sign post support) used for perforated square steel posts (ST -4) shall meet the requirements of ASTM A 500 Grade B and shall be hot -dipped galvanized. The bolts for connecting square steel posts to the upper slip plate SB -1, SB -2, or SB -3 shall be either corner bolts and conform to ASTM F 568 Class 4.6, zinc coated, or shoulder flange bolts and conform to ASTM A 29, zinc coated, or commercial bolts stock and conform to ASTM A 307, zinc coated. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 92 iv 11 11 11 1 r 1 11 11 1 2 The bolts connecting perforated square steel posts to the lower sign post support (ST -2 3 or ST -4) shall conform to ASTM A 307, Grade A and galvanized. The bolts connecting 4 the lower slip plate (SB -1, SB -2, or SB -3) to the heavy duty anchor (lower sign post 5 support ST -4) shall conform to ASTM A 307 and galvanized. The bolt stop for ST -2 and 6 ST -4 shall conform to ASTM A 307, Grade A and galvanized. 7 8 9-07.AP9 9 SECTION 9-07, REINFORCING STEEL 10 April 4, 2011 11 9-07.1(1)A Acceptance of Materials 12 The following new paragraph is inserted before the first paragraph: 13 14 Reinforcing steel rebar manufacturers shall comply with the requirements of.AASHTO R 15 53, "Qualification of Deformed and Plain Reinforcing Steel Bar, Welded Wire, and Wire 16 Producing Mills" and the National Transportation Product Evaluation Program (NTPEP) 17 Work Pian for Reinforcing Steel (rebar) Manufacturers: Reinforcing steel rebar 18 manufacturers shall participate in the NTPEP Audit Program for Reinforcing Steel 19 (rebar) Manufacturers andtbe listed on the NTPEP audit program Website displaying 20 that they are NTPEP compliant. 21 22 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 23 This section's title is revised to read: 24 25 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement 26 Rehabilitation) 27 28 The following is inserted after the third sentence of the first paragraph: 29 30 The Contractor shall furnish a written certification that properly identifies the material, 31 the number of each batch of coating material used, quantity represented, date of 32 manufacture, name and address of manufacturer, and a statement that the supplied 33 coating material meets the requirements of ASTM A 934. 34 35 9-08.AP9 36 SECTION 9-08, PAINTS AND RELATED MATERIALS 37 January 4, 2010 38 9-08.1(2)C Inorganic Zinc Rich Primer 39 In the first paragraph, the reference to "Type II" is revised to read "Type I". 40 41 9-08.1(2)D Organic Zinc Rich Primer 42 This section is revised to read: 43 44 Organic zinc rich primer shall be a high performance two -component epoxy conforming 45 to SSPC Paint 20 Type II. 46 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 93 1 9-13.AP9 2 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 3 WALLS 4 April4, 2011 5 In all tables of this section, "Specific Gravity" is revised to read "Specific Gravity SSD". 6 7 This sections title is revised to read: 8 9 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, ROCK FOR EROSION 10 AND SCOUR PROTECTION AND ROCK WALLS 11 12 The first sentence in the first paragraph is revised to read: 13 14 Riprap shall consist of broken stone, or broken concrete rubble. 15 16 9-13.3 Sack Riprap 17 This section including title is revised to read: 18 19 9-13.3 Vacant 20 21 9-13.4 Vacant 22 This section including title is revised to read: 23 24 9-13.4 Rock for Erosion and Scour Protection 25 Rock for Erosion and Scour Protection shall, be hard, sound, and durable material, free 26 from seams, cracks, and other defects tending to destroy its resistance to weather and 27 consist of broken and/or process rock. Rock for Erosion and Scour Protection shall 28 meet quality requirements in Section 9-13 and the grading requirements in Section 9- 29 13.4(2). The use of recycled materials and concrete rubble is not permitted for this 30 application as per Section 9-03.21. 31 32 This section is supplemented with the following new sub -sections: 33 34 9-13.4(1) Suitable Shape of Rock for Erosion and. Scour Protection 35 The Suitable Shape of these rocks shall be "Angular" (having sharply defined edges) to 36 "Subangular" (having a shape in between Rounded and Angular) for a higher degree of 37 interlocking to provide stability to the protected area. The use of round, thin, flat, or long 38 and needle like shapes are not allowed. Suitable Shape can be determined by the ratio 39 of the Length/Thickness. Where the Length is the longest axis, Width is the second 40 longest axis, and Thickness is the shortest. The Suitable Shape shall be the maximum 41 of 3.0 using the following calculation: 42 Length Thickness < 3.0 Suitable Shape 43 44 9-13.4(2) Grading Requirements of Rock for Erosion and Scour Protection 45 Rock for Erosion and Scour Protection will be classified as Class A, Class B, and Class 46 C, and shall have a "Well -Graded" structure that meets the requirements for Suitable AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 94 11 11 11 11 11 t 11 11 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Shape and conforms to one or more of the following gradings as shown in the Plans. Class A Approximate Size (in.) Note 1 Percent Passing (Smaller) 18" 100 "1 " 16" 80 - 95. 12" 50 — 80 8" 15-50 4" 15 max. Class B Approximate Size (in.) Note 1 . Percent Passing (Smaller) 30" 100 28" 80 - 95 22" 50 - 80 16". 15-50. 10" 15. max. Class C Approximate Size (in.) Note Percent 1 Passing (Smaller) 42" 100 36" 80 —95 28" 50-80 22" 15-50 14" 15 max. 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 16 17 Rock for Erosion and Scour Protection shall be visually accepted by the Project 18 Engineer. The Project Engineer shall determine the Suitable Shape, Approximate Size 19 and Grading of the Toad before it is placed. If so ordered by the Project Engineer, the 20 loads shall be dumped on a flat surface for sorting and measuring the individual rocks 21 contained in the load. 22 23 9-14.AP9 24 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 25 April 4, 2011 26 Section 9-14 is deleted in its entirety and replaced with the following: 27 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 95 1 9-14.1 Soil 2 3 9-14.1(1) Topsoil Type A 4 Topsoil Type A shall be as specified in the Special Provisions 5 6 9-14.1(2) Topsoil Type B 7 Topsoil Type B shall be native topsoil taken from within the project limits either from the 8 area where roadway excavation is to be performed or from strippings from borrow, pit, 9 or quarry sites, or from other designated sources. The general limits of the material to 10 be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The 11 Engineer will make the final determination of the areas where the most suitable material 12 exists within these general limits. The Contractor shall reserve this material for the 13 specified use. Material for Topsoil Type B shall not be taken from a depth greater than 1 14 foot from the existing ground unless otherwise designated by the Engineer. 15 16 In the production of Topsoil Type B, all vegetative matter less than 4 feet in height, shall 17 become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the 18 native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by 19 authorized State and County officials, shall not be incorporated in the topsoil, and shall 20 be removed and disposed of as designated elsewhere or as approved by the Engineer. 21 22 9-14.1(3) Topsoil Type C 23 Topsoil Type C shallbe native topsoil meeting the requirements of Topsoil Type B but 24 obtained from a source provided by the Contractor outside of the Contracting Agency 25 owned right of way. 26 27 9-14.2 Seed 28 Grasses, legumes, or cover crop seed of the type specified shall conform to the 29 standards for "Certified" grade seed or better as outlined by the State of Washington 30 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 31 furnished in standard containers on which shall be shown the following information: 32 ' 33 1. Common and botanical names of seed 34 2. Lot number _ 35 3. Net weight 36 4 Pure live seed 37 38 All seed vendors must have a business license issued by the Washington State 39 Department of Licensing with a "seed dealer" endorsement. Upon request, the 40 Contractor shall furnish the Engineer with copies of the applicable licenses and 41 endorsements. 42 43. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 44 statement signed by the vendor certifying that each lot of seed has been tested by a 45 recognized seed testing laboratory within six months before the date of delivery on the 46 project. Seed which has become Wet, moldy, or otherwise damaged in transit or storage 47 will not be accepted. 48 49 9-14.3 Fertilizer 50 Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the 51 kind and quality specified. It may be separate or in a mixture containing the percentage 52 of total nitrogen, available phosphoric acid, water-soluble potash, or sulfur in the AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 96 11 11 11 11 11 1 11 11 11 1 1 11 1 1 1 amounts specified. All fertilizers shall be furnished in standard unopened containers 2 with weight, name of plant nutrients, and manufacturer's guaranteed statement of 3 analysis clearly marked, all in accordance with State and Federal laws. 4 5 Fertilizer shall be supplied in one of the following forms: 6 7 1 A dry free-flowing granular fertilizer, suitable for application by agricultural 8 fertilizer spreader: 9 10 2 A soluble form that will permit complete suspension of insoluble particles in 11 water, suitable for application by power sprayer. 12 13 3 A homogeneous pellet, suitable for application through a ferti-blast gun. 14 15 4 A tablet or other form of controlled release with a minimum of a six month 16 release period. 17 18 5 A liquid suitable for application by a power sprayer or hydroseeder. 19 20 9-14.4 Mulch and Amendments 21 All.arnendments shall be delivered to the site in the original, unopened containers 22 bearing the manufacturer's guaranteed chemical analysis and name. In lieu of 23 containers, amendments may be furnished in bulk. A manufacturer's certificate of 24 compliance shall accompany each delivery. Compost and other organic amendments 25 shall be accompanied with all applicable health certificates and permits. 26 27 9-14.4(1) Straw 28 Straw shall be in an air dried condition free of noxious weeds, seeds, and other 29 materials detrimental to plant life. Hay is not acceptable. 30 31 All straw material shall be Certified Weed Free Straw using North American Weed 32 Management Association (NAWMA) standards or the Washington Wilderness Hay and 33 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. 34 Information can be found at http://www.nwcb:wa.gov/http://www.nwcb.wa.gov/ 35 36 In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that 37 the material is steam or heat treated to kill seeds, or shall provide U:S:, Washiington, or 38 other State's Department of Agriculture laboratory test reports, dated within 90 days 39 prior to the date of application, showing there are no viable seeds in the straw. 40 41 Straw mulch shall be suitable for spreading with mulch, blower equipment. 42 43 9-14.4(2) Hydraulically Applied Erosion Control Products. (HECPs) 44 All HECPs shall be biodegradable and in a dry condition free of noxious weeds, seeds, 45 chemical printing ink, germination inhibitors, herbicide residue, chlorine bleach, rock, 46 metal; plastic, and other materials detrimental to plant life. Up to 5 percent by weight 47 may be photodegradable material: 48 49 The HECP shall be suitable for spreading with a hydroseeder. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 97 1 2 3 4 5 6 7 8 All HECPs shall be furnished premixed by the manufacturer with Type A or Type B Tackifier as specified in 9-14.4(7). Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall provide test results, dated within three years prior to the date of application, from an independent, accredited laboratory, as approved by the Engineer, showing the product meets the following requirements. Properties Test Method Requirements Acute Toxity EPA -821-R-02-012 Methods for Measuring Acute Toxicity of Effluents. Test leachate from recommended application rate receiving 2 inches of rainfall per hour using static test for No -Observed -Adverse - Effect -Concentration (NOEC) Four replicates are required with No statistically significant reduction in survival in 100% leachate for a Daphnid at 48 hours and Oncorhynchus mykiss (rainbow trout) at 96 hours Solvents EPA 8260B Benzene - < 0.03 mg/kg Methylene chloride — 0.02 mg/kg Naphthalene- < 5 mg/kg Tetrachloroethylene — < 0.05 mg/kg Toluene — < 7 mg/kg Trichloroethylene — < 0.03 mg/kg Xylenes - <. 9 mg/kg Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg/kg Arsenic — < 6 mg/kg Barium — < 80 mg/kg Boron — < 100 mg/kg , Cadmium — < 2 mg/kg Chromium.— < 2 mg/kg Copper — < 5 mg/kg Lead _ < 5 mg/kg Mercury — < 2 mg/kg Nickel - < 2 mg/kg. Selenium — < 10 mg/kg Strontium _ < 30 mg/kg Zinc — < 5 mg/kg Water Holding Capacity ASTM D 7367 900 percent minimum Organic Matter Content ASTM D 586 90 percent minimum Moisture Content ASTM D 644 15 percent maximum Seed Germination Enhancement ASTM D 7322 Long Term Moderate Term Short Term 420 percent 400 percent minimum 200 percent AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 98 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 11 1i 11 11 it 11 11 1 1 2 3 4 5 6 7 8 minimum minimum If the HECP contains cotton or straw, the Contractor shall provide documentation that the material has been steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. 9 The HECP shall be manufactured in such a manner that when agitated in slurry tanks 10 with water, the fibers will become uniformly suspended, without clumping, to form a 11 homogeneous slurry. When hydraulically applied, the material shall form a strong 12 moisture -holding mat that allows the continuous absorption and infiltration of water. 13 14 The HECP shall contain a dye to facilitate placement and inspection of the material. 15 Dye shall be non=toxic to plants, animals, and aquatic life and shall not stain concrete or 16 painted surfaces. 17 18 The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that 19 demonstrates that the product is not harmful to plants, animals, and aquatic life. 20 21 9-14.4(2)A Long Term Mulch 22 Long Term Mulch shall demonstrate the ability to adhere to the soil and create a 23 blanket -like mass within' two hours of application and shall bond with the soil surface to 24 create a continuous, porous, absorbent, and flexible erosion resistant blanket that 25 allows for seed germination and plant growth and conforms to the requirements in Table 26 1 Long Term Mulch Test Requirements. 27 28 The Contractor shall provide test results documenting the mulch meets the 29 requirements in Table 1 Long Term Mulch Test Requirements. 30 31 Prior to January 1; 2012, the Contractor shall supply independent ASTM D 6459 test 32 results from one of the following testing facilities: 33 34 National Transportation Product Evaluation Program (NTPEP) 35 Utah State University's Utah Water Research Laboratory 36 Texas Transportation Institute 37 San Diego State University's Soil Erosion Research Laboratory 38 TRI Environmental, Inc 39 40 Effective January 1, 2012, the Contractor shall supply independent test results from the 41 42 43 44 National Transportation Product Evaluation Program (NTPEP). Table 1. Long Term. Mulch Test Requirements. Properties Test Method .Requirements Performance in Protecting Slopes from Rainfall- Induced Erosion ASTM D 6459 - Test in one soil type. Soil tested shall be sandy loam as defined by the NRCS Soil Texture Triangle C Factor = 0.01 maximum using Revised Universal Soil Loss Equation (RUSLE) AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11111 99 1 9-14.4(2)B Moderate Term Mulch 2 Within 48 hours of application, the Moderate Term Mulch shall bond with the soil 3 surface to create a continuous, absorbent, flexible erosion resistant blanket that allows 4 for seed germination and plant growth and conform to the requirements in Table 2 5 Moderate Term Mulch Test Requirements. 6 7 The Contractor shall provide test results documenting the mulch meets the 8 requirements in Table 2 Moderate Term Mulch Test Requirements. 9 10 Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test 11 results from one of the following testing. facilities: 12 13 National Transportation Product Evaluation Program (NTPEP) 14 Utah State University's Utah Water Research Laboratory 15 Texas Transportation Institute 16 San Diego State University's Soil Erosion. Research Laboratory 17 TRI Environmental, Inc 18 19 Effective January 1, 2012, the Contractor shall supply independent test results from the 20 21 22 23 24 25 26 27 National Transportation Product Evaluation Program (NTPEP). Table 2 Moderate Term Mulch Test Requir Properties Test Method Requirements Performance in Protecting Slopes from Rainfall- Induced Erosion ASTM D 6459 - Test in one soil type. Soil tested shall be sandy loam as defined by the NRCS Soil Texture Triangle C Factor = 0.05 maximum using Revised Universal Soil Loss Equation (RUSLE) 9-14.4(2)C Short Term Mulch The Contractor shall provide test results documenting the mulch meets the requirements in Table 3 Short Term Mulch Test Requirements. 28 Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test 29 results from one of the following testing facilities: 30 31 National Transportation Product Evaluation Program (NTPEP) 32 Utah State University's Utah Water Research Laboratory 33 Texas Transportation Institute 34 San Diego State University's Soil Erosion Research Laboratory 35 TRI Environmental, Inc 36 37 Effective January 1, 2012, the Contractor shall supply independent test results from the 38 39 40 National Transportation Product Evaluation Program (NTPEP). Table 3 Short Term Mulch Test Requirement Properties Test Method Requirements Performance in Protecting. Slopes from Rainfall- Induced Erosion ASTM D 6459 - Test in one soil type. Soil tested shall be sandy loam as defined by the National Resources C Factor = 0.15 maximum using Revised Universal Soil Loss Equation (RUSLE) AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11111 100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 1 11 11 1 1 1 11 11 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 Conservation Service (NRCS) Soil Texture Triangle 9-14.4(3) Bark or Wood Chips Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Bark or wood chips, when tested, shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Sieve Size Percent Passing Minimum Maximum 2" 95 100 No. 4 0 30 9-14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, With a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10 inches. At least 50 percent of the length of each strand shall have a width and thickness between 1/16 and 1/2 inch. No single strand shall have a width or thickness greater than 1/2 inch. 19 The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds 20 in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings 21 will not be acceptable. Products shall be tested according to WSDOT Test Method 125 22 prior to acceptance. 23 24 9-14.4(5) Lime 25 Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, 26 meeting the requirements of ASTM C 602. 27 28 9-14.4(6)—Gypsum 29 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 30 100 percent shall pass through a No. 8 sieve. 31 32 9-14.4(7) Tackifier 33 Tackifiers are used as a tie -down for soil, compost, seed, and/or mulch. Tackifier shall 34 contain no growth or germination inhibiting materials, and shall not reduce infiltration 35 rates. Tackifier shall hydrate in water and readily blend with other slurry materials and 36 conform to the requirements in Table 4 Tackifier Test Requirements.. 37 38 The Contractor shall provide test results documenting the tackifier meets the 39 requirements in Table 4 Tackifier Test Requirements. 40 41 42 Table 4 Tackifier Test Requirements Properties Test Method Requirements Heavy Metals Solvents See Table in Section 9-14.4(2). Test at manufacturer's See Table in Section 9 - 14.4(2) AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 101 1 2 3 4 5 6 Acute Toxicity recommended application rate Sieve Size Viscosity ASTM D 2364. Testing shall be performed by an accredited, independent laboratory 4000 cPs minimum 9-14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 7 9-14.4(7)B Synthetic Tackifier 8 Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the 9 Engineer that the product is not harmful to plants, animals, and aquatic life. 10 11 9-14.4(8) Compost 12 Compost products shall be the result of the biological degradation and transformation of 13 organic materials under controlled conditions designed to promote aerobic 14 decomposition. Compost shall be stable with regard to oxygen consumption and 15 carbon dioxide generation. Compost shall be mature with regard to its suitability for 16 serving, as a soil amendment or an erosion control BMP as defined below. The compost 17 shall have a moisture content that has no visible free water or dust produced when 18 handling the material. 19 20 Compost production and quality shall comply with Chapter 173-350 WAC. 21 22 Compost products shallmeet the following physical criteria: 23 24 1. Compost material shall be tested in accordance with U.S. Composting Council 25 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- 26 B, "Sample Sieving for Aggregate Size Classification". 27 28 29 Fine compost shall meet the following gradation: 30 31 32 33 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing Sieve Size Maximum Minimum :Maximum 2" 100 95 1" 95_ 100 5/8" 90 100 1/4" 75 100 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing. Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1/4" 70 85 34 Maximum particle length of 6 inches. 35 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 it 11 11 11 it 11 11 1 11 1 11 1 2 3 4 5 6 7 8 9 10 11 12 13 Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 30:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 3" 100 1" 90 100 3/4" 70 100 1/4" 40 60 Maximum particle length of 6 inches.. Coarse Compost shall have a Carbon to Nitrogen ratio (C:N) between 25:1 and 35:1, The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. 14 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 15 Composting Council TMECC 04.11-A, "1:5 Slurry pH". 16 17 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be Tess 18 than 1.0 percent by weight as determined by U.S. Composting Council TMECC 19 03:08-A "Classification of Inerts by Sieve Size". 20 21 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by 22 U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter Method 23 (LOl)". 24 25 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance 26 with U.S. Composting Council TMECC 04.10 "Electrical Conductivity'. 27 28 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting 29 Council TMECC 05.05-A, "Germination and -Root -Elongation"- 30 31 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. 32 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 33 34 8. The compost product shall originate from recycled plant waste as defined in WAC 35 173-350 as "Type 1 Feedstocks", "Type 2 Feedstocks," and/or "Type 3 36 Feedstocks". The Contractor shall provide a list of feedstock sources by 37 percentage in the final compost product. 38 39 9. The Engineer may evaluate compost for maturity using U.S. Composting Council 40 TMECC 05.08-E "Solvita® Maturity Index". Fine compost shall score a number 6 or 41 above on the Solvita® Compost Maturity Test. Medium and Coarse compost shall 42 score a 5 or above on the Solvita® Compost Maturity Test. 43 44 9-14.4(8)A Compost Submittal Requirements 45 The Contractor shall submit the following information to the Engineer for approval: 46 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 103 1 1. The Qualified Products List printed page or a Request for Approval of 2 Material(DOT Form 350-071 EF). 3 4 5 6 7 8 9 10 11 12 13 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as 14 issued by the U.S. Composting Council 15 16 17 18 19 20 21 22 23 24 25 26 27 9-14.4(9) Vacant 28 29 9-14.4(10) Vacant 30 31 9-14.5 Erosion Control Devices 32 33 9-14.5(1) Polyacrylamide (PAM) 34 PAM is used as a tie -down for soil, compost, or seed, and is also used as a flocculent. 35 —Polyacrylamide (PAM) -products -shall meet ANSI/NSF Standard 60-fordrinking water 36 treatment with an AMD content not to exceed 0.05 percent. PAM. shallbe anionic, 37 linear, and not cross-linked. The minimum average molecular weight shall be greater 38 than 5 mg/mole and minimum 30 percent charge density. The product shall contain at 39 least 80 percent active ingredients and have a moisture content not exceeding 10 40 percent by weight. PAM shall be delivered in a dry granular or powder form. 41 42 43 44 45 46 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The Contractor shall verify in writing, and provide lab analyses, that the material complies with the processes, testing, and standards specified in WAC 173-350 and these Specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 9-14.4(8)B Compost Acceptance Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9-14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. 9-14.5(2) .Erosion Control Blanket Temporary erosion control blanket shall be made of natural plant fibers. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting.the requirements in the following table: Properties ASTM Test Method Requirements Protecting Slopes from Rainfall- Induced Erosion D 6459 = Test in one soil type. Soil tested shall be sandy loam as defined by the NRCSSoil. Maximum C factor of 0.15 using Revised Universal Soil Loss Equation (RUSLE) AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 104 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 11 11 1 11 11 11 1 2 3 4 5 6 7 8 9 10 11 12 13 Netting, if present, shall be biodegradable with a life span not to exceed two years. Permanent erosion control blanket/turf reinforcement mats shall meet the following requirements: Properties Texture Triangle Requirements Dry Weight per Unit Area D 6475 0.36 Ib/sq. yd. minimum Performance in Protecting Earthen Channels from Stormwater- Induced Erosion D 6460 Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle 1.0 Ib/sq. ft. minimum Seed Germination Enhancement D 7322 200 percent minimum Netting, if present, shall be biodegradable with a life span not to exceed two years. Permanent erosion control blanket/turf reinforcement mats shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes from Rainfall- Induced Erosion D 6459 with 0.12 inch average raindrop size.* Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture_ Triangle ** Maximum C factor of 0:15 using Revised Universal Soil Loss Equation (RUSLE) Dry Weight per Unit Area D 6566 0.50 Ib/sq. yd. minimum Performance in Protecting Earthen Channels from Stormwater- Induced. Erosion D 6460 Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle** 2.0 Ib/sq. ft. minimum Seed Germination Enhancement D 7322 200 percent minimum 9-14.5(2)A Erosion Control Blanket Approval The Contractor shall select erosion control blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at www.ectc.org/qdor 14 9-14.5(3) Clear Plastic Covering 15 Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene 16 sheeting having aminimum thickness of 6 mils. 17 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 105 1 9-14.5(4) Geotextile-Encased Check Dam 2 The geotextile-encased check dam shall be a urethane foam core encased in geotextile 3 material. The minimum length of the unit shall be 7 feet. 4 5 The foam core shall be a minimum of 8 inches in height, and have a minimum base 6 width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches 7 at each end, and shall have apron type flaps that extend a minimum of 24 inches on 8 each side of the check dam. The geotextile material shall meet the requirements in 9 Section 9-33. 10 11 9-14.5(5) Wattles 12 Wattles shall consist of cylinders of biodegradable plant material such as weed -free 13 straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within 14 biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting 15 material shall be clean, evenly woven, and free of encrusted concrete or other 16 contaminating materials such as preservatives: Netting material shall be free from cuts, 17 tears, or weak places and shall have a minimum lifespan of 6 months and a maximum 18 lifespan of not more than 24 months. 19 20 Compost filler shall be coarse compost and shall meet the material requirements as 21 specified in Section 9-14.4(8). If wood chips are used they shall meet the material 22 requirements as specified in Section 9-14.4(3). If wood shavings are used, 80 percent 23 of ,the fibersshall have a minimum length of 6 inches between 0.030 and 0.50 inches 24 wide, and between 0.017 and 0.13 inches thick. 25 26 Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine 27 species. Wood stakes Shall be 2 inch by 2 inch nominal dimension and 36 inches in 28 length. 29 30 9-14,5(6) Compost Socks 31 Compost socks shall consist of extra heavy weight biodegradable fabric, with a 32 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. 33 Compost socks shall be at least 8 inches in diameter. The fabric shall be clean, evenly 34 woven, and free of encrusted concrete or other contaminating materials and shall be 35 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas 36 and shall be free of any type of preservative. Netting material shall have a minimum 37 lifespan of 6 months and a maximum lifespan of not more than 24 months. 38 39 Coarse compost filler shall meet the material requirements as specified in Section_ 9- 40 14.4(8). 41 42 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or 43 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches 44 in length, 45 46 9-14.5(7) Coir Log 47 Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted 48 within woven netting made of bristle coir tWine with minimum strength of 80 lbs tensile 49 strength. The netting shall have nominal 2 inch by 2 inch openings. Log segments shall 50 have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. 51 Logs shall have a minimum density of 7 lbs/cf. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 106 11 11 11 11 it 11 11 11 11 11 11 11 11 1 1 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall 2 have a notch to secure the rope ties. Rope ties shall be of 1/4 inch diameter 3 commercially available hemp rope. 4 5 9-14.5(8) High Visibility Fencing 6 High visibility fence shall be UV stabilized, orange, high-density polyethylene or 7 polypropylene mesh, and shall be at least 4 -feet in height. 8 9 Support posts shall be wood or steel in accordance with Standard Plan 1-10.10-00. The 10 posts shall have sufficient strength and durability to support the fence through the life of 11 the project. 12 13 9-14.6 .Plant Materials 14 15 9-14.6(1) Description 16 Bareroot plants are grown in the ground and harvested without soil or growing medium 17 around their roots. 18 19 Container plants are grown in pots or flats that prevent root growth beyond the sides 20 and bottom of the 'container. 21 22 Balled and burlapped plants are grown in the ground and harvested with soil around a 23 core of undisturbed roots. This rootball is Wrapped in burlap and tied or placed in a wire 24 basket or other supportive structure: 25 26 Cuttings are live plant material without a previously developed root system. Source 27 plants for cuttings shall be dormant when cuttings are taken and all cuts shall be made 28 with a sharp instrument. Cuttings may be collected. If cuttings are collected, the 29 requirement to be nursery grown or held in nursery conditions does not apply. Written 30 permission shall be obtained fr.•om property owners and provided to the Engineer before 31 cuttings are collected. The Contractor shall collect cuttings in accordance with 32 applicable sensitive area ordinances. Cuttings shall meet the following requirements: 33 34 A. Live branch cuttings shall have flexible top growth with terminal buds and may 35 have side branches.1 he rooting end shall be cut at an approximate 45 degree 36 angle. 37 38 B. Live stake, cuttings shall•have a straight top cut immediately above a bud. The 39 lower; rooting end shall be cut at an approximate 45 degree angle. Live stakes 40 are cut from one to two year old wood. Live stake cuttings shall be cut and 41 installedwith the bark•intact with no branches'or stems attached, and be 1/2 to 42 11/2 inch in diameter: 43 44 C. Live pole cuttings shall have a minimum 2 inch diameter and no more than 45 three branches which shall be pruned back to the first bud from the main stem. 46 47 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and 48 becoming erect at the apex. Rhizomes shall have a minimum of two growth points. 49 Tubers shall be a thickened and short subterranean branch having numerous buds or 50 eyes. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 107 1 9-14.6(2) Quality 2 At the time of delivery all plant material furnished shall meet the grades established by 3 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and 4 shall conform to the size and acceptable conditions as listed in the Contract, and shall 5 be free of all foreign plant material. 6 7 All plant material shall comply with State and Federal laws with respect to inspection for 8 plant diseases and insect infestation. 9 10 All plant material shall be purchased from a nursery licensed to sell plants in 11 Washington State. 12 13 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 14 be vigorous, well formed, with Well developed fibrous root systems, free fromdead 15 branches, and from damage caused by an absence or an excess of heat or moisture, 16 insects, disease, mechanical or other causes detrimental to good plant development. 17 Evergreen plants shall be well foliated. and of good color. Deciduous trees that have 18 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees 19 shall have only one leader (growing, apex) and one terminal bud, and shall not be 20 sheared'or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 21 crotches shall be rejected. 22 23 Root balls of plant materials shall be solidly held together by a fibrous root system and 24 shall be composed only of the soil in which :the plant has been actually:growin'g. Balled 25 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 26 material not injurious to the plant life: Root balls shall be free of weed or foreign plant 27 growth. 28 29 Plant materials shall be nursery grown stock. Plant material, with the exception of 30 cuttings, gathered from native stands shall be held under nursery conditions for a 31 minimum of one full growing season, shall be free of all foreign plant material, and meet 32 all of the requirements of these Specifications, the Plans, and the Special Provisions. 33 34 Container grown plants shall be plants transplanted into a container and grown in that 35 container sufficiently long for new fibrous roots to have developed so that the root mass 36 will retain its shape and hold together when removed from the container, without having 37 roots that circle the pot. Plant material which is root bound, as determined by the 38 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 39 growth. 40 41 Container sizes for plant material of a larger grade than provided for in the container 42 grown Specifications of the ASNS shall be determined by the volume of the root ball 43 specified in the ASNS for the same size plant material. 44 45 All bare root plant materials shall have a heavy fibrous root system and be dormant at 46 the time of planting. 47 48 Average height to spread proportions and branching shall be in accordance with the 49 applicable sections, illustrations, and accompanying notes of the ASNS. 50 51 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 52 full and symmetrical branching, central leader, and be developed, grown, and AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 108 11 11 11 11 11 11 11 11 11 1 propagated with a full branching crown. A "Street Tree Grade" designation requires the 2 highest grade of nursery shade or ornamental tree production which shall be supplied. 3 4 Street trees with improperly pruned, broken, or damaged branches, trunk, or root 5 structure shall be rejected. In all cases, whether supplied balled and burlapped or in a 6 container, the root crown (top of root structure) of the tree shall be at the top of the finish 7 soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. 8 9 Plants which have been determined by the Engineer to have suffered damage for the 10 following reasons will be rejected: 11 12 1. Girdling of the roots, stem, or a major branch. 13 14 2. Deformities of the stem or major branches. 15 16 3. Lack of symmetry. 17 18 4. Dead or defoliated tops or branches. 19 20 5. Defects, injury, and condition which renders the plant unsuitable for its 21 intended use. 22 23 Plants that are grafted shall have roots of the same genus as the specified plant. 24 25 9-14.6(3) Handling and Shipping 26 Handling and shipping shall be done in a manner that is not detrimental to the plants. 27 The nursery, shall furnish a notice of shipment in triplicate at the time of shipment of 28 each truck Toad or other lot of plant material. The original copy shall be delivered to the 29 Project Engineer, the duplicate to the consignee and the triplicate shall accompany the 3Q shipment to be furnished to the Inspector at the job site. The notice shall contain the 31 following information: 32 33 1. Name of shipper. 34 35 2. Date of shipment. 36 37 3. Name of commodity. (Including all names as specified in the Contract.) 38 39 4. Consignee and delivery point. 40 41 5. State Contract number. 42 43 6. Point from which shipped. 44 45 7. Quantity contained. 46 47 8. Size. (Height, runner length, caliper, etc. as required.) 48 49 9. Signature of shipper by authorized representative. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7111/11 109 1 To acclimate plant materials to Northwest conditions, all plant materials used on a 2 project shall be grown continuously outdoors north of the 42nd Latitude (Oregon - 3 California border) from not later than August 1 of the year prior to the time of planting. 4 5 All container grown plants shall be handled by the container. 6 7 All balled and burlapped plants shall be handled by the ball. 8 9 Plant material shall be packed for shipment in accordance with prevailing practice for 10 the type of plant being shipped, and shall be protected at all times against drying, sun, 11 wind, heat, freezing, and similar detrimental conditions both during shipment and during 12 related handling. Where necessary, plant material shall be temporarily heeled in. When 13 transported in closed vehicles, plants shall receive adequate ventilation to prevent 14 sweating. When transported in open vehicles, plants shall be protected by tarpaulins or 15 other suitable cover material. 16 17 9-14.6(4) Tagging 18 Plants delivered as a single unit of 25 or Tess of the same size, species, and variety, 19 shallbe clearly marked and tagged. Plants delivered in large quantities of more than 25 20 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction 21 thereof, of each variety, grade, and size shall be tagged. 22 23 9-14.6(5) Inspection 24 The Contracting Agency will make an inspection of plant material at the source when 25 requested by the Engineer. However, such preliminary approval shall not be considered 26 as finalacceptancefor payment. Final inspection and approval (or rejection) will only 27 occur when theplant material has been delivered to the Project site. The Contractor 28 shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to 29 the project. 30 31 9-14.6(5) Substitution of Plants 32 No substitution of plant material, species or variety, will be permitted unless evidence is 33 submitted in writing to the Engineer that a specified plant cannot be obtained and has 34 been unobtainable since the Award of the Contract. If substitution is permitted, it can be 35 made only with written approval by the Engineer. The nearest variety, size, and grade, 36 as approved by the Engineer, shall then be furnished. 37 38 Container or balled and burlapped plant material may be substituted for bare root plant 39 material. Container grown plant material may be substituted for balled and burlapped 40 plant materials. When substitution is allowed, use current ASNS standards to determine 41 the correct rootball volume (container or balled and burlapped) of the substituted 42 material that corresponds to that of the specified material. These substitutions shall be 43 approved by the Engineer and be at no cost to the Contracting Agency. 44 45 9-14.6(7) Temporary Storage 46 Plants stored under temporary conditions prior to installation shall be the responsibility 47 of the Contractor. 48 49 Plants stored on the project shall be protected at all times from extreme weather 50 conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, 51 bark or wood chips, or other approved material and shall be kept moist at all times prior 52 to planting. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 110 1 11 1 11 1 1 11 1 1 1 1 1 1 1 2 Cuttings shall continually be shaded and protected from wind. Cuttings shall be 3 protected from drying at all times and shall be heeled into moist soil or other insulating 4 material or placed in water if not installed within eight hours of cutting. Cuttings to be 5 stored for later installation shall be bundled, laid horizontally, and completely buried 6 under 6 inches of water, moist soil or placed in cold storage at a temperature of 34°F 7 and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be 8 soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is 9 higher than 50°F shall not be stored for later use. Cuttings that already have developed 10 roots shall not be used. 11 12 9-14.6(8) Sod 13 The.available grass mixtures on the current market shall be submitted to the Engineer 14 for selection and approval. 15 16 The sod shall be field grown one calendar year or older, have a well developed root 17 structure, and be free of all weeds, disease, and insect damage. 18 19 Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and 20 mowed to a height not exceeding 1 inch. 21 22 The sod shall be cut with a minimum of 1 inch of soil adhering. 23 24 9-14.7 Stakes, Guys, and Wrapping 25 Stakes shall be installed as shown in the Plans: 26 27 Commercial plant ties may be used in lieu of hose and wire guying upon approval of the 28 Engineer. The minimum size of wire used for guying shall be 12 gauge, soft drawn. 29 30 Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside 31 diameter of at least 1 inch. 32 33 Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 34 100 square feet and shall be made up of two sheets cemented together with asphalt. 35 36 9-15.AP9 37 SECTION 9-15, IRRIGATION SYSTEM 38 January 4, 2010 39 The first paragraph is supplemented with the following: 40 41 When the water supply for the irrigation system is from a non -potable source, irrigation 42 components shall have lavender indicators supplied by the equipment manufacturer. 43 44 9-15.3 Automatic Controllers 45 This section is revised to read: 46 47 The automatic controller shall be an electronic timing device for automatically opening 48 and closing control valves for predetermined periods of time. The automatic controller 49 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge 50 sheet aluminum alloy 6061-T6 or 16 gauge sheet steel or unpainted, non -rusting AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 111 1 industrial grade stainless steel. The pedestal shall have a completely removable 2 locking faceplate to allow easy access to wiring. 3 4 The automatic controller housing shall have hasp and lock or locking device. All locks or 5 locking devices shall be master keyed and three sets of keys provided to the Engineer. 6 The controller shall be compatible with and capable of operating the irrigation system as ' 7 designed and constructed and shall include the following operating features: 8 9 1. Each controller station shall be adjustable for setting to remain open for any 10 desired period of time, from five minutes or less to at least 99 minutes. 11 2. Adjustments shall be provided whereby any number of days may be omitted 12 and whereby any one or more positions on the controller can be skipped. 13 When adjustments are made, they shall continueautomatically within a 14 -day 14 cycle until the operator desires to make new adjustments. 15 3. Controls shall allow any position to be operated manually, both on or off, 16 whenever desired, without disrupting the 14 day cycle. 17 4. Controls shall provide for resetting the startof the irrigation cycle at any time 18 and advancing from one position to another. 19 5. Controllers shall contain a power on-off switch and fuse assembly. 20 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 21 day cycle. 22 7. Both normally -open or normally -closed rain sensor compatibility. 23 24 9-15.4 Irrigation Heads 25 This section is supplemented with the following new paragraph: 26 27 All instructions, special wrenches, clamps, tools, and equipment supplied by the 28 manufacturer necessary for the installation and maintenance of the irrigation heads 29 shall be turned over to the Engineer upon completion and acceptance of the project. 30 31 9-15.5 Valve Boxes and Protective Sleeves 32 This section including title is revised to read: 33 34 9-15.5 Valve Boxes 35 Valve boxes shall conform to the Plans and be extendible to obtain the depth required. 36 All manual drain valves and manual control valves shall be installed in valve box with a 37 vandal resistant lid as shown in the Plans. 38 39 9-15:7(1) Manual Control Valves 40 The third and fourth sentences are revised to read: 41 42 The Contractor shall furnish three suitable operating keys. Valves shall have removable 43 bonnet and stem assemblies with adjustable packing glands and shall house long acme 44 threaded stems to ensure full opening and closing. 45 46 9-15.7(2) Automatic Control Valves 47 In the second paragraph, the first and second sentences are revised to read: 48 49 Valves shall be of a normally closed design and shall be operated by an electronic 50 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic 51 solenoids shall have a stainless steel plunger and be directly attached to the valve 52 bonnets or body with all control parts fully encapsulated. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 112 11 11 it 11 1 11 11 11 1 1 1 1 2 In the fifth sentence of .the second paragraph, "electric" is revised to read "electrical". 3 4 9-15.7(3) Automatic Control Valves With Pressure Regulator 5 This section is revised to read: 6 7 Automatic control valves with pressure regulators shall be similar to automatic 8 control valves described in Section 9-15.7(2) and shall reduce the inlet pressure to 9 a constant pressure regardless of supply fluctuations. The regulator must be fully 10 adjustable. 11 12 9-15.8 Quick Coupling Equipment 13 In the first paragraph, the first and second sentences are revised to read: 14 15 Quick coupler valves shall have a service rating of not Tess than 125 -psi for non -shock 16 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded 17 Semi -Red Brass conforming. to ASTM B 584. 18 19 In the fifth sentence of the first paragraph, "will" is revised to read "shall". 20 21 9-15.9 Drain Valves. 22 This section is revised to read: 23 24 Drain valves may be a %-inch or 3/ -inch PVC or metal gate valve manufactured for 25 irrigation systems. Valves shall be designed for underground installation with suitable 26 cross wheel for operation with a standard key, and shall have a service rating of not less 27 than 150 -psi non -shock cold water. The Contractor shall furnish three standard 28 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal 29 resistant lid a's shown in the Plans. 30 31 Drain valves on potable water systems shall only be allowed on the downstream side of 32 approved cross connection control devices. 33 34 9-15.10 Hose Bibs 35 The first sentence is revised to read: 36 37 Hose bibs shall be angle type, constructed of bronze or brass, threaded to 38 accommodate a 3/ -inch hose connection, and shall be key operated. 39 40 9-15.11 Cross Connection Control Devices 41 This section is revised to read: 42 43 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker 44 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure 45 backflow devices (RPBDs), shall be of a manufacturer and product model approved for 46 use by the Washington State Department of Health, Olympia, Washington or a 47 Department of Health certified agency. 48 49 9-15.12 Check Valves 50 The last sentence is revised to read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 113 1 Valves shall have angled seats, Buna-N seals and threaded connections, and shall be 2 installed in 8-inch round plastic valve boxes with vandal resistant lids. 3 4 9-15.14 Three-Way Valves 5 The last sentence is revised to read: 6 7 When handles are included as an integral part of the valves, the Contractor shall 8 remove the handles and give them to the Engineer for ultimate distribution to the 9 Maintenance Division. 10 11 9-15.15 Flow Control Valves 12 The third sentence is revised to read: 13 14 Valves shall be factory set to the flows as shown in the Plans. 15 16 9-15.17 Electrical Wire and Splices 17 This section is revised to read: 18 19 Electrical wire used between the automatic controller and automatic control valves shall 20 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE 21 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National 22 recognized Testing Laboratory. Each conductor shall be color coded and marked at 23 each end and at all splices with zone or station number identification, 24 25 Low voltage splices shall be made with a direct bury splice kit using a twist-on wire 26 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical 27 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall 28 consist of a mastic Tined heavy wall polyolefin cable sleeve. 29 30 9-15.18 Detectable Marking: Tape 31 The first paragraph is revised to read: 32 Detectable marking tape shall consistof inert polyethylene plastic that is impervious to 33 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 34 soil, with a metallic foil core to provide for the most positive detection_and pipeline. 35 location. 36 37 In the second paragraph, the first and second sentences are revised to read: 38 39 The tape shall be color coded and shall be imprinted continuously over its entire length 40 in permanent black ink indicating the type of line buried below and shall also have the 41 word "Caution" prominently shown. 42 43 The last paragraph is revised to read: 44 45 The width of the tape shall be as recommended by the manufacturer based on depth of 46 installation. 47 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 114 1 9-16.AP9 2 SECTION 9-16, FENCE AND GUARDRAIL 3 August 2, 2010 4 9-16.3(2) Posts and Blocks 5 This section in its entirety is revised to read: 6 7 Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper 8 arsenate (CCA), ammoniacal copper arsenate (ACA), or ammoniacal copper zinc 9 arsenate (ACZA), treated timber or galvanized steel (galvanized steel posts only —no 10 blocks). Blocks made from alternate materials that meet the NCHRP Report 350 or 11 MASH criteria may be used in accordance with the manufacturer's recommendations. 12 Wood posts and blocks may be surface four sides (S4S) or rough sawn. 13 14 Posts and blocks shall be of the size, length and type as shown in the Plans and meet 15 the requirements of the below Specifications. 16 17 Timber posts and blocks shall conform to the grade specified in Section 9-09.2. Timber 18 posts and blocks shall be fabricated as specified in the Plans before being treated. 19 Timber posts and blocks shall be treated by the empty cell process to provide a 20 minimum retention, depending on the treatment used, according to the following: 21 22 Creosote oil 10.0 lbs. pcf 23 Pentachlorophenol 0.50 lbs. pcf 24 ACA 0.50 lbs. pcf 25 ACZA 0.50 lbs. pcf 26 CCA 0.50 lbs pcf 27 28 Treatment shall be in accordance with Section 9-09.3. 29 30 Galvanized steel posts, and base plates, where used, shall conform to either ASTM A36 31 or ASTM A992, and shall be galvanized in accordance with AASHTO M 111. Welding 32 shall conform to Section 6-03.3(25). AH fabrication shall be completed prior to 33 galvanizing. 34 35 Steel posts for weathering steel beam guardrail shall be in.accordance with one of the 36 following two methods: 37 38 1 Galvanized Powder Coated Steel Posts: These posts shall conform to ASTM 39 A36 or ASTM A992 and galvanized in accordance with AASHTO M 111. 40 Powder Coating Galvanized Surfaces done in accordance with Sections: 6- 41 07.3(11)B, 9-08.2. and 9-08.1(8). Only the top thirty inches on any post length 42 shall be powder coated. 43 44 2. Galvanized Weathering Steel Posts: These posts shall conform to ASTM 45 A588 steel and be galvanized in accordance with AASHTO M 111. Thirty 46 inches, on any post length, shall not be galvanized for exposure above ground. 47 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 115 1 1 9-17.AP9 2 SECTION 9-17, FLEXIBLE GUIDE POSTS 1 3 January 3, 2011 4 9-17.4 Pre -approval 1 5 Item number 3 in the first paragraph is revised to read: 6 7 3. In lieu of State Materials Laboratory testing, the Lab will accept the results of pre- I 8 approved testing performed by the National Transportation Product Evaluation 9 Program (NTPEP), the manufacturer or other agencies under the following 10 conditions: 11 12 a. The State Materials Laboratory is informed of the pre -approval testing 13 sufficiently in advance in order to attend and observe. Attendance will be at 14 the discretion of the Materials Laboratory. 15 1.6 b. The results of the testing shall be reported in sufficient detail to enable the I 17 State Materials Laboratory to evaluate compliance with these Specifications. 18 19 9-22.AP9 20 SECTION 9-22, MO_ NUMENT CASES I 21 January 4, 2010 22 9-22.1 Monument Cases, Covers, and Risers 1 23 In the first sentence, "Class 30B" is revised to read "Class 35B". 24 25 9-23.AP9 1 26 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 27 January 3, 2011 28 9-23.1 Sheet Materials for Curing Concrete I 29 In the first paragraph,"AASHTO M 171" is revised to read "ASTM C 171". 30 1 31--9-23-2—Liquid-Membrane-ForMIng-Concrete-Curing Compounds 32 The first paragraph is revised to read: 33 34 Liquid membrane -forming compounds for curing concrete shall conform to the 35 requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention 36 when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all 37 applications. 38 39 Section 9-23 is supplemented with the following new sub -sections: 40 41 9-23.12 Metakaolin 42 Metakaolin shall conform to the requirements of AASHTO M 295 Class N including 43 optional chemical requirements as set forth in Table 2 and with a further limitation that I 44 the loss on ignition shall be a maximum of 1.5 percent. 45 46 9-23.13 Blended Supplementary Cementitious Material 47 Blended Supplementary Cementitious Material (SCM) shall meet the requirements of 48 ASTM C1697. Blended SCMs shall be limited to binary or ternary blends of fly ash, 1 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 116 1 1 ground granulated blast furnace slag, microsilica fume, and metakaolin. Fly ash shall I 2 meet the requirements of Section 9-23.9. Ground granulated blast furnace slag shall 3 meet the requirements of Section 9-23.10. Microsilica fume shall meet the requirements 4 of Section 9-23.11. Metakaolin shall meet the requirements of Section 9-23.12. The I 5 individual SCMs composing the blended SCM shall be individually listed on the WSDOT 6 QPL. 7 8 9-29.AP9 9 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 10 January 3, 2011 1 11 In this division, all references to "hot -dipped" are revised to read "hot -dip". 12 I 13 In this division, Section "9-29.1(4)B" is revised to read "9-29.1(4)C". 14 15 9-29.1(4) Non -Metallic Conduit 16 This section is supplemented with the following new sub -section: I17 18 9-29.1(4)B Expansion Fittings 19 Expansion fittings for use with PVC shall allow for 4 -inches of movement minimum (2- 1 20 inches in each direction). Expansion fittings for PVC conduit shall be PVC and have 21 threaded terminal'adaptor or coupling end and shall meet the requirements listed in 22 Section 9-29.1(4)A. I 23 24 9-29.2(1)A Standard Duty Junction Boxes 25 The first paragraph below the title "Concrete Junction Boxes" is supplemented with the I 26 following: 27 28 All Standard Duty Concrete Junction Boxes placed in sidewalks, walkways and shared I 29 use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot -dip 30 galvanized. 31 I 32 The second sentence in the second paragraph below the title "Concrete Junction Boxes" is 33 revised to read: 34 I 36 35 The frame shall be anchored to the box by welding headed studs % inch x 3 inches long, as specified in Section 9-06.15, to the frame. 37 38 The first sentence in the second paragraph below the title "Non -Concrete Junction Boxes" 1 39 is revised to read: 40 41 Type 1, 2, and 8 non -concrete junction boxes shall have a Design Load of 22,500 Ibs. I 42 and, shall be tested in accordance with 9-29,2(1)C. 43 44 In the second paragraph below the title "Non -Concrete Junction Boxes", "hex -head" is I 45 revised to read "penta-head". 46 47 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes I 48 The second sentence in the second paragraph is revised to read: 49 50 The frame shall be anchored to the vault/box by welding headed studs 3/8 inch X 3 1 51 inches long, as specified in Section 9-06.15, to the frame. 1 1 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 117 1 2 This section is supplemented with the following new paragraph: 3 4 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and 5 shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults 6 and Pull Boxes steel frame, lid support and lid shall be hot -dip galvanized. 7 8 9-29.3(2)B Multi -Conductor Cable 9 This section is revised to read: 10 11 Two -conductor through 10 -conductor unshielded signal control cable shall have 12 stranded copper conductor and shall conform to International Municipal Signal 13 Association (IMSA) signal cable Specification 20-1. 14 15 9-29.3(2)E Two -Conductor Shielded 16 This section is revised to read: 17 18 Two conductor shielded (2CS) cable shall have stranded 14 AWG (minimum) 19 conductors and shall conform to IMSA Specification No. 50-2. 20 21 9-29.3(2)F Detector Loop Wire 22 This section is revised to read: 23 24 Detector loop wire shall be 12 or 14 AWG stranded copper wire, IMSA 51-3. 25 26 9-29.3(2)G Four -Conductor Shielded Cable 27 The first sentence is revised to read: 28 29 Four -conductor shielded cable (4CS) shall consist of a cable with four stranded 18 AWG 30 conductors with polypropylene insulation, an aluminized polyester shield, water -blocking 31 material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. 32 33 9-29.4 Messenger Cable, Fittings 34 This section is supplemented with the_following: 35 36 Messenger cable shall be %-inch, 7 -wire strand messenger cables conforming to ASTM 37 A 475, extra -high-strength grade, 15,400 pounds minimum breaking strength, Class A 38 galvanized. 39 40 Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 41 standards for 12,000 pound ultimate strength: 42 43 Down guy assembly shall consist of an eight -way steel expanding anchor, having a 44 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 45 similar preservative, and fitted with a 3/4 -inch minimum guy eye anchor rod 8 -feet long. 46 As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3'/z- 47 inch -pitch, 1 -inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque 48 may be installed. 49 50 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be 51 hot -dipped galvanized in conformance with the requirements of AASHTO M 232. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 118 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-29.6(5) Foundation Hardware 2 The first paragraph is revised to read: 3 4 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the 5 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO 6 M 291, grade A. Washers shell meet the requirements of ASTM F 844 or ASTM F 436. 7 8 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, 9 Cantilever Bases and Sign Bridge Bases 10 The content of this section is revised and moved to the following new sub -sections: 11 12 9-29.7(1) Unfused Quick -Disconnect 13 Unfused quick -disconnect connector kits shall conform to the following requirements: 14 15 1. The copper pin and copper receptacle shall be a crimped type of connection or 16 a stainless steel set screw and lug connection to the cable. The receptacle 17 shall establish contact pressure with the pin through the use of a tinned copper 18 or copper beryllium.sleeve spring and shall be equipped with a disposable 19 mounting pin. The receptacle shall be fully annealed. Both the copper pin and 20 receptacle shall have a centrally located recessed locking area adapted to be 21 complementarily filled and retained by the rubber housing. 22 23 2. The plug and receptacle housing shall be made of water resistant synthetic 24 rubber which is capable of burial in the ground or installation in sunlight. Each 25 housing shall provide a section to form a water -seal around the cable, have an 26 interior arrangement to suitably and complementarily receive and retain the 27 copper pin or receptacle, and a section to provide a water -seal between the 28 two housings at the point of disconnection. 29 30 3. The kit shall provide waterproof in-line connector protection with three cutoff 31 sections on both the line and load side to accommodate various wire sizes. All 32 connections shall be as described in item "1" above. Upon disconnect, the 33 connector shall remain in the load side of the kit. 34 35 9-29.7(2) Fused Quick -Disconnect 36 Fused quick -disconnect kits shall provide waterproof in-line fuse protection. The kit shall 37 provide three cutoff sections on both lines and Toad side to accommodate various wire 38 sizes. All connections shall be as described in item "1" above. Upon disconnect, the 39 fuse shall remain in the load side of the kit. 40 41 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 42 of the circuit involved and shall have the following characteristics: 43 44 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 45 46 2. Fuses shall be capable of supporting 135 percent of the rated load for 47 approximately 1 hour. 48 49 3. A load of 200 percent of rated load shall effectively cause instantaneous 50 blowing of the fuse. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 119 1 2 3 4 5 6 7 8 9 10 9-29.9 Ballast, Transforrners 11 This sections content is deleted and replaced with: 12 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be listed by a nationally recognizedtesting laboratory. Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 1.5A 30A 750W 5A 1OA 20A 700W 5A 10A 20A. 400W 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 200W 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 13 Heat -generating components shall be mounted to use the portion .of the luminaire upon 14 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 15 from heat -generating components or shall be thermally shielded to limit the fixture 16 temperature to 160°F. 17 18 Transformers and inductors shall be resin -impregnated for protection against moisture. 19 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 20 21 No capacitor, transformer, or other device shall employ the class of compounds 22 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 23 purpose. 24 25 This section' is supplemented with the following new sub -sections: 26 27 9-29.9(1) Ballast 28 Each ballast shall have a name plate attached permanently to the case listing all 29 electrical data. 30 31 A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting 32 the manufacturers and these Specification requirements, shall be submitted by the 33 Contractor with each type of luminaire ballast. 34 35 Ballasts shall be designed for continuous operation 'at ambient air temperatures from 36 20°F without reduction in ballast life. Ballasts shall have a design life of not less than 37 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 120 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 on and 12 hours off, with the Tamp circuit in an open or short-circuited condition and 2 without measurable reduction in the operating requirements. All ballasts shall be high 3 power factor (90%). 4 5 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, 6 Methods of Measurement of High -Intensity -Discharge Lamp Ballasts. Starting aids for 7 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 8 wattage and manufacturer without adjustment. 9 10 Ballast assemblies shall consist of separate components, each of which shall be 11 capable of being easily replaced. A starting aid will be considered as a single 12 component. Each component shall be provided with screw terminals, NEMA tab 13 connectors or a single multi -circuit connector. All conductor terminals shall be identified 14 as to the component terminal to which they connect. 15 16 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which 17 will: intersect both of the lamp -voltage limit Tines between the wattage limit lines and 18 remain between the wattage lirinit lines throughout the full range of lamp voltage. This 19 requirement shall be met not only at the rated input voltage of the ballast, but also the 20 lowest and highest input voltage for which the ballast is rated. Throughout the .lifetime of 21 the lamp, the ballast curve shall fall within the specified limits of Tamp voltage and 22 wattage. 23 24 All luminaires ballasts shall be located within the luminaire housing. The only exception 25 shall be ballasts to be mounted on lowering assemblies and shall be external to, and 26 attached to the fixture assembly. 27 28 29 shall be: 30 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 31 32 33 34 35 36 37 38 39 9-29.10 Luminaires 40 This section is revised to read: Source Line Volt. Lamp Wattage Ballast Type Input Voltage Variation Lamp Wattage Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 750 1000 Auto Reg. Lead CWA 10% 30% MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg: Lead CWA 10% 30% 9-29.9(2) Transformers The transformers to be furnished shall be indoorloutdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10% below the normal full capacity. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 121 1 2 All luminaires shall have their components secured to the luminaire frame with ANSI, 3 300 series chrome -nickel grade stainless steel, zinc dichromate coated steel or ceramic 4 coated steel hardware. The luminaire slip -fitter bolts shall be either stainless steel, hot - 5 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal 6 luminaire assemblies shall be assembled on or fabricated from either stainless steel or 7 galvanized steel. The housing, complete with integral ballast, shall be weathertight. 8 9 The temperature rating of all wiring internal to the luminaire housing, excluding the pole 10 and bracket cable, shall equal or exceed 200°F . 11 12 All luminaires shall be provided with markers for positive identification of Tight source 13 type and wattage. Markers shall be 3 -inches square with Gothic bold, black 2 -inch 14 legend on colored background. Background color shall be gold for high pressure 15 sodium, and red for metal halide light sources. Legends shall be sealed with transparent 16 film resistant to dust, weather, and ultraviolet exposure. 17 18 19 Legends shall correspond to the following code: Lamp Wattage Legend 70 7 '100 10 ,1.50 1:5 175 17 200 20 250 25 31,0 31 400 40 700 70 750 75 1,0.00. .XI 20 21 22 9-29.10(1) Cobra Head Luminaires 23 This sections content including title is revised to read: 24 25 9-29.10(1) Conventional Roadway Luminaires 26 A. Conventional highway luminaires shall be IES Type III medium distribution cut off 27 cobra head configuration with horizontal Tamp, rated at 24,000 hours minimum. 28 29 B. The ballast shall be mounted on a separate exterior door, which shall be'hinged to 30 the luminaire and secured in the closed position to the luminaire housing by means 31 of an automatic type of latch (a combination hex/slot stainless steel screw fastener 32 may supplement the automatic type latch): 33 34 C. The reflector of all luminaires shall be of a snap -in design or be secured with 35 screws. The reflector shall be manufactured of polished aluminum or molded from 36 prismatically formed borosilicate glass. The refractor or lens shall be mounted in a 37 doorframe assembly which shall be hinged to the luminaire and secured in the 38 closed position to the luminaire by means of automatic latch. The refractor or lens 39 and doorframe assembly, when closed, shall exert pressure against a gasket seat. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 122 1 1 11 1 1 1 1 1 1 1 1 11 11 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The refractor lens shall not allow any Tight output above 90 degrees nadir. Gaskets 2 shall be composed of material capable of withstanding temperatures involved and 3 shall be securely held in place. 4 5 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 6 2 -inch pipe tenon and capable of being adjusted within 5 degrees from the axis of 7 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not 8 bottom out on the housing bosses when adjusted within the ±5 degree range. 9 10 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 11 set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a 12 torque of 32 pounds feet. 13 14 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate 15 glass. Flat Tens shall be formed from heat resistant, high impact borosilicate or 16 tempered glass. 17 18 F. High pressure sodium conventional roadway luminaires shall be capable of 19 accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. 20 21 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat 22 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall 23 withstand a 1,000 -hour salt spray test as specified in ASTM B 117. 24 25 H. All luminaires to be mounted on horizontal mast arms shall be capable of 26 withstanding cyclic loading in: 27 28 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak 29 sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for 30 a minimum of 2 million cycles without failure of any luminaire parts, and; 31 32 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum 33 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 34 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million 35 cycles without failure of any luminaire parts. 36 37 I. All luminaires:shall have leveling reference points for both transverse and 38 longitudinal adjustment. Luminaires shall have slip -fitters capable of adjusting 39 through a 5 -degree axis for the required leveling procedure. 40 41 9-29.10(2) Decorative Luminaires 42 In the first paragraph, "150 - 400" is revised to read "50 - 400". 43 44 In the second paragraph, "box shaped" is deleted. 45 46 In the third paragraph, the first sentence is deleted. The second sentence is revised to read: 47 48 The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt 49 alternate high intensity discharge sources. 50 51 The fourth paragraph is revised to read: 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11. 123 1 Each housing shall consist of an integral reflector, containing a mogul based high 2 intensity discharge Tamp, and a one piece heat and shock resistant, clear tempered lens 3 mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or 4 secured with screws. The reflector assembly shall have a lamp vibration damper. The 5 reflector shall be manufactured of polished aluminum or molded from prismatically 6 formed borosilicate glass. The housing shall have a heat resistant finish. The Tens 7 frame shall be secured to the housing with ANSI, 300 series chrome -nickel grade 8 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. 9 10 The last sentence in the fifth paragraph is deleted. 11 12 The sixth paragraph is deleted. 13 14 The seventh paragraph is revised to read: 15 16 The finish shall meet the requirements of ASTM B 117 with the exception that the finish 17 shall be salt spray resistant after 300 hours exposure. 18 19 The first sentence in the eighth paragraph is deleted. 20 21 9-29.10(3) High Mast Luminaires and Post Top Luminaires 22 This sections content including title is deleted and replaced with: 23 24 9-29.10(3) Vacant 25 26 9-29.10(5) Sign Lighting Luminaires 27 This section is revised to read: 28 29 Sign lighting luminaires shall be the Induction Bulb type. 30 31 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor 32 This sectionincluding title is revised to read: 33 34 9-29.10(5)A Sign Lighting Luminaires — Isolation Switch 35 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 36 29.25 with the exception that the cabinet shall be NEMA 3R and stainless s steel. The 37 terminal cabinet shall be installed in accordanceto the Standard Plans. The switch shall 38 be either single pole, single throw, or double pole single throw as necessary to open all 39 conductors to the luminaires other than neutral and ground conductors. The switch shall 40 contain 600 volt alternating current (VAC).terminal strips on the Toad side with 41 solderless Tugs as required for each Toad carrying conductor plus four spare lugs per 42 strip. 43 44 9-29.10(5)B Sign Lighting Fixtures - Induction 45 The first sentence is revised to read: 46 47 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 48 polyester paint finish. 49 50 In the second sentence of the sixth paragraph, "87" is revised to read "85". 51 52 In the fast sentence of the sixth paragraph, "Class a" is revised to read "Class A". AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 124 1 2 The first sentence of the last paragraph is revised to read: 3 4 A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3 5 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator 6 test methods and results shall be submitted by the manufacturer with each lot of sign 7 lighting fixtures. 8 9 9-29.12 Electrical Splice Materials 10 This section is revised to read: 11 12 Circuit splicing materials shall meet the following specifications. 13 14 9-29.12(1) Illumination Circuit Splices 15 This section is revised to read: 16 17 Illumination circuit splices shall be split bolt vice type connectors or solderless crimped 18 connections to securely join the wires both mechanically and electrically as defined in 19 Section 8-20.3(8). 20 21 This section is supplemented with the following new sub -sections: 22 23 9-29.12(1)A Heat Shrink Splice; Enclosure 24 Heat shrink insulating materials shall be the .moisture blocking mastic type meeting Mil 25 Spec 1 230053 26 27 9-29:12(1)B MoIded Splice Enclosure 28 Epoxy resin cast type insulation shall employ a clear rigidplastic mold or a clear mylar 29 sheet bonded to butyrate webbing forming a flexible mold. The material used shall be 30 compatible with the insulation Material of the insulated conductor or cable. The 31 component materials of the resin insulation shall be packaged ready for convenient 32 mixing without removing from the package. 33 34 9-29.12(2) Traffic Signal Splice Material 35 This section is revised to read: 36 37 Induction loop splices and magnetometer splices shall include an uninsutated barrel 38 type crimped connector capable of being soldered. The insulating material shall be a 39 heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type 40 with, clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a re - 41 enterable type with silicone type filling compound that remains flexible and enclosed in a 42 re -enterable rigid mold that snaps together. 43 44 9-29.15 Flashing Beacon Control. 45 In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers". 46 47 9-29.16 Vehicular Signal Heads 48 This sections title is revised to read: 49 50 9-29.16 Vehicular Signal Heads, Displays and Housing 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 125 1 The first sentence is revised to read: 3 Each signal head shall be of the adjustable, vertical type with the number and type of 4 displays detailed in the Contract; shall provide an indication in one direction only; shall 5 be adjustable through 360 degrees about a vertical axis; and shall be mounted at the 6 location and in the manner shown in the Plans. 7' 8 This following new paragraph is inserted after the first paragraph: 9 10 Back plates shall be constructed of 5 -inch wide .050 -inch thick corrosion resistant flat 11 black finish, louvered aluminum or polycarbonate attached with stainless steel 12 hardware. A 1 -inch wide strip of yellow retro reflective, type IV prismatic sheeting, in 13 accordance with Section 9-28.12, shall be applied around the perimeter of each 14 backplate. 15 16 9-29.16(1) Optically Programmed, Adjustable Face, 12 -inch Traffic Signal 17 This section including title is revised to read: 18 19 9-29.16(1) Optically Programmed Adjustable Face, and Programmable, 20 Array 12 -inch Traffic Signal 21 The signal shall permit the visibility zone of the indication to be determined optically and 22 require no hoods or louvers. The projected indication may be selectively visible or veiled 23 anywhere within the optical axis. No indication shall result from external illumination, nor 24 shallone light unit illuminate a second. The display shall operate from 85 VAC to 130 25 VAC. 26 27 9-29.16(1)A Optical Systems 28 The following new title is inserted above the first paragraph:. 29 30 9-29.16(1)A1 Conventional Optical System 31 32 This section is supplemented with the following new sub -section: 33 34 9-29.16(1)A2 LED Programmable Array 35 1. LED array with programmable visibility from a portable hand held device from 36 ground level, 37 38 2. Lens shall be clear, unless color lenses specified. 39 40 The LED array shall be 22 watt maximum and shall operate directly from 120 volt AC. 41 42 The LED array shall provide an accessible imaging surface at focus on the optical axis 43 for objects 900 to 1,200 -feet distant, and permit an effective veiling mask to be. variously 44 applied as determined by the desired visibility zone. 45 46 The optical system shall accommodate projection of diverse, selected indicia to 47 separate portions of the roadway such that only one indication will be simultaneously 48 apparent to any viewer after optically limiting procedures have been accomplished. The 49 projected indication shall conform to ITE transmittance and chromaticity standards. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 126 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-29.16(1)B Construction 2 The title for this section is revised to read: 3 4 9-29.16(1)B Housing Construction 5 6 The fourth paragraph is deleted. 7 8 9-29.16(1)D Electrical 9 The title for this section is revised to read: 10 11 9-29.16(1)D Housing Electrical 12 13 The following new title is inserted above the first paragraph: 14 15 9-29.16(1)D1 Electrical Conventional 16 17 This section is supplemented with the following new sub -section: 18 19 9-29.16(1)D2 Electrical LED 20 The LED array shall be accessible from the front of the housing. Each multi section 21 assembly shall include a terminal block for clip or screw attachment of lead wires. 22 23 9-29.16(1)E Photo Controls 24 The following new title is inserted above the first paragraph: 25 26 9-29.16(1)E1 Conventional Photo Controls 27 28 This section is supplemented with the following new sub -section: 29 30 9-29.16(1)E2 LED Photo Controls 31 Each signal section shall include integral means for automatically regulating the display 32 intensity for day and night operation. 33 34 9-29.16(2)A Optical,Units 35 This section is revised to read as follows: 36 37 Light Emitting Diode (LED) light sources are required for all displays. The Contractor 38 shall provide test results from a Nationally Recognized Testing Laboratory documenting 39 that the LED display conforms to the current ITE Specification for; Vehicle Traffic 40 Control Signal Heads, Light Emitting Diode Circular Signal Supplement VTCSH ST -052 41 or Vehicle Traffic Signal Heads, Light Emitting Diode Vehicle Arrow Traffic Signal 42 Supplement ITE VTSCH ST -054, and the following requirements: 43 44 1. The LED traffic signal module shall be operationally compatible with controllers 45 and conflict monitors on this project and the LED lamp unit shall contain a 46 disconnect that will show an open switch to the conflict monitor when Tess than 47 60% of the LEDs in the unit are operational. 48 49 2. LED shall,have a 50 degree min. viewing angle. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 127 1 3. Wattage (Maximum): 12 -inch red, yellow and green ball displays - 25 W 12- 2 inch red, yellow and green arrow displays - 15W 8 -inch red, yellow and green 3 ball displays - 15W 4 5 4. Voltage. The operation voltages shall be between 85 VAC and 130VAC. 6 7 5. The LED display shall be a module type and shall replace the lens, socket, 8 bail, reflector and be directly connected to the terminal strip in the signal head. 9 10 6. Label: Each optical unit shall be listed by and bear the label of a nationally 11 recognized testing laboratory. In addition, the manufacturer's name, 12 trademark, serial number and other necessary identification shall be 13 permanently marked on the backsideof the LED signal module and the 14 installation date shall be indicated on a separate label with an indelible ink 15 marker. 16 17 9-29.16(2)B Signal Housing 18 The first sentence in the first paragraph is revised to read: 19 20 The signal head housing, or case, shall consist of an assembly of separate sections, 21 expandable type for vertical mounting, substantially secured together in a weather tight 22 manner. 23 24 In the third paragraph "may" is revised to read "shall". 25 26 9-29.16(2)D Back Plates 27 This section's content including title is deleted and replaced with: 28 29 9-29.16(2)D Vacant 30 31 9-29.16(2)E Painting Signal Heads 32 In the first sentence "Federal Standard 595B" is revised to read "Federal Standard 595- 33 14056". 34 35 9-29.16(3) Polycarbonate Traffic Signal Heads 36 This section is supplemented with the following paragraph: 37 38 Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to 39 break in excess of 90 percent. The green color shall be molded throughout the head 40 assembly. The optical system shall be Light Emitting Diodes as defined in 9-29.16(2)A. 41 The entire optical system shall be sealed by a single neoprene gasket. The signal head 42 shall be formed to be used with standard signal head mounting accessories as shown in 43 9-29.17. All hinge pins, latch assemblies and reflector assemblies shall conform to 9- 44 29.16(2)B. 45 46 9-29.16(3)A 8 -inch Polycarbonate Traffic Signal Heads 47 This section and title are deleted. 48 49 9-29.16(3)B 12 -inch Polycarbonate Traffic Signal Heads 50 This section and title are deleted. 51 52 Section 9-29.16 is supplemented with the following new sub -section: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 128 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 9-29.16(4) Traffic Signal Cover 3 The covers shall be manufactured from a durable fabric material, black in color with a 4 mesh front and designed to fit the signal head configuration properly. The covers shall 5 have an attachment method that will hold the cover securely to the signal in heavy wind. 6 The covers shall be provided with a drain to expel any accumulated water. 7 8 9-29.18 Vehicle Detector 9 The first paragraph is revised to read: 10 11 Induction loop detectors and magnetometer detectors shall comply with current NEMA 12 Specifications when installed with NEMA control assembliesand shall comply with the 13 current California Department of Transportation document entitled "Transportation 14 Electrical Equipment Specifications," specified in Section 9-29.13(7) when installed with 15 Type 170, Type 2070 or NEMA control assemblies. 16 17 9-29.19 PedestrianPush Buttons 18 This section is revised to read: 19 20 Where noted in the Contract, pedestrian push buttons of tamper-resistant construction 21 shall be furnished .arid installed. They shall consist of a 2 -inch nominal diameter 22 plunger. The switch shall be a three bladed beryllium copper spring rated at 10 23 amperes, 125 volts. 24 25 The pedestrian push-button assembly shall be constructed and mounted as detailed in 26 the Contract. 27 28 9-29.25 Amplifier, Transformer, and Terminal Cabinets 29 The first sentence in the first paragraph is revised to read: 30 31 Amplifier and terminal cabinets shall conform t� NEMA 4 requirements. Transformer 32 cabinets shall be NEMA 3R. 33 34 Item number 3 in the first paragraph is revised to read: 35 36 3. Cabinet doors:shall have a stainless steel piano hinge or shall meet the 37 requirements for the alternate hinge detailed for type B modified service cabinets. 38 Doors less than 3 feet in height shall have two hinges: Doors from 3 feet to 4 feet 8 39 inches in` height shall have 3 hinges. Spacing, of hinges for doors greater than 4 feet 40 8 inches in height shall not exceed 14 inches center to center. The door shall also 41 be provided with a three point latch and a spring loaded construction core lock 42 capable of accepting a Best six pin CX series core. The locking mechanism shall 43 provide a tapered bolt. The Contractor shall supply construction cores with two 44 master keys. The keys shall be delivered to the Engineer. Three point latches are 45 not required for terminal cabinets. 46 47 9-30.AP9 48 SECTION 9-30, WATER DISTRIBUTION MATERIALS 49 January. 4, 2010 50 9-30.1(1) Ductile Iron Pipe 51 In the first paragraph, number 1. and 2. are revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 129 1 2 1. Ductile iron pipe shall meet the requirements of AVWVA C151. Ductile iron pipe 3 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the 4 requirements of AVVWA C104. Ductile iron pipe to be joined using_ bolted flanged 5 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be 6 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated 7 on the Plans or in the Special Provisions. 8 9 2. Nonrestrained joints shall be either rubber gasket type, push on type, or 10 mechanical type meeting the requirements of AVWVA C111. 11 12 9-30.1(2) Polyethylene Encasement 13 This section is revised to read: 14 15 Polyethylene encasement shall be tube -form, high density cross -laminated polyethylene 16 film, or linear low density polyethylene film, meeting the requirements of ANSI/AVVWA 17 C105. Color shall be natural or black. 18 19 20 9-31.AP9 21 SECTION 9-31, ELASTOMERIC BEARING PADS 22 January 3, 2011 23 24 9-31.1 Requirements 25 This section is revised to read: 26 27 Elastomeric bearing pads shall conform to the requirements of AASHTO M 251, unless 28 otherwise specified .in thePlans or Special Provisions. The elastomer shall be low 29 temperature Grade 3 and not contain any form of wax. Unless otherwise specified in 30 the Plans or Special Provisions, the elastomer shall have a shear modulus of elasticity 31 of 165 ,psi at 73F. 32 33 All bearing pads with steellaminate's shall be cast as units in separate molds and 34 bonded and vulcanized under heat and pressure. Corners and edges of molded pads 35 may be rounded at the option of the Contractor. Radius at corners shall not exceed 3/8- 36 inch, and radius of edges shall not exceed 1/8 -inch. Bearing pads shall be fabricated to 37 meet the tolerances specified in either AASHTO M 251 or the Special Provisions, as 38 applicable. 39 40 Shims contained in laminated bearing pads shall be mill rolled steel sheets not less than 41 20 gage in thickness with a minimum cover of elastomer on all edges of: 42 43 1/4 -inch for pads less than or equal to 5 -inches thick, and 44 45 1/2 -inch for pads greater than 5 -inches thick. 46 47 Steel shims shall conform to ASTM A 1011, Grade 36, unless otherwise noted. All shim 48 edges shall be ground or otherwise treated so that no sharp edges remain. 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 130 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-32.AP9 2 SECTION 9-32, MAILBOX SUPPORT 3 April 4, 2011 4 9-32.2 Bracket, Platform, and Anti -Twist Plate 5 This section is revised to read: 6 7 The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to 8 ASTM A1011 or ASTM A1008. 9 10 9-33.AP9 11 SECTION 9-33,, CONSTRUCTION GEOSYNTHETIC 12 April 5, 2010 13 9-33.4(3) Acceptance Samples 14 The third paragraph is 'revised to read: 15 16 Samples from the geosynthetic roll will be taken to confirm the material meets the 17 property values specified. Samples will be randomly taken at the job site by the 18 Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. 19 20 The first sentence in the sixth paragraphis revised to read: 21 22 For each geosynthetic roll that is tested and fails the Project Engineer will select two 23 additional rolls from the same lot for sampling and retesting. The Contractor shall 24 sample the rolls in accordance -with WSDOT T 914 in the presence of the Project 25 Engineer. 26 27 9-34.AP9 28 SECTION 9-34, PAVEMENT MARKING MATERIAL 29 January 3, 2011 30 31 9-34.1 General 32 The item 'High VOC Solvent Based Paint' is deleted. 33 34 9-34.2 Paint 35 In the first paragraph, the first sentence is revised to read: 36 37 White and yellow paint shall comply with the Specifications for low VOC solvent based 38 paint or low VOC waterborne paint. 39 40 9-34.2(1) High VOC Solvent Based Paint 41 This section is includirig title is revised to read: 42 43 9-34.2(1) Vacant 44 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 131 1 9-35.AP9 2 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 3 January 4, 2010 4 9-35.0 General Requirements 5 In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable 6 Attenuator". 7 8 In the second paragraph, the third sentence is revised to read: 9 10 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified 11 Products List (QPL) submittals are not required: 12 13 9-35.12 Truck -Mounted Attenuator 14 This section including title is revised to read: 15 16 9-35.12 Transportable Attenuator 17 Transportable attenuators are Truck -Mounted Attenuators (TMA) or Trailer -Mounted 18 Attenuators (TMA -trailer). The transportable attenuator shall be mounted on, or 19 attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum 20 weight in accordance with the manufacturer's recommendations. Ballast used to obtain 21 the minimum weight requirement, or any other object that is placed on the vehicle shall 22 be securely anchored such that it will be retained on the vehicle' during an impact. The 23 Contractor shall provide certification that the transportable attenuator complies with 24 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the 25 Contractor are subject to the approval of the Engineer. The Contractor shall provide the 26 Engineer with roll -ahead distance calculations and crash test reports illustrating that the 27 proposedhost vehicle is appropriate for the attenuator and the site conditions. 28 29 The transportable attenuator shall have a chevron pattern on the rear of the unit. The 30 standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective 31 black and retro -reflective yellow sheeting, slanted at t 45 degrees in an inverted "V" With 32 the "V" at the center of the unit. 33 34 This section is supplemented with the following new sub -sections: 35 36 9-35.12(1) Truck -Mounted Attenuator 37 The TMA may be selected from the approved units listed on the QPL or submitted using 38 a RAM. 39 40 The TMA shall have an adjustable height so that it can be placed at the correct 41 elevation during usage and to a safe height for transporting. if needed, the Contractor 42 shall install additional lights to provide fully visible brake lights at all times. 43 44 9-35.12(2) Trailer -Mounted Attenuator 45 The TMA -trailer may be selected from the approved units listed on the QPL or 46 submitted using a RAM. 47 48 If needed, the Contractor shall install additional lights to provide fully visible brake lights 49 at all times. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 132 1 9-35.12(3) Submittal Requirements 2 For transportable attenuators listed on the QPL, the Contractor shall submit the QPL 3 printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350- 4 071 EF) for the product proposed for use to the Engineer for approval. The Contractor 5 shall submit a RAM for transportable attenuators not listed on the QPL. 6 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 7/11/11 133 WASHINGTON IRRIGATION GAS LINE SANITARY SEWER DOMESTIC WATER STORM DRAIN CULVERT FIBER OPTICS UNDERGROUND POWER FENCE MANHOLE CATCH BASIN DRYWELL CLEANOUT FIRE HYDRANT WATER VALVE WATER METER STATE MAP YAKIMA `l. EXISTING FEATURES (SIZE, TYPE) IRR IRR c c SS S5 W W -SD SD CULV CULV FO FO UP - UP x x 01 ElO 0 LEGEND IRRIGATION VALVE HOSE BIB STEEL POLE/BOLLARD PULL BOX STREET LIGHT UTILITY POLE ANCHOR TRAFFIC SIGNAL GAS METER MAILBOX SIGN DECIDUOUS TREE EVERGREEN TREE SHRUB/HEDGE 8 -o- A NEW FEATURES IRRIGATION LINE BY TRENCH IRRIGATION UNE BY SLIPUNE IRRIGATION VALVE IRRIGATION REDUCER PAVEMENT TRENCH REPAIR CONCRETE REPAIR ITY OF YAKIMA -II-II-II-II-1IE11- 0 CONTACT INFORMATION CITY OF YAKIMA MIKE SHANE ALVIE L. MAXEY 576-6480 575-6194 PROJECT ENGINEER MICHAEL T. BATTLE, PE 966-7000 GENERAL 308 IRRIGATION SYSTEM PHASE 4 / STAGE 2 IMPROVEMENTS SHEET INDEX SHEET 1 SHEET 2 SHEETS3-8 SHEETS 9 - 18 SHEETS 19 - 21 COVER SHEET OVERALL PLAN & GENERAL NOTES AERIAL PHOTOGRAPHS PLAN SHEETS DETAILS CITY PROJECT NO. 1R2287 HLA PROJECT NO. 10046E SEPTEMBER 2011 H L A Huibregtse, Louman Associates, Inc. Civil Engineering ❖ Land Surveying❖Planning 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com .SHL ' Huibregtse, Louman Associates, Inc. Civil Engineering ❖ Land Surveying•:•Planning 8oi North 39th Avenue Yakima, WA 98902 309.966.7000 Fax 5O9.965.38O0 www.hlacivil.com JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES: P•\Projects\2010\ 100468\10046b.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY - M TB KDY COVER SHEET SHEET 1 OF 21 GENERAL NOTES 1 THE CONSTRUCTION DRAWINGS PROVIDE ONLY APPROXIMATE INFORMATION REGARDING THE EXTENT AND LOCATION OF EXISTING IRRIGATION SYSTEM COMPONENTS. GARBAGE CANS, PARKED VEHICLES, RVS, AND BOATS, ETC. ARE NOT INDICATED ON THE DRAWINGS BUT MAY BE PRESENT THROUGHOUT THE PROJECT AREA, IN AND ADJACENT TO THE RIGHT OF WAY AERIAL PHOTOS ARE PROVIDED IN THE PLANS FOR GENERAL INFORMATION, ALTHOUGH ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. ALL DISTURBANCE, REMOVAL, REPLACEMENT, AND RESTORATION OF EXISTING FEATURES SHALL BE COMPLETED BY THE CONTRACTOR. 2. THE CONTRACTOR IS ADVISED THAT SURFACE REPAIR IS NOT SPECIFICALLY IDENTIFIED ON THE PLANS FOR EACH REPAIR LOCATION. ALL REPAIR LOCATIONS HAVE BEEN REVIEWED FOR SPECIFIC REPAIRS AND OVERALL QUANTITIES CALCULATED REPAIR QUANTITIES IN THE BID SUMMARY ARE APPROXIMATE, AND ALL FINAL REPAIR TYPES SHALL BE DIRECTED BY THE ENGINEER. 3. THE CONTRACTOR IS ADVISED THAT A PORTION OF THE PROJECT MAY REQUIRE WORK WITH ASBESTOS CEMENT PIPE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLYING WITH ALL CODES AND REQUIREMENTS ASSOCIATED WITH HANDLING, REMOVAL, AND DISPOSAL OF MATERIALS CONTAINING ASBESTOS. 4 THE CONTRACTOR IS ADVISED THAT A SIGNIFICANT PORTION OF THE PROJECT OCCURS WITHIN EASEMENTS ON AND ADJACENT TO PRIVATE PROPERTY THE CONTRACTOR SHALL EXERCISE CARE TO NOT DAMAGE PRIVATE PROPERTY AND SHALL LIMIT EXCAVATIONS TO AREAS DESIGNATED FOR SERVICE REPLACEMENT OR ACCESS PIT. THE CONTRACTOR SHALL UTILIZE LOW IMPACT CONSTRUCTION METHODS AND EQUIPMENT AND SHOULD ANTICIPATE THE USE OF HAND TOOLS IN THESE AREAS. 5. 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 6. 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 OR 811 7 PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL BE REQUIRED TO POTHOLE AND VERIFY EXISTING UTILITY 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. 8. 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. 9 THE 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 10. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF 11 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. OWNER SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 12. 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 NEEDED FOR THE JOB, ON—SITE AT ALL TIMES. 13. 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)B, 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 4917 RCW 14 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 15. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 16. 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 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. 17 THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 18. 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 OWNER AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 19 NO VEHICLES, EQUIPMENT, SUPPLIES OR MATERIALS MAY BE PARKED OR STORED ON PRIVATE PROPERTY UNLESS A WRITTEN AGREEMENT BETWEEN THE CONTRACTOR AND PROPERTY OWNER IS EXECUTED AND PROVIDED TO THE ENGINEER PRIOR TO CONSTRUCTION 20. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTH MOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7 00 A.M. AND 6:00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY 21 ALL RIGHT OF WAY, PARCEL CONFIGURATIONS, AND OWNER INFORMATION WAS DEVELOPED FROM THE LATEST CITY OF YAKIMA'S G.I.S. NO FIELD SURVEYS HAVE BEEN CONDUCTED THE CONTRACTOR SHALL VERIFY WITH OR REQUEST ADDITIONAL INFORMATION FROM THE ENGINEER WHERE RIGHT OF WAY OR PROPERTY LINES ARE IN QUESTION. 22. BOTH CONVENTIONAL AND TRENCHLESS CONSTRUCTION METHODS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO COMMENCING WORK. 23. THE CONTRACTOR SHALL CONFIRM EXISTING CUSTOMER SERVICE PIPING WITH COMPRESSED AIR PRIOR TO MAKING CONNECTION. 24 THE CONTRACTOR SHALL RECORD EXISTING SERVICE VALVE POSITION (ON/OFF) ON A SET OF RECORD DRAWINGS PRIOR TO REMOVAL AND THE CONTRACTOR SHALL RETURN NEW VALVE TO ORIGINAL POSITION AFTER PRESSURE TESTING AND ACCEPTANCE. THESE RECORD DRAWINGS SHALL BE PROVIDED TO THE ENGINEER UPON COMPLETION OF THE PROJECT 25. THE CONTRACTOR SHALL DISCONNECT EXISTING SERVICE LINES FROM ADJACENT PROPERTIES AT NEW SERVICE LOCATIONS. SEE PLAN SHEETS FOR MORE DESCRIPTION. 26. THE CONTRACTOR SHALL BACKFILL OR COVER TRENCHES OVERNIGHT WITH STEEL PLATING, LEAVING NO TRENCHES OPEN. BARRICADES AND/OR WARNING TAPE WILL NOT BE ACCEPTABLE. 27 THE CONTRACTOR SHALL REPAIR AND MAINTAIN ALL PAVED TRENCH LOCATIONS WITH COLD MIX ASPHALT UNTIL HOT MIX ASPHALT BECOMES AVAILABLE. NO AREA REQUIRING ASPHALT REPAIR SHALL REMAIN UNPAVED FOR MORE THAN FIVE WORKING DAYS FOLLOWING THE INITIAL EXCAVATION. 4 I H L Huibregtse, Louman Associates, Inc. Civil Engineering ❖ Land Surveying❖Planning 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P•\Projects\2010\ 100468\10046b dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY• MTB KDY OVERALL PLAN & GENERAL NOTES SHEET 2 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE ABOVE MATCHLINE Ex Nm A--;;;...NEW .... 01` 4 W. HDPE IRRIGATION MAIN A .f 1 8 C 2 LL 4 ...W. Bartlett Place IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY TRENCH EXISTING IRRIGATION PIPE II In SE NI (12" CONC) (12" CONC) :n.na1111C IBIA. ARE ,® rsishrt ®:.:, NEW 10" HDPE IRRIGATION MAIN All in, i i s "It, *mamma W• •• E • 0 20 40 s 0 Z 80 I. MINN SEE BELOW MATCHLINE 0 20 s 80 IMMO w+ Ew1'Strads. M st EOE 984 3y 0. E✓t 7,8 4 pt `_'•''Z Vit Chewy Avenue .s s.0406 VIO WO'` 'MtK W4.tN°: ,tea Ewg P,pNM ,tyK .p 5o. E0, V06'w�t Yt8 w» W�YyM NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. **-.HLA Huibregtse,Louman Associates, Inc. 8oi North 39th Avenue Yakima, WA 98902 509.966•700o Fax 509.965.3800 www.hkaivicom 0,L T B 1L�oQv '�"" Misr' I 0NAL0 /i///I JOB NUMBER: 10046E DATE: 9-6 —11 CITY OF YA K I M A GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS FILE NAMES: P:\Projects\2010\ 10046B\Bose. dwg DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS Civil Engineering+ Land Surveying. lanning REVISION DATE SHEET 3 OF 21 LLJ 0 LLJ W () MATCHLINE W r 8} A NEW 6" PVC IRRIGATION MAIN Pierce Avenue* c 0 .c J 4.1r K NEVN,gIRRIGATION MAIN IN .IIN .• Lill .,• Alit ■ IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY TRENCH EXISTING IRRIGATION PIPE Pierce Avenue NEW 6" PVC IRRIGATION MAIN CD we �mQ " HLA Huibregtse, Louman Associates, Inc. Civil Engineering 4 Land Surveying%Planning 8m North 39th Avenue Yakima, WA 98902 509.9.7000 Fax 509.965.3800 www.htaavioom 0 W 20 40 80 JOB NUMBER: DATE: 10046E 9-6-11 FILE NAMES: P:\Projects\2010\ 10046B \Bose. dwg SEE BELOW MATCHLINE 80 �q EMT Street t 9.KSs •0 s E 5 p.A 5 Z 44es,1.V0p 0 `E0 p p.Rnia . W E0' yek� t pees We •=t4 i pq so e W.y me NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 4 OF 21 North 2nd Street i NEW 3" PVC IRRIGATION MAID ik • MI iii • i © K re 1 Alley 44, J4 e Apse North 1st Street F is WOOD) Ikez % E* .c ( 4 IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY TRENCH EXISTING IRRIGATION PIPE doP C r r , (3" W OD) NEW 3" PVC IRRIGATION MAIN 40. 4. North 3rd Street 4H `� f.; 1 North 2nd Street y AIIII`ey. ` i )' 1,1 m° as AMP C° 0 20 40 80 MEN 0 20 40 80 - MEN `East l• Street Z Z E_•K s� 5eee\ 4 Easy 0 5„ee 0 8 % Eek 7,.s. 5eeat €Easy .Cr • SO° .,..y 2 , ',^ P� ry Cheng Avenue � " ^. Ees 'E N e= -0 5e``,,,''K el Pve^ skmet E. Ness �ew^so4e aA E..= -P Pve^`'` - '„ M .P stRe, EapK 7,,,,,,‘ VW, P 2 ‘ale.‘ ,a Pve^ue Ess G7,,,,,,‘ v a NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. HLA Huibregtse, Louman Associates, Inc. Civil Engineering + Land Surveying+Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 wwwlilacivl7.com JOB NUMBER: DATE: 10046E 9-6-11 FILE NAMES: P•\Projects\2010\ 10046B\Base.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 5 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE ABOVE MATCHLINE North Naches Avenue NEW 4" PVQ=4,_, IRRIGATION MAIN- • I i.11 . II■ k NEW 4" HDPE IRR. MAIN (5" WOOD) North 4th Street IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY TRENCH EXISTING IRRIGATION PIPE North Naches Avenue (4" ETERNITE) 4$1 41.191, NEW 3" HDPE IRRIGATION MAIN ft .., .1. ,. �.,�.il. h, 1 AbIle :... ..4 (4" WOOD) 1 6 North 4th Street SEE BELOW MATCHLINE 0 20 40 BO zoi 0 20 40 80 NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. **-*HLA Huibregtse, Louman Associates, Inc. 801 N�� 39th 98902 e 509•966.7000 Fax 509.965.3800 www.tlacivicom ``�Q 1vT. g� / :. AcisvDESIGNED 0Ne1 eol JOB NUMBER: 10046E DATE: 9-6-11 CITY OF YA K I M A GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS SHEET 6 OF 21 FILE NAMES: 100466\Base?dwg\ BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS Civil Engineering * Land Surveying*Planning REVISION DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 North 10th Street 1 1 (6" WOOD) NEW, 6" PVC IR ATION MAIN North 9th IRR. MAIN 10" HDPE IRR. MAIN jaw # treet •II/II/II/II /II/II/II/II■ IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY TRENCH EXISTING IRRIGATION PIPE 20 40 80 SEE SHEET 8 MATCHLINE Ent 1' Street K8 EEas, v 4. 5 Errs,•E• SyBev Eat '..0 5,146 E poz' Cherry Avenue eoote" 5eaA West ve ,MSK' pay ;i 5vee -Y Y1es\i`�Ke „or., Ees.O a, MSK 6e soy,. SAO' Jt mee`te •g 5 Ea4 Y»a vn 7 Wei mer` Y1 es\ VditM 2 NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. e 01*, H L A Huibregtse, Louman Associates, Inc. 8oiNorth39thAvenue Yakima, North WA 98902 509.960000 Fax 509.965.3800 www.h]acivl.com �LT.84,,._ `e `,A,V , • i .t / �••�%- f / r • io ` %oNALt.9/o��rr JOB 10 NUMBER:DATE too4sE s—s tt CITY OF YA K I MA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS P R O V E M E N TS SHEET 7 of 21 FILE NAMES: P.\Projects\2010\ ase.wg 10046B\Bd DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS Civil Engineering:LandSurveying�Planning REVISION DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 7 MATCHLINE North 10th Street t �•� Cr (1 5" WOOD) 1 .� . w: _ It I�..: re E'r u aell ■x s w c-. PlikW;:- �,,, NEW 4" HDPE IRRIGATION _ MAIN of 11. iii North 9th Street • 11 Will •II M II • II • II - 11E111 NI IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY TRENCH EXISTING IRRIGATION PIPE Tiatilit PE IRRIGATION MAIN 0 TO b 1..° N .i 0°F 20 40 80 CMey Avenue YIsy 9 r�,Nesyy�� JR'� Eea1 A PuatYe Ba 00K P Seeay Eay yeWs.PveM• voey\ rt.* N enu• 0,e0 fig Weay Yn East 1 Street 1 2 to‘ 3Sn Uq, v.' 'IY S#` I Er' '.E•�a..rd NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. I -IIA Hubregtse, Louman Associates, Inc. 8oi North 39th Avenue WA 98902 Yakima,**-• 509.966.7000 Fax 5o9.965.380. 7 v.hlaava com 0pELT.e �a�" et, , ' � - '0N"L�f�' •r` JOB NUMBER: 10046E DATE 9-6 it CITY OF YAKIMA GENERAL308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS SHEET 8 21 FILENAMES:GENERAL 1ject00468\Base d010\ DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS Civil Engineering o Land Surveying+Planning REVISION DATE GROUND z_ �\ *oo (12,. By CITyfirNC) W Ty 12V C9D� "-"'CED GROUND 0 --ss GRAVEL Bartlett Place Burlington Northern -Santa Fe Railway Co —s 211 Bartlett Place Jean Owens Revocable -7Living Trust GRAVEL GROUND 209 Bartlett PI Jean Owens Revocable I 1 Living Trust IRRIGATION DIVERSION BOX RIM: 1087 4 IE E. 1084 1 IE W 1084.2 s (12" CONC OHP ss +00 Bartlett PI/1st St N Jean Owens Revocable Living Trust Bartlett PI/1st St N Jean Owens Revocable Living Trust +00 +00 ss waY—.J..U__qp RC L IRRI VN IIVIVHPvtmi °HP OHP % SS SS ss s; OH GROUND 0 (1) vala' O L o'P LL I1ANCHO' Bartlett PI/1st St N Jean Owens Revocable I Living Trust GROUND 1109 Bartlett PI Jean Owens Revocable Living Trust OHO F— OHP ANCHOR GRAVEL --ss ss Bartlett SS _s -ASPHALT -e_ 's Place SS 00 OHP W--140 elKKIGAff M W w 71 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. w 0 m W w 0 if) + co MATCHLINE STA THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 107 Bartlett 1 105 Bartlett PI I can Owens Jean Owens Revocable Revocable Living Trust Living Trust (12" CONC.) 0H" OHP GRAVEL 0 1202 N. 1st St. Campbell Revocable Trust 0 OHP w k W W 6" ss -9"—s ss -c . SS MH RIM: 1083.30 w W IN SEE BELOW ss W w OHP OHP OHP— OH^ 102 Bartlett Place Jean Owens Revocable Living Trust N5 STA. 2+20±, REMOVE EXISTING IRRIGATION DIVERSION BOX. INSTALL NEW (1) EA. 12" x 10" MJ REDUCER, (1) EA. 10" MJ 11 1/4" ELBOW, (1) EA. PVC x HDPE TRANSITION COUPLING, AND CONCRETE THRUST BLOCKING TO PROVIDE LEAK PROOF CONNECTION. PROVIDE BACKFILL AND SURFACING RESTORATION PER DETAILS. STA. 2+20±, REMOVE LENGTH OF EXISTING 12" CONCRETE PIPE REQUIRED FOR INSERTION OF NEW 10" HDPE PIPE INTO 12" CONCRETE PIPE. STA. 2+20± TO STA. 11+50, SLIPLINE APPROXIMATELY 930 LF NEW 10" HDPE PIPE IN EXISTING 12" CONCRETE PIPE CONTRACTOR SHALL TELEVISION INSPECT PIPE TO VERIFY ALIGNMENT POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER, ALL PRIOR TO SLIPLINING. STA. 8+36±, REMOVE EXISTING DIVERSION BOX AND LENGTH OF EXISTING 12" CONCRETE PIPE REQUIRED FOR INSTALLATION OF NEW IRRIGATION DIVERSION BOX. SEE IRRIGATION DIVERSION BOX DETAIL ON SHEET 21. PROVIDE CONCRETE SURFACING REPAIR. IRRIGATION DIVERSION Box GAS STATION SIGN AND \ FOUNDATION NW 10" HDPE IRRIGATION MAIN 0. c) U N8 our CHP OHP ASPHALT SS 91 s0 W ss W ss - Bartlett Place SS so W _s -ASPHALT -z__ SS— SS W 6" W ss HP—b�011P`— P= 1108 N. 1st St. Jean Owens Revocable Living Trust GROUND 0 0 z 0 2 SS —ss 0 Z U 5 OHP OHP off GROUND UP OHP HP HP ,0uo OHP THE CONTRACTOR SHALL CLEAN AND INSPECT ALL RECEIVING PIPE FOR SLIPLINED PIPE IN ACCORDANCE WITH SECTION 7-20.3. NO SLIPLINING SHALL TAKE PLACE UNTIL WRITTEN APPROVAL BY THE ENGINEER OF THE CONTRACTOR'S WORK REQUIRED BY SECTION 7-20.3. PROVIDE TRENCH REPAIR, TYPE 1. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION. . SIGN 1203 N. 1st St. Douglas Owens x __s -ASPHALT -z_ ss rj 1203 N. 1st St. Douglas Owens � i+00 __ Al A QNc> NEW 10" HDPE IR IGK ATIO MAIN DRYWELL =" 1113 N. 1st St. First Street Real Estate Holding Limit d BUILDING _s -ASPHALT -z_ SS MH RIM 1082.73 _s -ASPHALT --c_ 1108 N. 1st St. Jean Owens Revocable Living Trust 0 2 w Lu (1) O L() + x�� W J 1114 N. 2nd St. Oscar A Juarez 0 L() + N CO W `?'- E cn Z0 10 20 J 0 — 40 W.• •E 0 10 20 40 — 60 HLA Huibregtse, Louman Associates, Inc. Civil Engineering : Land Surveying•:•Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P. \Projects\2010 \ 100468\10046b dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY' MTB KDY PLAN SHEET SHEET 9 OF 21 1 1 1 1 1 1 e 1 1 1 1 1 1 S 0 L() L SS MH RIM: 1081 78 E N: 1067.3± IE S. 1067 2± 1201 N. 2nd St. Lugarda Mesa 1202 Buwalda Lane Anthony & Goldie R Dilger —SsLAWN- CONC.) SS MH RIM: 1081 51 IE N: 1071 0± IE S. 1070.9± NEW 10" HDPE 0IRRIGATION MAIN 6' CHAINLINK e/ 0 LAWN z P OHP 4+00 UP __s -GRAVEL Bartlett G 4' CHAINL K -Place x —x — 6' CHAINLINK XON CONCRETE .. X ._s -GRAVEL -z__ x 5' CHAINLINK LAWN Il MBO -oHW VMI w WEEDS TELE PED HP— LAWN z IRRIGATION DIVERSION BOXES 1115 N. 2nd St. Frances & Sterling Burton 1114 Buwalda Lane Zoerb Family Trust IVs/PL IN VAU N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION. THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES STA. 11+50 TO STA. 14+95±, SLIPLINE APPROXIMATELY 345 LF NEW 10" HDPE PIPE IN EXISTING 12" CONCRETE PIPE. POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING. STA. 14+95±, REMOVE LENGTH OF EXISTING 12" CONCRETE PIPE AT TERMINATION OF NEW SLIPLINED 10" HDPE PIPE REQUIRED TO CONNECT NEW PIPE TO IRRIGATION DIVERSION BOX. INSTALL NEW LINK—SEAL AND GROUT TO PROVIDE LEAK PROOF SEAL BETWEEN NEW PIPE AND EXISTING CONCRETE WALL OF DIVERSION BOX. INSTALL GROUT PAD BELOW PIPE PENETRATION INTO JUNCTION BOX AS REQUIRED. N7 THE CONTRACTOR SHALL CLEAN AND INSPECT ALL RECEIVING PIPE FOR SLIPLINED PIPE IN ACCORDANCE WITH SECTION 7-20 3. NO SLIPLINING SHALL TAKE PLACE UNTIL WRITTEN APPROVAL BY THE ENGINEER OF THE CONTRACTOR'S WORK REQUIRED BY SECTION 7-20.3. MPS LT c co co To co W RR CD,STA. 15+30±, RT., REMOVE EXISTING STEEL COVERS. SAWCUT EXISTING VAULT WALL SIDES. PROVIDE AND INSTALL NEW LOCKING ROUND ACCESS COVER NO 676—TL-42C FOR H2O LOADING SET VAULT COVER TOP 3" BELOW EXISTING ASPHALT PAVEMENT GRADE. PROVIDE STEEL SHIMS TO ADJUST 42" MANHOLE FRAME AND COVER TO FINISHED GRADE. PROVIDE ASPHALT SURFACING REPAIR TO MATCH EXISTING GRADE. PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR SEE DETAIL. DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING. ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION. L. W,♦9 E 10 20 40 HLA Huibregtse, Louman Associates, Inc. Civil Engineering •:- Land Surveying+Planning 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 10046E DATE. 9-6-11 FILE NAMES. P• \Projects\2010\ 10046B\10046b dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE.4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY KDY PLAN SHEET SHEET 10 OF 21 SEE ABOVE 0 0 LiJ z_ T 0 I— Q 605 W. Lincoln Mnk Properties li Llc Eve's Garden BUILDING IR SIGN PROPERT CORNER PROTECT DUR1, G ONSTRUCTION--- SIGNi`'" JER EY BARRIERS 7+4 w !2" WATER W i W / Wv PARKING LOT SIGNp 608 Steve & 9s 1 610 W. Lincoln `W: Lincoln 1 Anthony F ancy Buck >= _ 4' OFF F.0 C. P,L•7 N. 7th Ave. 209 N. 7th Ave. \ Clayton & Clayton & Frances Frances Coleman LAWN Coleman _SHA JI IN a- ' 1 LAWN CONC S/W 211 BUILDING ASPHALT—z._ -SIGN LAWN CONCRETE \GRAVEL LAWN 207 N. 7th Ave. \ 205 N. 7th Ave.203 N. 7th Ave. Clayton & \ Clayton & ` Jean A Allen Frances \ Frances Coleman ( Coleman .MB MB 7- x _a LHAtNS�N, `CONC IRRIGATION MAIN ..._.5-ASPHALr-4_ RR IRR G - ----G CB SS 15' SEWER S CONC SIDEWALK SIGP, CONC S/ 2+0 Pierce Avenue W W W (6" STO IRR IRR IRR !RR IRR NEW16" PV 33+00 G- G- G 1,.;1RR IRRIGATION- M 3• Iy. ce s ASPHALT z +0 2' WATER. . ,W RR IRR IRR - Awing JERSEY BAKNIt ASPHALT -z_ 1101 W. Lincoln Ave. Una Rojas 3 N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. '1 201 N. 7th Ave. \Richard & Norma Raymond MB LAWN-, ASPHALT--e_ Ave Pierce Larry & Pia Hull BUILDING 1ss MH TRIO' 1075.15 10 S. 1073.31. 10 N: 1073.311 GRAVEL ONC S/W IUNDERGROUND GARAGE IVAULT GRAVEL 6 00 CONCRETE GRAVEL \IRR JT CONC S W LAWN SI 20 B LAWN 1101 Jefferson Ave. Glenda A Pemberton 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 0 STA. 1+28.5±, 52' LT. TO STA. 10+00, OPEN CUT AND INSTALL APPROXIMATELY 900 LF NEW 6" PVC PIPE. 0 CONNECT TO EXISTING 6" PVC IRRIGATION MAIN TO EAST WITH 6" MJ COUPLING TO PROVIDE A LEAK PROOF CONNECTION 0 STA. 1+42±, 12'± LT., INSTALL NEW (1) EA. 6" MJ 45' ELBOW, (1) EA. 6" MJ 22 1/2' ELBOW AND CONCRETE THRUST BLOCKING. CUT, PLUG WITH CONCRETE AND ABANDON EXISTING 6" STEEL IRRIGATION MAIN TO THE WEST 0 STA. 2+10±, 12'± LT. AND STA. 5+35±, 12'± LT , INSTALL NEW 6"x6"x3" MJ TEE, CONCRETE THRUST BLOCKING AND 45 LF NEW 3" PVC. CUT, PLUG WITH CONCRETE AND ABANDON EXISTING 6" STEEL IRRIGATION MAIN TO THE NORTH AND SOUTH CONNECT TO EXISTING 3" GATE VALVE TO PROVIDE A LEAK PROOF CONNECTION. CONTRACTOR TO INVESTIGATE AND CONFIRM VALVE CONNECTION TYPE. REMOVE EXISTING IRRIGATION PIPE, a vvaSiF U ASPHALT MENT PROTECT DURING ' 1\s'\15 CONSTRUGTIC�NONUM ENT PROTECT DURING 3' OFF CONSTRUCTION ONCRETE CL SS MH RIM: 1076 12 10 E. 1066.9 10 W• 1067 0 LAWN 1102 Jefferson Ave. Cruz & Blanca Macias 0 STA. 8+72±, 3' RT , INSTALL NEW 6"x6"x3" MJ TEE, CONCRETE THRUST BLOCKING AND 30 LF NEW 3" PVC. CUT, PLUG WITH CONCRETE AND ABANDON EXISTING 6" STEEL IRRIGATION MAIN TO THE NORTH AND SOUTH. CONNECT TO EXISTING 3" GATE VALVE TO PROVIDE A LEAK PROOF CONNECTION. CONTRACTOR TO INVESTIGATE AND CONFIRM VALVE CONNECTION TYPE. REMOVE EXISTING IRRIGATION PIPE. STA. 5+44±, 12' LT , AND STA. 5+80±, 3' RT , INSTALL NEW (2) EA. 6" MJ 22 1/2" ELBOW AND CONCRETE THRUST BLOCKING. INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. PROVIDE TRENCH REPAIR, TYPE 2. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. PROVIDE TRENCH REPAIR, TYPE 1. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. (2 EA) 7th Ave/Pierce Ave.‘, Robert C & 7\03 Browne Ave \ Robert C & 'Janice Martin \ Janice Martin OUT) _ (OUT) BLDG CONC. -GRAVEL-z_. Pierce Avenue • NEW'CR-P VCRiRRIGATIOW: AIN"- IRR IRR fRR !RR 4 C '1 LINK UT 0 00 - OHP CONC S/W IRR `STL- UT LAWN ut i SS MH / ASP RIM: 107 .22 10 S. 1075.1± 10 N. 107p3.1± °' •a' CONCRETE z LAWN ZC- 1101 Folsom Ave. LAWN MB LAWN LAWN +++ HL Juventino Macarena Huibregtse, Louman Associates, Inc. civil Engineering Land Surveying+Planning 80i North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivik.com CD 4I-2 Pierce Ave. 210 P'erce Ave. 220 Pierce Ave. Gregory Luther Ted & Lita Roberts! Rae E Bower Lu vi IRR N 204 Pierce AAve. Arthur John & Kimberly Thompson Jr JOB NUMBER: DATE. 10046E 9-6-11 LAWN CONC S/W LAWN LAWN 1101 Browne Ave. Ana Maria Rodriguez Maria D Bautista FILE NAMES. P. \Projects\2010\ 10046B\100466.dwg REVISION DESIGNED Rs' c \I F- 1.1.1 Lil z Lil Lei 0 0 F - w z 0 SEE BELOW 0 0 0 1c) Q LTJ z 1 0 1101 BROWNE AVE. EXISTING SERVICE IS CONNECTED TO 204 PIERCE AVE. SERVICE. CUT EXISTING SERVICE LATERAL AT PROPERTY LINE AND CAP BOTH ENDS, SEPARATING 204 PIERCE AVE. AND 1101 BROWNE AVE. PIPING. INSTALL NEW SERVICE CONNECTION AT LOCATION SHOWN, NEW SERVICE RISER AND NEW HOSE BIB OR AS DIRECTED BY THE ENGINEER CONNECT 1101 BROWNE AVE EXISTING SERVICE PIPING TO NEW SERVICE WITH FITTINGS AS REQUIRED CITY OF YAKIMA GENERAL 3( LSI LJ U) w CONC. 0 SD MH RIM. 1075 70 IE S. 1073.0 BLDG IE WE. 1073.2 MATCHLINE STA 11\1 FIerSe ve. and�\c J & Laurle DI Herzo CONCRETE \ ► \ 8 N. 7th Ave. / \ Chang Sop & \Myong Suk Choi/ ► 12 N. 7th Ave.\ --ASPHALT J Morris & Kari \ ► Lee Mack \ 16 N. 7th Ave. _s-ASPHALT-z_ Yakima Masonic \ BUILD' NG \ 16 N. 7th Ave. \Center Association \ Yakima Masonic Center Association \\ ASPHALT PLANTER / 2 EA\ SS MH RIM: 1074 12 IE S. 1065.8± IE N. 1065.8± IV / / SS MH/ RIM. 073 15 IE S. 1064.2± E N 1064 2± A.PHALT SIGN 3' OFF\ _s--ASPHALT-z_ CL Pierce Avenue a) SAEIPHALTz— o+oo - PI Sta 1 +40.94 LICH T S SN WM 3 D D _s- CONCRETE -z__ BUILDING BUILDING (OUT) 112 Pierce Avenue International Church Foresquare Go 110 Pierce Avenue International Church Foresquare Go 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES i UP¢ a D CCONC S/WI 1----___ BUILDING I I D _s -ASPHALT -z_. SIGN 10" D BOLLARDSIGN 801 Summitview Avenue Puccinelli Revocable Living Trust N5 STA. 10+00 TO STA. 11+71±, OPEN CUT AND INSTALL APPROXIMATELY 171 LF NEW 6" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. STA. 11+44±, 4'± RT, INSTALL NEW (1) EA. 6" MJ 22 1 /2• ELBOW AND CONCRETE THRUST BLOCKING CUT, PLUG WITH CONCRETE AND ABANDON EXISTING 6" STEEL IRRIGATION MAIN TO THE NORTHWEST STA. 11+71±, 4' RT , INSTALL NEW 6"x6"x6" MJ TEE, (2) EA 6"x3" MJ REDUCERS TO SOUTH AND WEST, CONCRETE THRUST BLOCKING, 38 LF NEW 3" PVC TO WEST, AND (1) 3"x2" REDUCER AT EXISTING 2" GATE VALVE CONNECT TO EXISTING 2" GATE VALVE TO PROVIDE A LEAK PROOF CONNECTION REMOVE EXISTING IRRIGATION PIPE. 0 STA. 11+71± TO STA 13+25±, 4' RT , OPEN CUT AND INSTALL APPROXIMATELY 153 LF NEW 3" PVC PIPE. CONNECT TO EXISTING 3" GATE VALVE TO PROVIDE A LEAK PROOF CONNECTION. REMOVE EXISTING IRRIGATION PIPE. J —J uJ D CB a E 726 �► Summitview Avenue Burrell & Gloria Hardan Peter & Norma Acalin w 10 20 40 — INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. PROVIDE TRENCH REPAIR, TYPE 2. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR PROVIDE TRENCH REPAIR, TYPE 1 ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. Huibregtse, Louman Associates, Inc. Civil Engineering •: Land Surveying•:•Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com /a JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P• \Projects\2010\ 100466\10046b dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY: MTB KDY PLAN SHEET SHEET 12 OF 21 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 304 N. 2nd St. Woman's z 0 OHP I—pHo Century Club IR (3" PRVC) sASPHALTz_ HP 0 105 E. Lincoln Ronald E Spratt P U 0 U 2 a) CHP HP 0 J LV c OHP LAWN TILITY AULTa Z 0 U LAWN r` d+00 PATO —c c HP OHP _ e- ` U 0 U -0H''ANCh G 230 N. 2nd St. Morrier Family Reality Llc HOUSE -L. GAT GRAY CONCRETE ASPH"ALT z+00: 222 N. 2nd St. Suite BI Opportunity Management Company Ince ALT -z_ COE EW.'3" PVC -FRIG: c MAIN IV 220 N. 2nd St. Next Step Housing BUILDING 210 N. 2nd St. Philip M Lieske (OUT) sASPHALTz__`•°y (1 EA) • 1" SERVICE 202 N. 2nd St. Yakima City sASPHALT -z- LIGHT ! BO VALVE IP �1P LARD _-- (13 EA) 223 N. 1st St. Yakima County Public Works 5' CHAINLINK 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION. THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES UP GM BUILDING 217 N. 1st St. Yakima County Public Works ASPHALT 0 STA. 0+55± TO STA. 5+26±, 6' LT., OPEN CUT AND INSTALL APPROXIMATELY 471 LF NEW 3" PVC PIPE. CONNECT TO EXISTING 3" PVC IRRIGATION MAIN TO NORTH WITH 3" MJ COUPLING TO PROVIDE A LEAK PROOF CONNECTION. REMOVE EXISTING IRRIGATION PIPE AND BLOWOFF ASSEMBLY. 0 STA. 5+26f, 6' LT , REMOVE EXISTING IRRIGATION PIPE AND BLOWOFF/DRAIN ASSEMBLY, INSTALL NEW 3"x2" REDUCER, (1) EA. 2" R.S. GATE VALVE WITH VALVE BOX, 10 LF 2" GI PIPE, 2" GI 90• ELBOW, 2" GI THREADED NIPPLE TO WITHIN 6" OF GROUND SURFACE, THD FEMALE ADAPTER, THD PLUG AND VALVE BOX. STA. 10+55± TO STA. 13+39±, 6' LT., OPEN CUT AND INSTALL 284 LF NEW 3" PVC PIPE. INSTALL NEW 4"x3" MJ REDUCER AND CONNECT TO EXISTING 4" PVC IRRIGATION MAIN TO NORTH TO PROVIDE A LEAK PROOF CONNECTION. REMOVE EXISTING IRRIGATION PIPE. INSTALL NEW 3"x2" REDUCER TO SOUTH TO PROVIDE A LEAK PROOF CONNECTION TO EXISTING 2" PVC IRRIGATION MAIN. Ilei DW _s -ASPHALT. 213 N. 1st St. Yakima County Commissioners N8 INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED N9 INSTALL NEW 1" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. PROVIDE TRENCH REPAIR, TYPE 2. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUB—BASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 2" C.S.B.C. (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER. U 0 U U as m OHF HP- —OHP - 0 10 20 40 N. 4th St. / Lincoln Catholic Bishop Of Yak Corp p I In Z 0 I / { s J N� „ Avenue LAAN CONC. 5/W 1 1 216 N. 3rd St. Lyon Law Offices sASPHALTz r 1 1 ! - UP �.. 1 1 1 1 I 212 N. 3rd St. William Weigand __s -ASPHALT -z__ IV 1 1 210 N. 3rd St. Yakima City (OUT) 1 ® _3 -ASPHALT -a__ UP 1221 Martin Luther Vineyard 1 Fellowship 1 BUILDING ( WFI.I S P King Blvd. Christian Inc ` sASPHALTz { ` i UP 6 O U RET' -ASPHALT-- - --. (7.• ..,,'.. ' nl�--, 1i "" -_ -9,HP ,OHP,- $H- U ■ OHP.., OHP Hf' —AHP OHP OHr OHP 11.177" AHP -SH '.-754-IRR \ - IRR R5+00 . -^-. ... � = ``� -s'. "(3 , WOODr-�2+00�.s;.;::.�£' ... _._ 3 P1V0.= %IRRIG$_'MAIN " . s+oo: RR !IR- IRR RR PVC)IRR 1 ASPHALT-a_ •• B� IVJ IR►` ...::.:: -. 1+0D ..........:. (4�� PJC) G P - o _5 -ASPHALT -7__ - G •- -_.. �.. '30.:. =cl:�.z5 _ '. 0 . r2, `.: "_ Y.i T 2•' ••••o G num - G - G UP�-o I l vau7r LAWN G r Y L U7 U Z o o -h,6 -=iASPFHALT-z� I..:,. sLt'i5= `a�-' 5.. °;.`_.: G ., ts, .,. : G. G , _ ..,.:' G'p- C G G 0 2•. Ailey I u r � , FI -L4'4. 'OHP"" `" 'OHP" I ' -. ., « ANCH _u P ur u. ANO OHP OHP u OHP J CONC. S/W —p -G a r G-5 'LG- S Z Z I ,' OHP" • OHP, ,.., .._-WHP: n OHP'', �jHP OHP HP-'„ l........ OHP OHP__,-I_-..�..OH—OHP OHP OHP - OHP OHP 305 N. 3rd St. Three D Properties Llc (>) I �i Fr. :: r LAWN {3-i ® (7 IV UP EA) . o c S GM BUILDING 225 N Unitarian Church sASPHALTz ® 2nd St. Universalist CONC � WO D STEPS! _%---ASPHALT-z__ 217 N. 2nd St. J Adam & Karen I Sue Moore - GARAGE I j 1 I Qi= i I � I i sASPHALTz ! I I 201 N. 2nd St.101 Fpg Washington Llc ( E4BOLL�ARD BUILDING BOLLAR _3 -ASPHALT -a_ z LL ! �! E. Lincoln -ASPHALTe__ HP —OHP 62 0 10 20 40 MEM ot+ H L ` Huibregtse, Louman Associates, Inc. Civil Engineering : Land Surveying+Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com l* JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P-\Projects\2010\ 10046B\10046b.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY MTB KDY PLAN SHEET SHEET 13 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 509 N. 4th St. Morning Star Church OHP— ASPH ,IRR I= I !41 6 N. Naches Ave 1 1 1 1 Ro ald & Jessica Z Q/M Duffield 14 N. Naches Ave.I12 N. Naches Ave. 10 N. Naches Ave. Misael L & Susana 1 Z Gus Flores Phillip & o Camarenas L Jean Flores \ci\ L WN LAWN Lk�WN az IV 4 iN00D \� 6' y�HAINLINK IV ,1 5 : :11I 11 ' ► . GRAVEL LAWN 406 N. Naches Av Next Step Housing I I Ave. 1404 N. Naches Ave.k02 N. Naches Ave. Found tion Adolfo & Maria SS MH (DRY) Of Tler y /( / I Vargas RIM: 1065.87 IE N: 1062.9± J LAWN (5" W000) -GAVEL- �$ H RIM: 1067 2 IE N: 1057 8 IE S. 1058.5 IE E. 1057.2E IE W: 1057.* n O) eI c HP C 0 OHP — OHP- G 0 —Gf�AVELz CHP CHP— OHP SEE ABOVE 0 0 co MATCHLINE STA W .0 7 LLI o0 o2 ct N1 N. 4th St. 5-a Properties N. 4th St. 5-a Properties IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION. THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 314 N. Nac Naches Associ BUILDING / Ave. se _.. ts cn e - N5 407 N. 4th St. Cw Halverson Frederick N Halverson Donald H Bond Thomas B Grahn Walter J Jr Meyer STA. 1+57± TO STA. 6+97±, 5' LT , SLIPLINE APPROXIMATELY 540 LF NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. CONNECT TO EXISTING 4" PVC PIPE TO NORTH WITH PVC x HDPE TRANSITION COUPLING POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING. VERIFY LOCATION OF BYPASS FOR TERMINATION OF SLIPLINE. 0 STA. 5+40±, 5' LT , INSTALL NEW 4" MJ R.S. GATE VALVE AND VALVE BOX. 0 STA. 6+97± TO STA. 8+64±, 5' LT., OPEN CUT AND INSTALL 167 LF NEW 4" PVC PIPE. CONNECT TO NEW 4" HDPE PIPE TO NORTH AND SOUTH WITH PVC x HDPE TRANSITION COUPLING CUT BOTH ENDS OF EXISTING IRRIGATION BYPASS TO EAST PLUG ENDS WITH CONCRETE AND ABANDON IN PLACE. 0 STA. 8+64± TO STA. 10+20±, 5' LT , SLIPLINE APPROXIMATELY 156 LF NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING. (TO BE ABANDONED) IRR IRR— __o RRw 405 N. 4th St. G&F Investments Inc N. 4th St. / E. D St. Jobil Properties —ASPHALT— 1 BUILDING STA. 10+20±, 5' LT , INSTALL NEW 4"x3" HDPE REDUCER STA. 10+20± TO STA. 11+25±, 5' LT., SLIPLINE APPROXIMATELY 105 LF NEW 3" HDPE PIPE IN EXISTING 4" ETERNITE AND WOOD STAVE PIPE. POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED STA. 1+25± TO STA. 5+42±, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY PROVIDE TRENCH REPAIR, TYPE 1. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION 405 E. Lincoln Ave. O Lel Limited P —ASPHALT-_ —ASPHALT— ��-OHP =' GONC HDPE IRRIG. -MAIN 5" WOOD), —ASPHALT z -UP --UP ur ur NEW74",-_PVCJ.IRRIG IR+1 HP DP-F–IRRIG MAIN roo : ®i' NFN 3 N a) -U —ASPHALT -z. HP S G -P U z 0 U BUILDING _sASPHALTz BUILDING —ASPHALTz 311 N. 4th St. Graf Investments Inc (4" ETERNITE) > a� 1.0Q. w 1- • Q LIJ O 2 W cla z 0_ z E w c0 Y W N _ (4'' WOOD N (6 EA) (TYP —ASPHALTz (OUT) a afi Q 2a`) z - N c'eS 2 MATCHLINE STA. 0 _J Ld CO w W () 0 0 + LJ z 0 0 10 20 40 Oj • 0 10 20 co 40 +t+ H L Huibregtse, Louman Associates, Inc. Civil Engineering •:• Land Surveying❖Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P• \Projects\2010\ 100468\10046b.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY - MTB KDY PLAN - SHEET SHEET 14 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LJ LLJ 01 W LdJ U.) CN Cn w z J CQ N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 0 STA. 11+25 TO STA. 14+82±, 5' LT , SLIPLINE APPROXIMATELY 357 LF NEW 3" HDPE PIPE IN EXISTING 4" WOOD STAVE PIPE. POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING N6 INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED N7 PROVIDE TRENCH REPAIR, TYPE 1. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. STA. 14+82±, 5' LT., REMOVE EXISTING IRRIGATION PIPE AND BLOWOFF ASSEMBLY, INSTALL NEW 3"x2" HDPE REDUCER, HDPE x PVC COUPLING, (1) EA. 2" R.S GATE VALVE WITH VALVE BOX, 10 LF 2" GI PIPE, 2" GI 90' ELBOW, 2" GI THREADED NIPPLE TO WITHIN 6" OF GROUND SURFACE, THD FEMALE ADAPTER, THD PLUG AND VALVE BOX. PROPS TY CORNS PROTE T DURING CONSTRUCTION CO T2 co O OHP OHP J 2 120 N. Naches Ave. Schneider Development Co Llc OHP OHP OHP 117 N. 4th St. Gary J & Nancy Kissling z m 10 20 GO 40 IEEE H LA Huibregtse, Louman Associates, Inc. Civil Engineering : Land Surveying❖Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P• \Projects\2010\ 100468\10046b dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY MTB KDY PLAN SHEET SHEET 15 OF 21 216 N. Naches Ave. Yakima (TYP) Properties BUILDING �s (6®I ® _s -ASPHALT -z_ CONC. CONC. __ .. I I I I N. Naches Ave. Yakima PROPERTY I Properties CORNER PROTEC DURING T CONSTRUCTION sGRAVELz \ I I 206 N. Naches Ave Yakima Properties 1 (OUT) �._ ."rK sASPHALTz., I 1 202 N. Naches Ave Schneider 1 Development 1 Co LIC -S HALTz OUT //y " ( ) +� O R CONC. s/W 0 LA N moll . E'H'— UT UT— T e v S. < , 1..: �/ . � _ _ - UT _ ilT • � ,IV 4 H AHP HP OHP OHP OHP --OHP_ ■ H' �— �{+■ � I '�' •iHii1l+x1++ ac Ms+x�++iH�++�Id M6trHH•HIHa� • 44, ' a +f 2+oo NEW WOOD) 4+00 .0 -3 HDEE__L IG. M+ M_ii -37,ir (4"1 WOOD \ NEW 3 HDPE IRRIG. MAIN y4 �z+00 �1a+00 G G G G G 2 - 0 G G yG � G UT G-i1T G G-ilT O Al" • G UT UT U�—G—IG / \ UP sASPI1AL z t. sASPHALTz UP 1�'P [`J ) +, nHP_ _ (OUT) 215 N. 4th St. M & G Property Partners OHP - v nHP (OUT) I 211 N. 4th St. Yakima Herald I� Republic Inc nHP v nHP nHP (OUT) 209 N. 4th St. Yakima Herald Republic Inc —nHPii —��UP 111 014P OHP OHP OHP OHP or, AHP 6' C AINLINK W/BARBED 1 IRE sASPHALTz 411.) (OUT) 201 N. 4th St.1 Yakima Herald Republic Inc I 3 •\ T ■ N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 0 STA. 11+25 TO STA. 14+82±, 5' LT , SLIPLINE APPROXIMATELY 357 LF NEW 3" HDPE PIPE IN EXISTING 4" WOOD STAVE PIPE. POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING N6 INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED N7 PROVIDE TRENCH REPAIR, TYPE 1. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. STA. 14+82±, 5' LT., REMOVE EXISTING IRRIGATION PIPE AND BLOWOFF ASSEMBLY, INSTALL NEW 3"x2" HDPE REDUCER, HDPE x PVC COUPLING, (1) EA. 2" R.S GATE VALVE WITH VALVE BOX, 10 LF 2" GI PIPE, 2" GI 90' ELBOW, 2" GI THREADED NIPPLE TO WITHIN 6" OF GROUND SURFACE, THD FEMALE ADAPTER, THD PLUG AND VALVE BOX. PROPS TY CORNS PROTE T DURING CONSTRUCTION CO T2 co O OHP OHP J 2 120 N. Naches Ave. Schneider Development Co Llc OHP OHP OHP 117 N. 4th St. Gary J & Nancy Kissling z m 10 20 GO 40 IEEE H LA Huibregtse, Louman Associates, Inc. Civil Engineering : Land Surveying❖Planning 8oi North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P• \Projects\2010\ 100468\10046b dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY MTB KDY PLAN SHEET SHEET 15 OF 21 OHP 405 N. 8th St. Louise Worden CHP _5 -ASPHALT -z__ 1 OHP W LAW': '— CCNC?'S/IP ) 804—CD D St. SS MH RIM: 1059 18 -' IE NE. 1050.7 IE_ S. 1050 6± SEE ABOVE MATCHLINE STA. 6+50 Ricardo Larios N1 oar's'=i '�z° 5' OFF F.O C sASPHALTZ ES 811 E. D St. VBC East Ridge Housing Limited Partnership OHP —OHP OHP ss SS/SD MH RIS/}. 10580 IE N. 1053.9 IE E. 1053.8 9 DIRT `ti: (6" PVC) DIRT RR IR SS 3+00 8" WATER RR DIRT ss MONUMENT PROTECT 'DURING' CONSTRUCTION_ 4+00 OHP E. ss ss OHP OHF ,:NEW 6' PVC IRRIGATION 316 N. 9th St. Joyce Miller IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 906 E. D St. Pacific Power & Light Co (OUT) x x x 6'xCHAINLINKxW/BARBED WIRE HP —�RR�RR (6 PVC) 1 =ss SS- -CRAVEL-z_ Tv 313 N. 9th St. Yakima Valley Council On Alcoholism OHP RR z J z h -Tc POWER DOWN HE NE BE GAT P IV •�f) • • .s Ll•�=E s� YL RR .IRR MAIN. wv �W wv SS 1reet OHP-- 0 LAWN 4' PLASTIC FENCE LAWN OHP-- OHP— 3/4" SERVICES 901 E. D St. Vbc East Ridge LAWN Housing Lp CONC. SIDEWALK OHP OHP v_ OHP 9 WYE 6' CHAINLINK z (6" PVC) RR (1 EA) N1 1" SERVICE IRR RR IRR IRR 50 STA. 2+00±, 12' RT., INSTALL NEW 10"x10"x6" MJ TEE, NEW 10" PVC REQUIRED FOR CONNECTION, (2) EA. 10" ELECTROFUSION COUPLINGS, (1) EA. 6" MJ 22 1/2• ELBOW, (1) EA. 6" MJ R S. GATE VALVE AND VALVE BOX, AND CONCRETE THRUST BLOCKING. STA. 2+00± TO STA. 6+08±, OPEN CUT AND INSTALL APPROXIMATELY 400 LF NEW 6" PVC PIPE. STA. 5+80±, 5' LT., INSTALL NEW 6" MJ 90• ELBOW AND CONCRETE THRUST BLOCKING STA. 6+08±, 5' LT , CONNECT TO EXISTING 6" PVC IRRIGATION MAIN TO SOUTH WITH 6" MJ COUPLING CUT EXISTING IRRIGATION MAIN TO WEST AND PLUG WITH CONCRETE. ABANDON IN PLACE. STA. 2+00±, 39' RT , CLOSE VALVE, REMOVE VALVE BOX AND FILL WITH SELECT BACKFILL. STA. 7+85±, TO STA. 12+00, 5' LT , OPEN CUT AND INSTALL APPROXIMATELY 415 LF NEW 6" PVC PIPE. CONNECT TO EXISTING 6" PVC PIPE TO NORTH TO PROVIDE A LEAK PROOF CONNECTION. REMOVE EXISTING IRRIGATION PIPE 306 N. 10th St. Hilda Rodriguez Sonia Viveros / ?- I 304 N. 10th St. Robert J & >' Tricia Reyes 4' CHAINLINK1xv W/BARBED cd- xPHONE CONCRETE WIRE GAT.E, s. DOWN TH x Q J /..,....p___,, SID + I GATE 7 -FELE OHP OHP —\3,,p4-_,V_... m—�---I . '. Ha -r" PFD n— 315 N. 9th St. (4 EA Delores Kilstrom I IX302 N. 10th St. xZ Mukesh S & Lata M Sagar w EW 6" PVC oo IRRIGATION MAIN / I (6" WOOD) 10+0o SSI8+SS SS Q $5 -SSSS __s -GRAVEL -7 ;;�— D �'1• IV 311 N. 9th St. Leonardo & Eva M Zuniga (15 EA) 309 N. 9th St. 0 307 N. 9th St. g Carol & Daniel Modesto & Cotton Margarita Barajas GA UPOWER DOWN THE EAST SIDE --OF IV x 305 N. 9th St. Meri Lynne Kittelson Charles Kittelson SHEC 303 N. 9th St. I 301 N. 9th St. Marjory K al Rosa 1 Thoreson o Munguia 011F NP ▪ 1•P 906 E. D St. Hp - 1 v 2 /°'? j i Pacific Power 1.t. o 1 & Light Co MATCHLINE STA. 6+50 SEE BELOW GRAVEL ORS SS MH RIM 1056.65 IE N. 1048.8± UP IE S. 1048.7± IE NW: 1052.8± (4" DROP) N 0 10 20 40 INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. INSTALL NEW 1" SERVICE CONNECTION AT EXISTING SERVICE LOCATION, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING 1" SERVICE PIPING AHEAD OF 3/4" BRANCH WITH FITTINGS AS REQUIRED PROVIDE TRENCH REPAIR, TYPE 2. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR STA. 5+85± TO STA. 10+20± AND STA. 10+80± TO STA. 12+00, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY 906 E. Lincoln Joann Fay Jackson 212 N. 10th St.' liJoann Jackson) \ Iw S P SIGN!' CCB O U J W x1�ANS F1RME >50 co 1 IV 6' W00 SS MH RIM. 1056.55 IE N: 1046 9± IE S. 1046.8± GA'TE 215 N. 9th St. Javier Garcia 0 4 a 213 N. 9th St. Florencio F Gomez F— w w U ) w Lu (f) O O N 0 10 20 Q F— U) Li] z 0 co 40 .SHL _ ' Huibregtse, Louman Associates, Inc. Civil Engineering ❖ Land Surveying>Planning 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com it JOB NUMBER DATE. 10046E 9-6-11 FILE NAMES. P• \Projects\2010\ 10046B\10046b.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY" M TB KDY PLAN SHEET SHEET 16 OF 21 co 1-212 N. 10th St. W Joann Jackson (n LTJ Lr_J (-n O 0 CN w z_ J C..) , 5' WIf2E F 2+00 i ail SS G S- 210 N. 10th St. Gregory Burns OHP P-sIGRAVELz 2 S -. 5' CL 211 N. 9th St. Lila A Wade Arthur Wade SEE ABOVE O u) SS 208 N. 10th St. Joann Fay Jackson 209 1/2 N. 9th St. 1 Amanda Herndon 1111) 3 )HP 206 N. 10th St. Vernon & Glenda Upson 1 Living Trust 206 SERVIC� 0o NEW 6 P _ 55 aHPOhiP 5 CL =07 N. 9th St. xz Jose & Rosa Pineda .GA IV 204 N. 10th St. Central Wa Comp Mental Hlth 1 • IV 204 SERVICE 909 E. MLK Blvd. Central Wa Comp Mental Hlth IV iso 0 IV HP HP MASN�4+00 5 HP OH 4i f U 0 U 6" WOOD GRAVEL -7 HP H BUILDING 205 N. 9th St. - Robert D. • Nowlin IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION. THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 108 N. 10th St. Antonio & Lydia S Godinez 0 HOUSE HP �hHP 2 8+0 M HP u,.. OHP x- GARA OFIP IQ —7( BUILDING H OHP— •HP��—�''�I - x 6' CHAINLINK 203 N. 9th St. Robert D & Jo Ann Nowlin V (20 EA) HH 42PF 5+00( ' 4CIN SS G 0 Z 0 U OHP OH SIGN1' J 2 A �e 0 U Z 0 U z U 3 STA. 12+00 TO STA. 14+92±, 5' LT., OPEN CUT AND NSTALL APPROXIMATELY 290 LF NEW 6" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. STA. 14+92±, 5' LT., INSTALL NEW 6"x4" MJ REDUCER, (1) EA. 4" MJ R S. GATE VALVE AND VALVE BOX. CONNECT TO EXISTING 4" PVC IRRIGATION MAIN TO SOUTH TO PROVIDE A LEAK PROOF CONNECTION STA. 15+75± TO STA. 20+54±, 5' LT , SLIPLINE APPROXIMATELY 479 LF NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING CONNECT TO EXISTING 4" IRRIGATION MAIN TO NORTH AND SOUTH WITH TRANSITION COUPLING TO PROVIDE A LEAK PROOF CONNECTION N8 STA. 20+54±, 5' LT., INSTALL NEW 4"x4"x3" MJ TEE AND CONCRETE THRUST BLOCKING CONNECT TO EXISTING 3" IRRIGATION MAIN TO EAST WITH MJ COUPLING TO PROVIDE A LEAK PROOF CONNECTION THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF PIPE MATERIAL FOUND AT EXISTING CONNECTION PRIOR TO MAKING NEW CONNECTION. 911 E. A St. Nicolas Perez (1 EA) 1" SERVICE B z ANC SS M RIM. IE N• IE S. CO _ 1J 11101M1111.1111•11111 -.g, .. ; .u1L ■..0 . - 6' CHAINLINK OHP OHP H, 0 P V OHP w00 9+00 (5 H E G E BI: "CjVERHAN J RUBS' 7 EA) GARAGE HOUSE Ll1 107 N. 9th St. Aric Lemon 105 N. 9th St. Freya K Burgstaller 103 N. 9th St. 101 N. 9th St. Vern D & Phyllis Vern D & Phyllis J Musgrove J Musgrove grif111 AlS CRAVELz G OHP 0 Al .. .HP. OHP F" --"P" If 116 N. 10th St. Chalet Healthcare Inc 6' CHAINLINK ® / s 112 N. 10th St. Richardson Rentals Llc -GRAVELz o„ E HDPE P ORR3 55.27 045.0± 044 9- 1 '9z Iz U 0 9 N. 9th St. 230930 Inc Sta. 20+89.85 roJ CONC I xz a 115 N. 9th St. Ix6 113 N. 9th St. Jorge & Juana 110Emma & Jaime Amezcua J Cuevas 5' WIRE UP IQ HOUSE U 0 5. 1�. �.: 0:.•. IV IVs,P ly GATIOo� MAINS 1 GAI a1 G • II z' 1 HP iJiL•- —.. - _. ,� x 6' WOOD x x \ IV GARAGE 111 N. 9th St. Byron J Gumz Kristin Whitman STA. 20+54± TO STA. 20+66±, 5' LT., OPEN CUT AND INSTALL 12 LF NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. STA. 20+66±, 5' LT , INSTALL NEW 4" MJ 90' ELBOW AND CONCRETE THRUST BLOCKING THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF PIPE MATERIAL FOUND AT EXISTING CONNECTION PRIOR TO MAKING NEW CONNECTION INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. INSTALL NEW 1" SERVICE SADDLE AND CONNECT TO EXISTING 1" PEX TUBING TO PROVIDE A LEAK PROOF CONNECTION. PROVIDE TRENCH REPAIR, TYPE 1. ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. 0 10 20 40 SEE O U) MATCHLIN 10 20 40 DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING. ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION HL Huibregtse, Louman Associates, Inc. Civil Engineering Land Surveying❖Planning 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com Yr JOB NUMBER: DATE. 10046E 9-6-11 REVISION FILE NAMES. P• \Projects\2010\ 10046B\10046b.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS DESIGNED BY• MTB DATE ENTERED BY KDY PLAN SHEET SHEET 17 OF 21 (OUT) (3 EA) LIGHT 1003 E. Yakima Ave. 230930 Inc ,„,t LIGHT rw I I I 1007 E. Yakima Av . Scott T Hilliard MF (IM: ,Qi037 81 1009 E. /IE N 1033.5 / Yakima Ave. / IE : 1032.8 / / ScottHilliard / IE N- 1033.': IE E. 1034 : v / INE. 103 8± SHRU�S•. LAWN B01. A ASPHALT 24” ROUND SIGN BASE SD MH RIM• 1039.94 IE W: 1036.8± IE E.11036.5± I 4+00 IE N. 1037 7± (2' PVC) 4' v w WV V IV LAWN BOXES N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION. THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. w Esy_ x II SH ?CHUNKS ORUBF N.RFTE_ UP ANCHOR (OUT) E. Yakima Ave. /N. 11th Ave. F Troy S & Danielle / R Laurvick 0 STA 2+14± TO STA 3+84±, 20' LT , SLIPLINE APPROXIMATELY 170 LF NEW 2" HDPE PIPE IN EXISTING 3" WOOD STAVE PIPE. POTHOLE AND VERIFY EXISTING PIPE INSIDE DIAMETER PRIOR TO SLIPLINING CONNECT TO EXISTING 2" PVC IRRIGATION MAIN TO EAST WITH TRANSITION COUPLING TO PROVIDE A LEAK PROOF CONNECTION 0 0 STA. 2+14±, 20' LT., INSTALL NEW 4"x2" REDUCER CONNECT TO EXISTING 4" 90' ELBOW TO PROVIDE A LEAK PROOF CONNECTION THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF PIPE MATERIAL FOUND AT EXISTING CONNECTION PRIOR TO MAKING NEW CONNECTION. INSTALL NEW 3/4" SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED PROVIDE TRENCH REPAIR, TYPE 1 ALL TRENCH PAVEMENT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR / 12 N. Fair Ave. / Target Corporation J T-0760 PROPERTY CORNER PROTECT DURING CONSTRUCTION o 10 20 40 DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION SHL Huibregtse, Louman Associates, Inc. Civil Engineering . Land Surveying+Planning Boa, North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE. 10046E 9-6-11 FILE NAMES. P- \Projects\2010\ 100468\10046b.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS REVISION D ATE DESIGNED BY ENTERED BY MTB KDY PLAN SHEET SHEET 18 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/4" WEBSTONE LOW PRESSURE GARDEN NOTE. FOR VEHICLE TRAFFIC AREAS \Z VALVE (BENT HOSE) N0. 30213, OR ce LENGTH VARIES APPROVED EQUAL. 18" OR 12" OR 0 w _ SEE PLAN LOCATING WIRE SECURED TO SIDE OF VALVE BOX AS APPROVED BY ENGINEER l 1 AS DIRECTED AS DIRECTED 1 3/4" GALV _ , PIPE _ cc - I 0 o a 2" HMA CL 3/8", PG PAVED UNPAVED. CAST IRON LID W/ "IRR" OR "IRRIGATION" 11 �r A FINISHED GRADE I 3/4" F.I.P OUPLING = 1— a 64_28 CL 3000 CEMENT CONCRETE FULL AREAS FINISHED GRADE AREAS MIN. 6" THICK CL 3000 CEMENT CONCRETE O BOX TYPE �� 1Lo z m NOTE. VALVE VARIES. USE TYPE 1 IN ALL TRAFFIC,, AREAS AND TYPE 2 IN MATCH DEPTH 3/4" / 0 0 ce DEPTH OF PVMT ��/%� „' iur7 ' .,Q'< LESS 2" ; ..;..• z 0 a NON -TRAFFIC AREAS. SEE DETAILS. IRRIGATION MAIN AND SERVICE GALV. PIPE w (4" MINIMUM) . ' %c . O iUo�\�\� 4 �• yi ���Y, ', .0 UPPER SECTION SLIDING TYPE C.I. VALVE BOX — CONNECTION WILL VARY DEPENDING ON PVC OR HDPE MAIN. SEE SERVICE CONNECTION DETAILS. 3/4" SERVICE PIPE SDR -9 CTS 200 LB POLYETHYLENE OR EQUAL. TYPICAL SLOPE TO DRAIN Ix p - co — 3/4" OR 1" SCH. 80 PVC PE TO DRAIN SLO11 0 z _ H- N x w 0 > w co 3/4" SCH. 80 PVC ce w N EC". 3/4" GALV. TEE W/ 3/4" HDPE x M.I.P THREAD ADAPTER N x w z 0 O . /‘‘; (OLYMPIC FOUNDRY 940—A, 8—INCHES HIGH) T LOWER SECTION (OLYMPIC A, FOUNDRY, HEIGHT REQUIREMENT VARIES) 0 • g — CITY VALVE CURB STOP VALVE FOR PE CUSTOMER VALVE NEW 3/4" SDR -9 CTS 200 LB PE SERVICE NOTE. ALL SERVICE PIPE FORD B41 -333—G CURB STOP VALVE FOR PE NOTE. ALL S SHALL BE (3/4") OR APPROVED EQUAL FORD B77-333 (3/4") OR 3/4" UNLESS OTHERWISE APPROVED EQUAL SHOWN ON THE PLANS. NOTE. CONNECTION TYPICAL SERVICE INSTALLATION PIPE LATERAL. EXTEND FOR CONNECTION TO EXISTING SERVICE PIPING. EXISTING PIPE MATERIALS AND SIZES WILL VARY USE FITTINGS AS REQUIRED FOR A COMPLETE, LEAK PROOF CONNECTION. PROVIDE AND INSTALL STIFFENERS FOR TO EXISTING PEX TUBING. y� AVS P •�I TYPE 1 VALVE SEE TYPICAL SERVICE INSTALLATION DETAIL BOX NOT TO SCALE NOT TO SCALE NOTE. ALL SERVICE CONNECTIONS SHALL BE 3/4" UNLESS OTHERWISE ROMAC SINGLE STRAP SERVICE SHOWN ON THE PLANS. 1O1E S FOR 3/4" SERVICE 2" WIDE STAINLESS 3/4" SERVICE STEEL STRAP PIPE^�! CAST IRON LID WITH "IRR" OR "IRRIGATION" SAW CUTSADDL2 2" HMA CL 3/8" CLASS 3000 CEMENT CONCRETE FULL DEPTH OF PAVEMENT SECTION —0 r NOTE. FOR NON—VEHICLE GROUNDI EXSECTION TRAFFIC AREAS IRON VALVE BOX CAPS TO BE PROVIDED BY THE CITY HMA 1 LESS 2", (MINIMUM 4") :..:...:...:..: � ■ � ! ".::...:. ��""'� / . TOP OF SUBGRADE 6" MIN. LOWER (OLYMPIC FOUNDRY 940, 36—INCHES HIGH) MII IN . 1 W�IIMI PAVEMENT UPPER SECTION SLIDING TYPE C.I. VALVE BOX (OLYMPIC FOUNDRY 940—A, 8—INCHES HIGH) VALVE NOTE. WHEREDE REQUIRED ON FORIECE VALVE BOX. (OLYMPIC FOUNDRY 940R 12, 4110STING lei FORD C86 -33—G (3/4') NEW OR EXISTING "" ""' COUPLING MAINPV, SEEIGATION PLANS SERVICE CONNECTION FOR PVC DETAIL =I 1I Ti mlllaT_I ii�l II: • 11 11TH �II,.RIII �T ITi- Il= it 11'Jj r tF lilo== ren II =HI= LL 1- _I Tl TI.= rl II jl - FOR LAWNS OR 1T—I UNSURFACED AREAS, INSTALL 1— 5" DIA. SCH. 40 — PVC PIPE, LENGTH -r AS REQUIRED. 12—INCHES HIGH) CAST IRON LID WITH "IRR" OR "IRRIGATION" 6" THICK CLASS 3000 NOT TO SCALE ROMAC SINGLE STRAP SERVICE SADDLE 101 N—H FOR 3/4" SERVICE 2" WIDE SLIPLINING. STAINLESS 3/4" SERVICE CEMENT CONCRETE 'V1 te-VO •'r••K•', G�I-I!'1'`UPPER i !�!�!/``/ 6" MIN. LOWER SECTION (OLYMPIC FOUNDRY 36—INCHES HIGH) SECTION SLIDING TYPE C.I. VALVE BOX (OLYMPIC FOUNDRY 940—A, 8—INCHES HIGH) • VALVE NOTE. 1 PROVIDE EXTENSION PIECE WHERE REQUIRED FOR A MINIMUM OF 2'-0" STEEL PIPE OF EXISTING RECEIVING STRAP PIPE, CENTERED ON PIPE, THE NEW SERVICE TEE,940, 11&���'� P 1:ii I\i a TYPE 2 VALVE SEE TYPICAL SERVICE INSTALLATION DETAIL BOX SHALL BE REMOVED IN ENTIRETY. PROTECT NEW INSERTION PIPE. NEW HDPE FORD C86 -33—G (3/4") IRRIGATION COUPLING MAIN SERVICE CONNECTION FOR HDPE DETAIL *WI*VALVE BOX. (OLYMPIC FOUNDRY 940R 12, NOT IN PAVEMENT 12—INCHES HIGH) IRRIGATION MAINLINE VALVE BOX NOT TO SCALE NOT TO SCALE NOT TO SCALE 4.4HL Huibregtse, Louman Associates, Inc. 801 North 39111 Avenue Yakima, WA 98902 509.966.7000.965.3 Fax 509.965.3800 , PEL T. Bq �o� RASHi {: `� = 1 f� ,: •� aaeis :e `�'�ISTF.R ``-SioNAL E`' f/idA / JOB NUMBER: 10046E DATE. 9-6-11 CITY O F YAKI MA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS SHEET 1 9 OF 21 FILE NAMES. P• \Projects\2010\ 100468\10046b.dwg DESIGNED BY MTB ENTERED BY KDY DETAILS Civil Engineering o Land Surveying❖Planning www.hlacivil.com REVISION DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 z VARIES - SEE PLANS = ASPHALT PATCH PAYMENT LIMITS EXISTING PAVEMENT EXISTING GRAVEL SURFACING DEPTH GRAVEL REPAIR PAYMENT LIMITS SURFACING DEPTH 1'-O" EXCAVATION 1-0' VARIES 1'-0" ' 1.-0" EXCAVATION 0" VARIES 1'-0" PAYMENT LINE ISYMMETRICAL ABOUT Q OF PIPE (MIN) PAYMENT LINE _..1'- (MIN) / A ' ." A AIIIIIIIIIIIW Jr AIIIIMMIIIINAW AM! ffr 4 NA xi , \ HOT MIX ASPHALT (PERMANENT) '\/\ COLD MIX ASPHALT (TEMPORARY), •)>/ SEE SPECIFICATIONS SELECT BACKFILL ALTERNATE (BASE COURSE) AT CONTRACTORS : ) i Y\ / . ,/ 4 BACKSLOPE - OPTION , 2" CRUSHED SURFACING TOP COURSE ALTERNATE AT CONTRACTORS GRAVEL SURFACING BACKSLOPE OPTION 1- 0 mm < 0 U) z < PROFILE GRADE POINT MATCH EXISTING VARIES 2.0% VARIES 2.0% MIN 3% MAX. MIN/3% MAX. 3 < 0 Li) z < ASPHALT SURFACING TRENCH REPAIR. TYPE 1 UNSURFACED REPAIR ALLEYWAYS, DRIVEWAYS, AND OTHER AREAS DIRECTED 1-0" PAYMENT LIMITS EXCAVATION 1-0" V-0" BY THE ENGINEER • 2" HMA CL 3/8" --. PAYMENT LINE EXISTING GROUND ' ' —'4V .TWWW•11; ;-/ <ei9 .7 EXCAVATION PAYMENT LINE 2" HMA CLASS 3/8" PG 64-28 2" CRUSHED SURFACING - BASE COURSE NOTES. PG 64-28 • 6" CSBC 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN TRENCH REPAIR. TYPE 2 REMOVED DURING TRENCHING OPERATIONS. \ M STREETS AND OTHER REPLACE TO MINIMUM THICKNESS SHOWN. AREAS DIRECTED BY THE IF EXISTING GROUND SURFACE ADJACENT : 0 / ENGINEER TO TRENCH DOES NOT INCLUDE SILT , ,\ • 3" HMA CL 3/8" PG 64-28 OVERBURDEN, THEN BACKFILL TO < \ Y / • 6" CSBC SURFACE WITH NATIVE MATERIAL \' COLD MIX ASPHALT EXCAVATED FROM TRENCH. .*,, ALTERNATE BACKSLOPE AT CONTRACTORS AREAS OPTION 1 ALL THICKNESSES ARE COMPACTED DEPTHS. 2. CONTRACTOR WILL BE REQUIRED TO PAVE NEW ROADWAY IN TWO (2) PASSES MAX. • (MIN. WIDTH OF PAVING PASS SHALL BE 15). 3. EXCAVATION PAYMENT LINE SHALL BE BETWEEN EXISTING GUTTER LINES AND (8) EIGHT INCHES OF DEPTH. TYPICAL ALLEY SECTION UNSURFACED STREETS, ALLEYWAYS, NOTES. DRIVEWAYS AND OTHER AREAS 1 CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE DIRECTED BY THE ENGINEER BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING WIDER TRENCH • 2" COLD MIX ASPHALT RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTORS • 6" CSBC MEASUREMENT OR PAYMENT IMLL BE MADE FOR SURFACE REPAIR PAYMENT LIMITS. SURFACING REPAIR 2. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR TRENCH SURFACING RESTORATION SECTIONS OPTION. NO BEYOND THE REPAIR IN NOT TO SCALE UNSURFACED AREAS. NOT TO SCALE PAYMENT LINE LIMIT FOR ALL PAYMENT LINE LIMIT FOR ALL * PANEL SIZE MAY EXCEED I, * •Ilii) 10' WHERE MATCHING EXISTING CONDITIONS OR AS DIRECTED BY THE ,04,414, ENGINEER. Ss •,, iNittiNtteNiNt CONCRETE 2" COMPACTED DEPTH CSTC CONSTRUCTION JOINT . 4" THICK CONCRETE SLAB SECTION AT SIDEWALKS AND OTHER AREAS AS DIRECTED BY THE ENGINEER. , 6" THICK CONCRETE SLAB SECTION AT DRIVEWAYS AND OTHER AREAS AS DIRECTED BY THE ENGINEER. ALL 6" THICK CONCRETE SLABS SHALL HAVE #4 REBAR AT 12 O.C. EACH WAY CONC. SLAB SECTIONS r — — ---, I 1/2" R 1.-0 TRENCH SURFACING REPAIR 1 PIPE 0.D. + 18" 1 4O" TRENCH SURFACING REPAIR 1 PIPE O.D. + 24" 1'- 0" MAX. tTRENCH PAYMENT LINl SEE DETAILS FOR SURFACING REPAIR MAX. EXISTING UNDISTURBED SURFACE MAX. TRENCH PAYMENT LINE SEE DETAILS FOR SURFACING REPAIR MAX. EXISTING UNDISTURBED SURFACE _ x . - * • Ar Arr P * 4 e \I ALTERNATE BACK SLOPE Mgr 4ri $t>. AlrA Aee' ALTERNATE BACKSLOPE E Y 0 < CO ';/Sr;rw,-- *4 \I N -Aff)EV• 0 =,..,.< 3,.7.1e4 Lo ,...., (:) -,3 AT CONTRACTOR'S V , OPTION /SELECT BACKFILL SHALL BE USED / ON ALL TRENCHES WITHIN ALLEYS ' OR AS DIRECTED BY THE ENGINEER. / NATIVE MATERIAL SHALL BE USED FOR BACKFILL ON TRENCHES OUTSIDE OF ALLEYS. PAYMENT FOR E o :',4 •^!‹,2,fri s'i•• • v_ o_ 1.0 ••11±'F" it x ci, c) -> 5L•_. ,,, E .82 C.5 z z o ,.., Et tz Rsy. - AT CONTRACTOR'S V' OPTION ''' /NAVE MATERIAL SHALL BE / USED FOR BACKFILL ON ' LONGITUDINAL TRENCHES. SELECT BACKFILL SHALL BE USED ON ALL TRANSVERSE TRENCHES OR AS DIRECTED BY 18'7111111 DEPRESSED — TYPE 1 2-#4 BARS D 1/2" R 1 5 1/2".- 2% ,,,-.1" R. LL1 z 0 z AV& SELECT BACKFILL SHALL NOT EXCEED THE TRENCH PAYMENT LINE. LI ; THE ENGINEER. PAYMENT FOR SELECT BACKFILL SHALL NOT r•J LLI e___ , ZONEsRia, PIPE me 2 - LOCATING WIRE, SEE • TYPICAL SERVICE INSTALLATION DETAIL z 0 NJ tii o_ 4 PIPE ZONE 'We 2" EXCEED THE TRENCH PAYMENT LINE. DETECTABLE MARKING TAPE • PER SECTION 9-15.18 . • REQUIRED FOR ALL PIPE -, „ - • • 1" BATTER , , ' / R. . . . 6 1/2" - 1/2" R NOT TO SCALE NOTES \I\k'N1* SUITABLE FOUNDATION NOTE. THE CONTRACTOR ALL TRENCH SHOWN, RESULTING AT THE MEASUREMENT BEYOND TYPICAL '"/ / / V "‘SI EARTH SHALL BE RESPONSIBLE BACKFILL BEYOND INCLUDING WIDER TRENCH FROM LAYING BACK CONTRACTOR'S OPTION. OR PAYMENT WILL THE PAYMENT LIMIT. SERVICE LATERAL CRUSHED SURFACING TOP COURSE SHALL BE USED FOR PIPE ZONE MATERIAL. NEW IRRIGATION SERVICE LATERAL FOR THE LIMITS SECTIONS TRENCH SIDES NO BE MADE TRENCH SECTION 1 THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' %ern: 41 ', SUITABLE FOUNDATION NOTE: THE CONTRACTOR ALL TRENCH SHOWN, RESULTING AT THE MEASUREMENT BEYOND TYPICAL -RMR.W W.* INSTALLATION BY TRENCHING. , A - / At•St*;‘ & .0'S \/ ';',A44,-,-44 s• s•* ‘ CRUSHED SURFACING TOP EARTH COURSE SHALL BE USED FOR PIPE ZONE MATERIAL NEW IRRIGATION MAIN18" SHALL BE RESPONSIBLE FOR BACKFILL BEYOND THE LIMITS INCLUDING WIDER TRENCH SECTIONS FROM LAYING BACK TRENCH SIDES CONTRACTOR'S OPTION. NO OR PAYMENT WILL BE MADE THE PAYMENT LIMIT IRRIGATION MAIN TRENCH SECTION .. INTERVALS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY Ili ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT FULL HEIGHT — TYPE A APPURTENANCE. 5' INTERVALS. 4 ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN * AS DIRECTED BY ENGINEER. MAY VARY DEPENDING UPON GRADE OF SIDEWALK AND DRIVEWAY BEYOND CURB. STANDARD CONCRETE CURB & GUTTER • EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. CONC. SLAB JOINTING NOT TO SCALE NOT TO SCALE . NOT TO SCALE NOT TO SCALE HLa 4 ' Huibreg-tse, Louman Associates, Inc. , 801 North 39th Avenue Yakima, WA 98902 509.966.7000 Fax 509.965.3800 ,s1., T. ,94, $r „v 11,14,, ,,.. 4- 40 _. - , o7oNAL "0 e // JOB NUMBER: 10046E DATE. 9-6-11 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS SHEET 20 OF 21 FILE NAMES. P• \Projects \2010 \ 10046B \10046b.dwg DESIGNED BY MTB ENTERED BY KDY DETAILS • Civil Engineering 0 Land SurveyingoPlannmg www.hlacivil.com REVISION DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ETE 3000 CLASS OURED INNPLACE �i \/ •/ •• \//\\/ �\\/A\\/�\\�j/ ` CONC. SLAB TO EDGE OF NGL COVER NORI44 SSI TED, H2O LOCKING 4" CONC. SLAB SECTION (EXTEND TO EDGE OF EXISTING CONCRETE SIDEWALK ) TO FORM CONCRETEW \\�\\N�' \\A\\/\�\ `� \ / FORM CONCRETE TO ALLOW OF BOLTSO REMOVAL OF BOLTS '� //\\ /-1 / / • . L/2t + 1 \ / �IIW/2 • \� IIS all II; \/ CLASS 3000 \ CONCRETE SQUARE STEEL PLATE - PLUG (USE MECHANICAL CAP L/2�' ' //• POURED IN EXISTING ASPHALT PAVEMENT ASPHALT APPROX. OTYP (TYP) 2" CRUSHED SURFACING TOP COURSE (TYP) \ \ \ \ ' \ N. \ N. \\\\� • '• y \- 1 4" THICK FOR SLIP JOINT PIPE) ' PLACE .N " - .X -`�-'NO. \RISER EXTENSION->�='- 44R-6(6"). "ti ; CONCRETE SIDEWALK, MATCH UNDISTURBED EARTH �/ CLASS 3000 CONCRETE POURED IN PLACE ! /\ - L/2± UNDISTURBED EARTH '� \�\� /EXISTING \ 1 \ /\ / BENDS, TEES / FLOW (0 -- ) -:- r'UTILITY VAULT,,..- . `N0. 447 -LA - H rn GRADE (TYP ) '� -' % L \. \\ REBAR STRAP W/ / CLASS 3000/�\ J/\,\\ � UNDISTURBED EARTH 1II� STD HOOK COAT AS • ,4. ` •>••., :.' N NEW 10" HDPE PIPE SLIPLINED IN EXISTING 12" CONCRETE PIPE. REMOVE LENGTH OF PIPE REUNSTALLAIRED T •.. • t• - . '4" PIPEBEDDING="', --_,..•'e :` '. _ '`• - y CORE UTILITY VAULT SIDE• WALL FOR 10" HDPE PENETRATION ��~ NATIVEf MATERIAL.-•. ` SHALL BE USED FOR BACKFILL r'"UNLESS OTHERWSE=;.: -^_DIRECTED BY THE ' ENGINEER •= CONCRETE POURED 1 PLUGS AND CAPS PER SHACKLE RODS IN PLACE 1/ \' IL .//. //,� \ NOTES. IPA. IIII / n\ UNDISTURBED EARTH%\%�\/// \,/\\/\\/\\/X\/ 1 D IS APPROXIMATE PIPE DIAMETER. THE ABOVE END \ ALLOWABLESOIL PRESSURE OAREAS ARE F1500PSF ANDSED ON AN 250 PRESSURE. /�/ • 2. DIMENSIONS LISTED DENOTE MINIMUM STANDARDS FOR SIDE VIEW SOIL AND TEST PRESSURES SHOWN. SHOULD TEST \�//\/ . /i. , / \. \ / A PIT, INSTALLATION SLIPLINED PIPE AND VAULT. INSTALL NEW =` `.�z•`-N -12 , FLOW< -.- Q 2 LINK -SEAL AND GROUT TO PROVIDE LEAK PROOF {';,: ;`=J• - "''`! 4 •= =' SEAL BETWEEN NEW PIPE = ' •_' •-_•.'•-' AND UTLITY VAULT WALL. THIS VIEW TYPICAL OF ALL BLOCKING PRESSURE AND/OR SOIL CONDITIONS VARY, THE CONTRACTOR SHALL CONTACT THE ENGINEER FOR VERTICAL OVERBEND PIPE BEDDING NEW 10" HDPE PIPE SLIPLINED Of IN EXISTING 12" CONCRETE NATIVE MATERIAL e" PIPE. REMOVE LENGTH OF PIPE SHALL BE USED FOR CRUSHED SURFACING TOP BACKFILL UNLESS COURSE, COMPACT TO REQUIRED FOR ACCESS PIT, OTHERWISE DIRECTED 95% MAXIMUM DENSITY INSTALLA11ON OF SLIPLINED BY THE ENGINEER PIPE AND VAULT. INSTALL NEW LINK -SEAL AND GROUT TO IRRIGATION DIVERSION BOX PROVIDE LEAK PROOF SEAL NOTE: BETWEEN NEW PIPE AND ALL THICKNESSES ARE (BARTLETT PLACE) UTLITY VAULT WALL. COMPACTED DEPTHS. MINIMUM END AREAS SPECIAL THRUST BLOCK DESIGN. VERTICAL OVERBEND PIPE SIZE IDI TEES & PLUGS 90' BENDS 45' BENDS 11 1/4' AND 22 1/2' BENDS 3. ALL FITTINGS AND/OR PIPE MAKING DIRECT CONTACT PIPE SIZE IDI 22 1/2' BEND 45' BEND REBAR SIZE L 6" 5.1 SQ FT 7.2 SO FT 3.9 50 FT 2.0 SQ FT WITH CONCRETE SHALL BE WRAPPED WITH 4 MIL 6" 20 CU FT 39 CU FT #5 2.0 FT 8" 8.8 SQ FT 12.4 SQ FT 6.7 SO FT 3.4 SQ FT POLYETHYLENE SHEETING PRIOR TO PLACEMENT OF CONCRETE. 8" 34 CU FT 67 CU FT #5 2.0 FT 10" 14.3 SQ FT 20.2 SQ FT 11.0 SQ FT 5.6 SQ FT 10" 56 CU FT 110 CU FT #5 2.0 FT 12" 20.4 SQ FT 28.9 SO FT 15.7 SQ FT 7.9 SQ FT 12" 79 CU FT 157 CU FT #6 2.5 FT 0 2 .ii 2 14" 27 7 SO FT 39.2 SO FT 21.2 SO FT 10.7 SQ FT 14" 107 CU FT 212 CU FT #7 3.0 FT 16" 35.8 SO FT 51.2 SQ FT 27.5 SO FT 13.9 SQ FT TYPICAL THRUST BLOCKING 16" 139 CU FT 275 CU FT #9 4.0 FT NOT TO SCALE 42" LOCKING MANHOLE COVER WITH FRAME, SHIIM TO MATCH FINISHED GRADE OF EXISTING ACCESS VAULT COVER ADJACENT ASPHALT NO. 675 -TL -42C FOR H2O LOADING 3" HMA CL PAVE FLUSH TO 6TO CASTIG (TYP ) SAWCUT EXISTING ASPHALT PAVEMENT4' HMA 6" CRUSHED SURFACING (TYP) r (TYP) BASE COURSE (TYP ) /aoo�iiar ar r aioioiooii.. -.A. .. t ... .•i SAWCUT EXISTING VAULT WALLS TO DEPTH REQUIRED FOR INSTALLATION OF NEW VAULT COVER TO ELEVATION SHOWN (TYP) APPROXIMATELY 6"y.. • ::, ELECTRICAL CONDUIT TO PUMP -.-- MOVE AND SECURE EXIST CONDUIT TO NEW VAULT COVER ELECTRICAL) PANELS ., • MATCH EXISTING ASPHALT GRADE (TYP ) 'HI- NOTES. 1 CONTRACTOR SHALL TAKE CARE TO PROTECT EXISTING EQUIPMENT WITHIN IRRIGATION VAULT DURING CONSTRUCTION (INCLUDING BUT NOT LIMITED TO PUMP, VALVES, PIPE, FITTINGS, ELECTRICAL PANEL, CONDUITS, ETC.) 2. CONTRACTOR SHALL REMOVE AND DISPOSE OF EXISTING VAULT COVER AND STEEL CASTINGS. IRRIGATION VAULT MODIFICATION (BUWALDA AVENUE) NOT TO SCALE 4-4 _ Huibregtse, Louman Associates, Inc. 801 Yakima, W 98902 Avenue 509.966.7000.965. Fax 509.965.3$00 �eF, �`r T . ~�Z`Ao � SBq�f ." .. 4, 5787 FCIST FR ONAL E,' 9at/4 , JOB NUMBER: 10046E DATE. 9-6-11 CITY O F YAKI MA GENERAL 308 IRRIGATION SYSTEM PHASE 4/STAGE 2 IMPROVEMENTS SHEET 21 OF 21 FILE NAMES. P• \Projects\2010\ 10046B\10046b.dwg DESIGNED BY' MTB ENTERED BY KDY DETAILS Civil Engineering 4 Land Surveying❖Planning www.hlacivil.com ' REVISION DATE Bond No. 1977906 RETAINAGE BOND KNOW ALL MEN BY THESE PRESENTS that we KRCI LLC a corporation under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, as Principal, andThe Hanover Insurance Compri, a corporation organized and existing under the laws of the State of New Hampshire and authorized to transact business of surety in the State of Washington, as Surety, are jointly and severally held and bound unto City of Yakima hereinafter referred to as Obligee, as Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28 and their heirs, executors, administrators, successors and assigns, in the penal sum of FORTY-THREE THOU TC AND ONE T -TT TNDR FD EIGHTY_SIX AND 68/1 00THS Dollars ( $43,186.68 v ) plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work. WHEREAS, on the day of herein executed a contract with City of Yakima , the said Principal for General 308 Irrigation System Phase 4/ Stage 1 Improvements WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned by the Principal on estimates during the progress of the work, hereinafter referred to as earned retained funds. WHEREAS, the Principal has requested that the Obligee accept a bond in lieu of earned retained funds as allowed under Chapter 60.28 RCW. NOW THEREFORE, this obligation is such that the Surety, its successors and assigns are held and bound unto the Obligee and unto all beneficiaries of the trust fund created by it.. W 60.28.01 i ii) ifi the aforesaid siini. This oiid, in,ludhig any pr,—;ce: is therefrom, ic subject to all claims and liens and in the same manner and priority as set forth for retained percentages in Chapter 60.28 RCW. The condition of this obligation is also that if the Principal shall satisfy all payment obligations to persons who may lawfully claim under the trust fund created pursuant to Chapter 60.28 RCW, to the Obligee, and indemnify and hold the Obligee harmless from any and all lost, costs and damages that the Obligee may sustain by release of said retainage to the Principal, then this obligation shall be null and void, provided the Surety is notified by the Obligee that the requirements of RCW 60.28.021 have been satisfied and the obligation is duly released by the Obligee. Retainage Bond No.1977906 Page 2 of 2 IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal. The Surety will not be discharged or released from liability for any act, omission or defenses of any kind or nature that would not also discharge the Principal. IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety, the Obligee, the beneficiaries of the trust fund created by Chapter 60.28, Revised Code of Washington (RCW) and their respective heirs, executors, administrators, successors and assigns. IN WITZ4ESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 4th day of November , 2010 . KRCI LLC By Principal The Hanover Insurance Company By: VM€7?-O6'- Surety Theresa A. Lamb A tto mev_in,-fact THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS. That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI, JULIE M. GLOVER, JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE, BRANDON K. BUSH, ANDY D. PRILL, THERESA A. LAMB, STEVEN M. WAGNER, BRETT N. MEIER Of Bothell, WA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows. Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 12th day of July , 2010. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENSiNSURANCE COMPANY OF AMERICA Mary Jeanne d - • on. Vice Presidept 1 Robert -K. Grennan, Assistan ice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 12th day of July , 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. ( NClary Public My commission expires on November 3, 2011 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) r, �n� GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this y4-4 day o. OWP/ rJw/ , 20 y0 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CIT .• S INSU 7 ° CE COMPANY OF . u ERICA Step Braul ssistant Vice Pres