Loading...
HomeMy WebLinkAboutColumbia Pumping and Construction, Inc. - Naches Avenue Sanitary Sewer RehabilitationCITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 Construction Contract Specifications & Bid Documents OCTOBER 2016 Wastewater Division 2220 East Viola Avenue Yakima, WA 98901 Phone (509) 575-6078 Fax (509) 575-6116 HLA Engineering mid I.ind Sunevin;, Ink. I = E MI N EN MI N N I M 1 IME BID SUMMARY YAKIMA WASTEWATER DIVISION NACHES AVENUE SANITARY SEWER REHABILITATION CITY PROJECT NO. 2444 ENGINEERS' ESTIMATE COLUMBIA PUMPING AND CONSTRUCTION, INC. PASCO, WA ITEM BID SECURITY NO. ITEM CITY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 MINOR CHANGE 1 FA $ 5,000.00 $ 5,000.00 $ 5.000.00 $ 5,000.00 2 MOBILIZATION 1 LS $ 15,000.00 $ 15,000.00 $ 3.700.00 $ 3,700.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 10,000.00 $ 10,00000 $ 2,500.00 $ 2,500.00 4 SANITARY SEWER BYPASS 1 LS $ 6,000.00 $ 6,000.00 $ 7,000.00 $ 7,000.00 5 CLEAN AND VIDEO INSPECT EXISTING PIPE 2374 LF $ 4.00 $ 9,496.00 $ 1 95 $ 4,629 30 6 OBSTRUCTION REMOVAL, CIPP PREPARATION 14 EACH $ 500.00 $ 7,000.00 $ 390.00 $ 5,460.00 7 CURED IN PLACE PIPE REHABILITATION 10 IN. DIAM 489 LF $ 55.00 $ 26,895.00 $ 36 00 $ 17,604.00 8 CURED IN PLACE PIPE REHABILITATION 8 IN, DIAM. 1885 LF $ 45.00 $ 84,825.00 $ 31.00 $ 58,435 00 9 REINSTATE EXISTING SIDE SEWER, INTERNAL 56 EACH $ 300.00 $ 16,800.00 $ 250,00 $ 14,000.00 SUB TOTAL: $ 181,016.00 $ 118.328 30 STATE SALES TAX 8.2%: $ 14,843.31 $ 9.702,92 TOTAL: $ 195,859.31 $ 128,031.22 CITY ENGINEERS REPORT --y...�. COMPETITIVE BIDS WERE OPENED ON 11/712016. 1 �.1 _ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. of1 : ' W4 I RECOMMEND THE CONTRACT BE AWARDED TO: % : r fi3 1` CITY OF YAKIMA YAKIMA WASTEWATER DIVISION COLUMBIA PUMPING AND CONSTRUCTI( INC. u' , +rr •� NACRES AVENUE SANITARY SEWER REHABILITATION AWARD MADE BY CITY MANAGER PROJECT NO. 2444 4 rnsrfJiA ::,.ifiss>/(6DATE' 11/712016 LAGy, DATE CITY ENGINEER DA‘TE CITY FILE: 11CFryenglengimagesleidsemmeries SHEET 1 OF 1 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 OWNER: ENGINEER: City of Yakima 129 North Second Street Yakima, WA 98901 Wastewater Division 2220 East Viola Avenue Yakima, WA 98901 HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 October 2016 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS 1-1 ADVERTISEMENT FOR BIDS 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS 2-2 SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-3 UNIT PRICE BID PROPOSAL 3-4 BID PROPOSAL SIGNATURE PAGE 3-5 BID DEPOSIT 3-6 BID BOND 3-6 NON -COLLUSION AFFIDAVIT 3-7 CITY OF YAKIMA NONDISCRIMINATION PROVISION 3-8 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3-9 CITY OF YAKIMA RESOLUTION NO. D-4816 3-10 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN 3-11 CITY OF YAKIMA BIDDER'S CERTIFICATION 3-13 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 3-16 SURETY 3-17 LIST OF REFERENCES 3-18 BIDDER'S RESPONSIBILITY STATEMENT 3-19 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 CERTIFICATIONS 4-3 CONTRACT BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION 4-7 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 11/07/2016 5-3 BENEFIT CODE KEY EFFECTIVE 08/31/2016 5-3 DLI SUPPLEMENTAL TO WAGE RATES EFFECTIVE 08/31/2016 5-3 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTENTS 6-2 SPECIAL PROVISIONS 6-3 APPENDIX A - AMENDMENTS TO THE 2016 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS APPENDIX B - CITY OF YAKIMA VIDEO INSPECTION REPORTS SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 1-1 ADVERTISEMENT FOR BIDS The City of Yakima invites separate sealed BIDS for the construction of the NACHES AVENUE SANITARY SEWER REHABILITATION, City of Yakima Project No. WW2444, HLA Prosect No. 16141 including the following approximate major quantities of work: Construction of approximately 2,374 LF of 8" and 10" cured in place pipe for rehabilitating sanitary sewer main, 53 side sewer reinstatements, pipe cleaning, video inspection, and sewer bypass. This contract has fifteen (15) working days to complete the work. Bids will be received by the City Clerk at City Hall, 129 North Second Street, Yakima, Washington 98901, until 11:00 a.m., November 7, 2016, and then shortly thereafter will be publicly opened and read aloud at the City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the office of the Yakima City Engineer in Yakima, Washington. Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20.00 by inputting Quest project # 4712243 on the website's Project Search page. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $50.00 for each set, non-refundable. Project questions should be directed to Dana Kallevig at 509-249-6813. Each bid or proposal must be accompanied by bond or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifica- tions, sealed and filed with the Clerk on or before the day and hour above mentioned. The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award. 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. Dated this 20th day of October, 2016 Publish: October 24, 2016 October 31, 2016 G:\PROJECTS\2016\16141\SPEC\16141SPEC.docx 1-2 SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2016\16141\SPEC\16141SPEC.docx 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 11:00 a.m., November 7, 2016, and then at the City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to the 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 NACHES AVENUE SANITARY SEWER REHABILITATION, City of Yakima Project No. WW2444, HLA Project No. 16141, and the envelope should bear on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Hall, 129 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\2016\16141\SPEC\16141 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. Contract time for this project is anticipated to begin by 12/01/16. The ENGINEER is HLA Engineering and Land Surveying, Inc. (HLA), represented by Benjamin A. Annen, PE. The ENGINEER'S address is 2803 River Road, Yakima, Washington 98902, phone (509) 966-7000, FAX: (509) 965-3800. G.\PROJECTS\2016\16141\SPEC\16141 SPEC docx 2-3 SECTION 3 - BID PACKAGE G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-1 BIDDER'S CHECKLIST All forms listed below must be fully executed and submitted with the Bid: a) BID PROPOSAL b) UNIT PRICE BID PROPOSAL c) BID PROPOSAL SIGNATURE PAGE d) BID DEPOSIT or BID BOND BID DEPOSIT - Sign the Bid Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR BID BOND - This form is to be executed by the bidder and Surety Company. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. e) NON -COLLUSION AFFIDAVIT - Must be subscribed and sworn to before a Notary Public. f) CITY OF YAKIMA BIDDER'S CERTIFICATION g) CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT h) SURETY i) LIST OF REFERENCES j) BIDDER'S RESPONSIBILITY STATEMENT - Provide supporting documentation as required. Bidder must also provide documentation within the time specified in Section 7-24.1(1) Manufacturer/Installer Qualification Requirements of the Technical Specifications. The following forms are to be executed and/or submitted for approval after the Contract is awarded: 1) CONTRACT - To be executed by the successful bidder and the City of Yakima. 2) CERTIFICATIONS 3) CONTRACT BOND - To be executed by the successful bidder and his Surety Company. Provide Power of Attorney. 4) SCHEDULE OF WORKING HOURS The following shall be provided to the City after the Contract is awarded: 1) CERTIFICATE OF PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Technical Specifications. 2) STATEMENT OF INTENT TO PAY PREVAILING WAGES to be completed by successful bidder and by any and all subcontractors. G:\PROJECTS\2016\16141\SPEC116141 SPEC docx 3-2 BID PROPOSAL A Proposal of o‘.v.rAbcc�►�' - vt C.x totcAv.Cr01•1% (hereinafter called "BIDDER"), Qtganized and existing under the laws of the State of Washington doing business as Cc - QbaISTR.V7 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 NACHES AVENUE SANITARY SEWER REHABILITATION City of Yakima Project No. WW2444, HLA Project No. 16141, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within fifteen (15) working days of such NOTICE TO PROCEED. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1-08.9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA: NoN`c. Addenda will be posted on the internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G \PROJECTS\2016116141\SPEC\16141 SPEC.docx 3-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 ITEM NO. ITEM DESCRIPTION PAYMT SPEC UNIT QUAN- TITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Minor Change 1-04.4(1) FA EST. X $5,000.00 = $5,000.00 2 Mobilization 1-09.7 LS -- X -- = 4 3Ica.no 3 Project Temporary Traffic Control 1-10.5 LS --- X -- = 1 • 2 4 Sanitary Sewer Bypass 7-17.5 LS --- X --- = rp IstIcl,c10 110(00 .00 5 Clean and Video Inspect Existing Pipe 7-24.5 LF 2,374 X II 1 9 .5i = * L11 `et .Sc) 6 Obstruction Removal, CIPP preparation 7-24.5 EA 14 X s 310. 00= • 5 q 1.0 4 ) 7 Dared in Place Pipe Rehabilitation 10 In. 7.24m..5 LF 489 X , 3t••oo = f • t't�1.04.0° 8 Cured in Place Pipe Rehabilitation 8 In. Diam. 7.24.5 LF 1,885 X 3% .O O = • 9 Reinstate Existing Side Sewer, Internal 7-24.5 EA 56 X �oi$b .00 = .513 ,y35.0t) 1 1‘j BID SUBTOTAL 10004OO d h 61318.30 8.2% STATE SALES TAX * 9,10 2 .12 BID TOTAL + 128,031.22 G \PROJECTS\2016\16141\SPEC\16141 SPEC docx 3-4 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 CdLv.l'h4l�P��4►�Q�AIG• �oN?aTCIWC_T�dt�l, kta BIDDER - (CONTRACTOR) BY Address: poi 3 , 2016 DATE ICIAL'S SIGNATURE TITLE -earV Vo J& (PI se print &type name) PrCSld.�y1 1005 S . MA ,.,.cak.av ‘.)t Phone: 509 -'54 % - 42L (Vb co \Z cNt 419 30 \ Fax: 5 09 - 5 4 1 - '\ 3 1 E-mail address: C b Q►ci,C oN c CQ CN0-Vol 4 • C.0 I'` CONTRACTOR LICENSE NUMBER Co\ %-w C \\oZ K CONTRACTOR DUNS NUMBER \5 - `l 10 3 ' 09 4 CONTRACTOR UBI NUMBER L O\ a`\ 1 S B to CONTRACTOR FEDERAL TAX I.D. NUMBER °I - CONTRACTOR EMPLOYMENT SECURITY DEPARTMENT NUMBER-TV\5a3 L., dq9 CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER `-i t 4 5.20 0 1 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: `t4L<k%1 V o Sta Q�9�4� mot �Tt �t�a►��� V o S PROJECT MANAGER\ cckCk.4 CELL PHONE: 509 -'3 \, to -1 NOTES: _ 1) If the bidder is a co -partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. If no bid is submitted, kindly mark "NO BID" on the cover and return to: HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 (3) G:\PROJECTS\2016\16141\SPEC\16141 SPEC docx 3-5 BID DEPOSIT CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 Herewith find deposit in the form of a certified check or cashier's check in the amount of $ , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we Columbia Pumping and Construction Inc , as Principal, and Western National Mutual Insurance Company as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent of Total Amount Bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for NACHES AVENUE SANITARY SEWER REHABILITATION, City of Yakima Project No. WW2444, HLA Project No. 16141, 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 28th DAY OF October 2016. G \PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-6 October 28 , 2016 W[ET=NN NATIONAL Ihr niun, ro.ny, ,,nnpony POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does 'make. constitute and appoint: James S. Ewald, Jenifer M McCormick, Tina D DeHut, Sherri L Dannat Elliott, Powell, Baden & Baker, Inc (Agency Code #9456) Its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of -the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and I guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or black lung bonds), as follows: Seven Million Five Hundred Thousand and 00/100 ($7,500,000) All written instruments in an amount not to exceed an aggregate of for any single obligation, regardless of the number of instruments issued for the obligation. and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are Iratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September 28, 2010: RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and its corporate seal to be affixed this 16th day of December , 2015. 1 1 1 1 1 1 Jon R. Hebeisen, Secretary Larry A. Byers, Sr. Vice President ISTATE OF MINNESOTA, COUNTY OF DAKOTA On this 16th day of December, 2015, personally came before me, Jon R. Hebeisen and Larry A. Byers and to me known to be the Iindividuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. 1 1 CERTIFICATE I, the undersigned, assistant secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set Iforth in the Power of Attorney, are now in force. JENNIFER A YOUNG NOTARY PUBLIC • MINNESOTA MY COMMISSION EXPIRES 0131202' Jennifer A. Young, Notary Public My commission expires January 31,2021 1 Signed and sealed at the City of Edina, MN this day of 0C-415 2016 1 --/--/�� ' SEAL. Jennifer A. Young, Assistant Secretary NON -COLLUSION AFFIDAVIT CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 STATE OF WASHINGTON ) ) ss. NON -COLLUSION AFFIDAVIT COUNTY OF _Franklin ) Terry^ Vojta _ 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. (Corftracto Signature) 1 1 —3 Signed an \\ timiol (or affirmed) before me on Q , " 44-'0„ _= p Notary Public /b'1'"1,,,,,,,My Appointment nt Expiresii/ISSIl''- , 2016, by G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-7 3-f Li CITY OF YAKIMA NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2016\16141\SPEC\16141 SPEC docx 3-8 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G.\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-9 marinas xO . D- 4 8 1 6 A RESOLtTIIDt 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 carr es with it the obli- gation of contracting with. Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and W -h..,45, 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 PoLtcy" statement attached hereto, now, therefore, BE IT RESOLVED Bt THE CITY COUNCIL OF THE CITY OF YAXIM&- 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 .5 day of 1983. ATTEST: - City Clerks 4,, rh Mayor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. G'\PROJECTS\2016\16141\SPEC\16141 SPEC docx 3-11 i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-12 CITY OF YAKIMA BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: C��ksr.145,ei► ctk %NG ; e-cp.oScckkuCxoto \a c. certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract: - � W IATEQ va=k Cxit4�C � Td41MD Meyc D ti Q'Pm sRoGRA"'!>ft_ cg -- 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: v w� vcco•c Ro"...o-p 1 ‘..,v cECi wie c•-% and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Conditions. (Si. atur- of Authcafized Representative of Bidder) G \PROJECTS\2016\16141\SPEC\16141 SPEC docx 3-13 Materiality and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the certification will render the bid non-responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on August 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor or subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-14 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 And shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G \PROJECTS\2016\16141\SPEC\16141 SPEC docx 3-15 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: Qc4-QOG4 N.V•1/4-"Ci xv.-"C Vb Dated this 3 day of Nov , 20 U. . Signature: 5 r,S� 1 Printed Name: Cv.pw,".m--c Address: tot S. MAe. QAscn WF 993dl Phone#: 509-5' -1-yayk Email Address: CcbytttNo @ CQc�o- cr, Homeland Security's Web Address is: htto://www.dhs.gov/e-verifv Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us SURETY CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be WEs-yeci.. c'\.At‘oco0`'M.A.,a` 2vcA:VNCE whose address is: \OsdS\ 0. ga Cies.0ATVoD C:04 `c'sle.V4l S'ct \aS `v+oE404.%•4 k1z 52)SO2,9 Street City State ZIP G:IPROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-17 LIST OF REFERENCES CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 List all projects of a similar nature completed by the BIDDER during the previous five (5) years. Similar projects are considered to be those projects with a contract amount of not less than 50 percent of the amount bid on this project with the type of construction, materials, and methods necessary for completion of this project. Provide name of contact person and phone number. Failure to complete this List of References may be cause for rejection of the BID. Previous Similar Protects Contact Person Phone Number 5 E aretacvc9'P G:\PROJECTS\2016\161411SPEC\16141 SPEC docx 3-18 ININ 111111 M M r I M N N NININ I M I I 10111 - I - Masterlinina Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 1 Name Address Phone Contact Proiect Name Lineal Footage / Point Repairs 2000 City of Issaquah A2000 PO -Box 1307 IssaquahW 98027-1307 425-837-3437 Tony Sewer Rehab 6341' 2001 City of Pasco A2101 PO Box 293 Pasco, WA 99301 509-545-3444 Jess Sun Willows Sewer 16' of 8" Mocon Corporation 11919 N. Jantzen Ave #290 Portland, OR 97217 503-735-2120 Robert Sanitary Sewer Rehab. In Dallas, OR 200T Sewer Replacements Phase I 3090' 9628' City of Bellingham A2104 2221 Pacific Street— Bellingham, WA 98226-5898 360-676-6850 Cape City of Kennewick A2103 PO Box 6108 Kennewick, WA 99336 509-585-4283 Jim 18" Intercepter Relining 240' 2002 PO -Box -190- Richland, WA 99352 City of Richland A2201 509-942-7331 Jay Lining Project 835' POW A2203 PO Box 4772 Pasco, WA 99302 509-542-8509 Ray Welch's 370' of 30" Ridgeway Ind. A2205 2251 E. Lanark Meridian, ID 83642 208-887-8600 Dan Boise, ID 4' US Filter A2202 645 Lockheed Street Pasco, WA 99301 509-547-2410 Mark Point Repair 37 of 3' x 8" point repairs Watts Construction A2204 5321 We -s1 -10th Ave Kennewick, WA 99336 509-735-7969 Loren Spot Repair 13' of 24" 2003 Andes Construction A2308 5305 East 12th Street Oakland, CA 94601 510-536-7832 Dan Central Contra Costa SS 600' of 36" 1,800' of 30" City of Mercer Island A2303 9611 SE 36th St. Mercer Island, WA 98040-3732 206-236-3612 Doug Sanitary Sewer Repair, Forest Ave 837' of 8" C -More Pipe A2301 9350 Rickreall Road Rickreall, OR 97371 503-623-1319 Rick Port Orchard 789' of 8" C -More Pipe A2307 9350 Rickreall Road Rickreall, OR 97371 9350-Rickreall Road Rickreall, OR 97371 503-623-1319 503-623-1319 Rick Rick Karcher Creek, Port Orchard Winchester 21' of 8"-18" 6' of 12" C -More Pipe A2309 C -More Pipe A2310 9350 Rickreall Road Rickreall, OR 97371 503-623-1319 Rick Port Orchard 6' of 24" , 5' of 18" C -More Pipe A2311 9350 Rickreall Road Rickreall, OR 97371 #2-- 11 /0 Carpenter Street Abbotsford, BC V2T 6B3 503-623-1319 604-504-0014 Rick Ken Inversion Lining, Salem, OR Canada 11' of 18" & 24" 2,500' of 8" 600' of 6" Inlyne A2313 Paragon A2304 791 -5 -Savary Drive Pasco, WA 99301 225f-Eaanark Meridian, ID 83642 509-545-8455 208-887-8600 Gary Dan Port of Pasco Spot Repairs 14' of 14" 6' of 6" Ridgeway Ind. A2305 I M M M MI M = N N M M INIII I• Masterlinina Customers: STATEMENT OF QUALIFICATIONS Masterlinino Contractor Information 11/3/2016 2 Name Address Phone Contact Project Name Lineal Footage / Point Re 'airs Triton Marine A2306 2181 Chico Way NW Bremerton, WA 98312 360-373-2863 425-483-6200 Dominic Jim Yakima Training Center Mill Creek, Everett, WA 68' of 30" 15 of 3' x 8" point repairs Universal Land A2312 NU Box 329 Woodinville, WA 98072 2004 Aero Construction Co. - A2403 , Bickford Avenue Snohomish, WA 98290 425-334-0082 Gary Davis Lynnwood, WA 5 Point Repairs Aero Construction Co. - A2404 474TB of r -Avenue Snohomish, WA 98290 425-334-0082 Gary Davis Lynnwood, WA 3' of 8" Brant Construction A2402 2005 Broadway Vancouver, WA 98663 360-737-1844 Mike Clean & Line, Oceanside, OR 80' of 36" City of Grandview - A2409 207 WesfSecond-S feet Grandview, WA 98930 • 515RickreaI Rd. Rickreall, OR 97371 509-882-9211 503-623-1319 Cus Artega Rick Stroud Grandview, WA Port Orchard 500' of 21 mm, 20" 11 Point Repairs C -More Pipe Services - A2406 C -More Pipe Services - A2407 •350-R dk�ean Rd. Rickreall, OR 97371 503-623-1319 Rick Stroud Gresham, OR 2 Point Repairs C -More Pipe Services - A2408 9350 RickreaOORdd- Rickreall, OR 97371 503-623-1319 Rick Stroud Eugene, OR 1,100' of 8" C -More Pipe Services - A2410 5350 RickrealllR-d. Rickreall, OR 97371 503-623-1319 Rick Stroud Reedsport, OR 400' of 7.5mm Coulee Comm Hospital A2401 411 Fortuyn Road Grand Coulee, WA 99133 509-633-6383 Ryan Structural Repair, Coulee, WA 3' of 6" point repairs Kana Pipeline, Inc. 172 E. Orangethorpe Av. Placentia, CA 92870 38063 Kelly Road Scio, OR 97374 714-986-1400 503-394-4127 Gary Lineberger Bob Nelson CA Sweet Home, OR 2,700' of 18" 10' of 8" Nelson Excavation - A2405 Ochoa Foods, - A2412 1203 Basin Dr. Warden, WA 98857 509-349-2210 ex259 Bill Engels Warden, WA 195' of 12" plus 1 Point Repair Tri State Construction, Inc.- A2411 PO Box 3686 Bellevue, WA 98009-3686 425-455-2570 Jack Corbett Bothell, WA 2 Point Repairs 2005 Thompson Brothers Excavating A-2501 18211 N.E. Fourth Plain Rd Vancouver, WA 98682 360-254-7056 Steve Ambuehl Mt Hood at Kelso Road 50 meters Tetra -Tech Ec., Inc. - A2502 Bremerton Naval Shipyards 1050 N.E. Hostmark St Suite 202 Poulsbo, WA 98370 9350-Ri?IWRd -- Rickreall, OR 97371 360-598-8100 503-623-1319 Christina Ramply / Lee Boreen Rick Stroud Storm Drain Repairs Salem, OR 89 point repairs 823' of 10" , 62' of 12", 473' of 18", 940' of 24", 44' of 4", 303' of 6", 220' of 8", 3' of 15" 968' of 8", 4.5mm C-More Pipe Services - A2503 E 1111M1 M E MI 111111 I 111111 M 1 I ' NE an 1 NM SEM I= Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 3 Name Address Phone Contact Project Name Lineal Footage / Point Re•airs • City of Mercer Island - A2504 9611 SE 36th St. Mercer Island, WA 98040-3732 206-236-5300 Jerry Judd Clean and Line Storm Drain 132' of 12" Baker Rock Resources - A2505 21880 S.W. Farmington Rd Beaverton, OR 97007-5470 503-642-2531 Terry Guisinger Spot repair of 30" CIPP Liner for ODOT 135' of 30" Nelson & Sons - A2506 PO Box 228 Woodinville, WA 98072 425-766-9132 Randy Pfiefer Spot repair and internal reinstatement of side service 3' of 8" C -More Pipe - A2507 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Install CIPP Liner plus 3 point repairs 3 point repairs one 4' of 10" two 3' of 12" Realm, Inc - A2508 PO Box 580 DuPont, WA 98327 9350 Rickrea [Rd Rickreall, OR 97371 360-456-7627 503-623-1319 Dave Follett Rick Stroud Sanitary Sewer Improvements Gresham, OR 265' CIPP 82' of 12" CIPP C -More Pipe - A2509 Swinerton Builders NW, Inc. - A2511 3180 139th Ave SE Bellevue, WA 99301 425-283-5178 Derek Jaschke Bellevue, WA point repair 3' of 8" C -More Pipe - A2513 9350 Rickreall Rd Rickreall, OR 97371 9350 Rickrea FRd Rickreall, OR 97371 503-623-1319 503-623-1319 Rick Stroud Rick Stroud 1 point repair at Hillsboro, OR 2005 I&I Spot Repairs point repair 3' of 12" 23 point repairs C -More Pipe - A2514 Nutter Corporation - A2515 7211-A NE 43rd Ave. Vancouver, WA 98661 360-573-2000 Bill Gunderson Longview, WA 8 spot repairs of 8" CIPP 2006 City of Mercer Island - A2619 9611 SE 36th St Mercer Island, WA 98040- 3732 206-236-5300 Jerry Judd Relining 300' of 8" Concrete Sanitary Sewer Main 300' of 7.5mm of 8" CIPP liner C -More - A2620 (Canby, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Point Repairs in Canby, OR One 10' by 5", 3mm Point Repair C -More - A2621 (Stayton, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Point Repairs in Stayton, OR One 8" 6mm Point Repair C -More Pipe - A2601 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Independence, OR 336' of 8", 6mm CIPP with 7 laterals C -More Pipe - A2603 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Milwaukee, OR 1 point repair 3' of 8" CIPP C -More Pipe - A2604 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Gresham, OR 2 point repairs with 3' x 8" CIPP C -More Pipe - A2607 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 503-623-1319 Rick Stroud Rick Stroud Independence, OR Reedsport, OR 4' x 8" point repair; 3' x 8" point repair; Nine 4" point repairs 1570' of CIPP; 14 laterals 9350 RickrealrRd C -More Pipe - A2608 (Rickreall, OR 97371 MIN i♦ UN 1.111 — 1 1 1 M i♦111M1 MN M — — — l• Masterlinina Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 4 Name Address Phone Contact Project Name Lineal Footage / Point Re • airs C-More Pipe - A2611 9350 Ric reafl Rd— Rickreall, OR 97371 503-623-1319 Rick Stroud Long Beach, OR 13 point repairs C -More Pipe - A2612 9350 Rickreall Rd Rickreall, OR 97371 9350-RickrealFRi Rickreall, OR 97371 503-623-1319 503-623-1319 Rick Stroud Rick Stroud Corvallis, OR Veneta, OR One 8" x 3' point repair One 8" x 5' point repair One 12" by 3' point repair C -More Pipe - A2613 C -More Pipe - A2615 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Tacoma -Kraft, Tacoma, WA One 12" point repair, one 10" point repair Gary Harper - A2618 14831 223rd St SE Snohomish, WA 98296-3938 1360-863-1955 360-262-9838 Gary Steve Old Mukilteo Pipeline Repair Napavine, WA 600' of 8mm CIPP with 7 Laterals 1 8" spot repair over joint Liberty Dirt Works - A2605 0-130)—(154 Ne Ell, WA 98572 Mike Becker - A2622 (Athena) PO Box 1159 La Grande, OR 97850 541-963-7096 Kevin 2006 Wastewater Collection Improvements 2482' CIPP mainline, fifteen 4' spot repairs, two 12' spot repairs Mocon - A2616 82204 Highway 111 Suite 201 Indio, CA 92201 503-580-4420 Rob Morrow by Eugene, OR 417' of 18" CIPP lining Moore Underground - A2617 PO Box 2009 Fairview, OR 97024 525-Wesf-Gra0 Ronde Kennewick, WA 99336 503-618-9779 509-947-7845 Keith Johnson Brian CIPP Lining Outfall Pipe KID Pipe Repair 142' of 7.5mm 15" CIPP lining 150' of 12" CIPP Ray Poland & Sons - A2609 2007 Brant Construction A2713 2005 Broadway Vancouver, WA 98663 360-772-3121 Mike ODOT Culvert Repair at MP 30.06 190' of 24" CIPP C -More - A2701 (Stayton, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Point Repairs in Stayton, Or One 4', 6mm Point Repair with lateral reinstatement C -More - A2704 (Reedsport, OR) 9350'Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Reedsport, OR 550' of 8", 6mm CIPP; 11 laterals C -More - A2705 (Port Orchard, WA) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Port Orchard, OR One 15' x 6" point repair; One 5' x 12" point repair; One 3' by 8" point repair C -More - A2706 (Independence, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Independence, OR 65' of 24" CIPP C -More - A2708 (Port Orchard, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Port Orchard, OR Two 3' by 8" point repairs, One 7' by 8" point repair C -More - A2710 (Independence, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Independence, OR - City & School Dist 645' of 8", 6mm, 2 laterals; C -More - A2711 (Springfield, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Springfield, OR 1800' of 6" CIPP plus 1 lateral C -More - A2712 (Salem, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Salem, OR 12", 6mm, 3' point repair;10" CIPP, 6mm 3' point repair; M IIIIII IIIIIII M I MI M E MN M r M M I 11111I INE Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 5 Name Address Phone Contact Project Name Lineal Footage / Point Re • airs C -More - A2714 (Wilsonville Rest Area, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Wilsonville Rest Area for ODOT 245' of 8"; 440' of 8"; one 8" 3' long point repair C -More - A2717 (Stayton) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Stayton, OR Three 8", 6mm, 3' long Point Repairs Clean Water Services - A2716 2550 SW Hillsboro Highway Hillsboro, OR 97123 503-681-3630 Bill Carley North Plains Discharge CIPP Project No. 6228 320' of 12.5mm CIPP and 320' of pre -liner Frank Colussio Construction - A2702 S6UCFM-MITTu et> i r ftJ VVay South Seattle, WA 98118 206-722-5306 Job #26016 One 8' x 12" point repair; One 8' x 10" point repair Johnny Cat - A2715 PCT ox 89 Jacksonville, OR 97530 541-840-9795 Keith Phoenix, OR One 5' long 6" point repair Shoemaker Construction - A2703 34004 S Gerards Road Kennewick, WA 99337 582-4769 City of Othello 128LF of CIPP West Coast Construction - A2707 PO Box 419 Woodinville, WA 98072 425-483-1900 Martin Luther King Blvd in Yakima, WA 653 LF of 8" Yakama Nation Engineering - A2709 211 S. Toppenish Ave Toppenish, WA 98948 509-865-1409 Chane Cle Elum Fish Hatchery 4' x 30" point repair; C -More - A2712 (Salem, OR) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Point Repairs in Salem, OR 3' long 12" 6mm point repair; 3' long 10" 6mm point repair 2008 Archer Construction - A2807 7855 S 206th Street Kent, WA 98032 -s :ox :b Ephrata, WA 98823 206-396-1646 509-754-5118 Wade Archer Chris Structural Spot Repairs Point Repairs Three 8" x 4' point repairs Three 3' x 8" point repairs Chris' Excavation - A2804 City of Mercer Island - A2824 9611 SE 36th Street Mercer Island, WA 98040- 3732 206-236-3612 Terry Smith Sanitary Sewer Main Repair Project Six 3' x 8" point repairs; 270' of 8" CIPP; 289.3' of 8" CIPP; 401.6' of 8" CIPP; 75' of 8" CIPP; one 3' x 12" point repair; 28 internal reinstatement of side services; One protruding lateral City of Moses Lake - A2805 PO Box 1579 Moses Lake, WA 98837 Shawn O'Brien Cut one Lateral Cut one lateral in existing CIPP liner City of West Richland - A2825 3801 W Van Giesen West Richland, WA 99353 509-967-7128 Heath 2008 Sewer Spot Repair Project 10' x 6" point repair; 8' x 6" point repair C -More - A2719 (Stayton) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Point Repairs in Stayton, OR 8", 6mm, 3' long Point Repair, 8" and 6mm, 10' long Point Repair ION 1 1 1' 1 111111 11111 r 11111 I r NM V I I - NEI M Masterlininp Customers: STATEMENT OF QUALIFICATIONS Masterlininp Contractor Information 11/3/2016 6 Name Address Phone Contact Project Name Lineal Footage / Point Repairs C -More - A2821 (ODOT) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud lining for Oregon Dept of Transportation 202' of 12" CIPP; 80' of 12" CIPP; 65' of 12" CIPP; 50' of 12" CIPP _ C -More - A2810 (Eugene) 9350 Rickreall Rd Rickreall, OR 97371 503-623-1319 Rick Stroud Point repairs in Eugene, OR Three 3'6" long by 14" point repairs City of Springfield - A2803 225 Fifth St Springfield, OR 97477 541-726-3761 8" Sewer Line CIPP Rehabilitation 93' of 8" CIPP, 3 laterals Fowler General Constr. - A2811 1820 Terminal Dr Richland, WA 99354 943-2643 Seth McGary Contract #R000009A00 in 300 Area at Hanford, WA 313' of 6" CIPP; 512 LF 8" CIPP; 5 laterals; inspection and cleaning Gary Harper - A2820 14831 223rd St SE Snohomish, WA 98296-3938 360-863-1955 Gary Harper City of Bellevue - Point Repairs Point repairs - 3 8"x 3'; 1 10"x3'; 3 12"x6'; 1 15"x3'; 2 18"x3';3 18"x6'; 2 24"x3'; 3 24"x6', 1 21" x 3'; heavy cleaning Mahaffey Enterprises - A2812 1213 S Clodfelter Rd Kennewick, WA 99338 509-627-4539 Dustin Mahaffey City of Pasco Point Repairs Three 8" x 3' long point repairs NW Dirtworks - A2818 319 118th Drive NE Lake Stevens, WA 98258 425-512-8457 Bill Lewis Kenmore Jr. High, Phase 2 333' 8" 6mm CIPP q; 1 side service PLE LLC - A2815 PO Box 72 Stanwood, WA 98292 360-629-0461 Jeff Point Repairs at Clark's Pond in Snohomish Ten 8" x 3' long point repairs Pacific Concrete Services - A2813 26220 79th Ave So Kent, WA 98032 253-856-2572 Kris Willard Brightwater Treatment Plant in Woodinville One 12" x 3' long point repair Paul Construction - A2822 PO Box 1117 Meredian, ID 83680 208-466-2953 James Paul City of Shoshone Idaho 255' of 6" CIPP; 110' of 10" CIPP Puterbaugh Constr - A2808 PO Box 158 Grandview, WA 98930-0158 509-882-2419 Gary Puterbaugh Point Repairs at Mesa Dairy Point repair on underground flush valve Realm, Inc - A2718 PO Box 850 DuPont, WA 98387 360-456-7627 Dave Follett Madison Ave Sewer Trestle Slope Stabilization Project in Olympia, WA FEMA -07 134' of 10.5mm CIPP Realm, Inc - A2806 PO Box 850 DuPont, WA 98387 360-456-7627 Dave Follett Lilly Road, Percival Street and Upper Grass Lake Sanitary Sewer Rehabilitation/ Olympia, WA 2653' of televideo inspection; 1360' of 15" CIPP; 922' of 8" CIPP; 371' of 12" CIPP I — ' MN N N 1 r 1 1 NM MN 1 111111 11M1 Ems Non Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 7 Name Address Phone Contact Project Name Lineal Footage / Point Re •airs Realm, Inc - A2814 PO Box 850 DuPont, WA 98387 360-456-7627 Dave Follett Union Street in Olympia, WA 309' of 10"; 866' of 8"; 25 laterals Rogue Valley - A2801 PO Box 3130 Central Point, OR 97502 541-779-4186 Terry Sackett Point repairs in Central Point, OR One 8' by 17" point repair Shoreline Constr. (City of Renton) - A2809 PO Box 358 Woodinville, WA 98072-0358 425-483-0600 Jon Rickey 2008 Sanitary Sewer Repairs - City of Renton 143' of 24" CIPP Titan Technologies - A2802 3790 S Suntree Place Boise, ID 83706 208-573-2777 Roger Thompson City of Enterprise, Oregon 3621' of 8", 1310' of 10", 604' of 12", seven 4' long 8" pointrepairs, one 16' long 8" point repair,one 16' long 12" point repair, one 4' long 14" point repair, 6835' of bypass pumping WF Construction & Sales - A2823 PO Box 575 Middleton, ID 83680 208-895-0600 Kevin Wade Middleton, Idaho 140' 12" CIPP; 1 side service, 1 chip -out and removal of manhole channel Wilkins - A2816 701 W Marine Ave Astoria, OR 97103 503-325-3368 Rainier Wastewater System Improvements, Schedule B . 380' of 10" CIPP; heavy cleaning 2009 Bandon Concrete & Development - A2920 55356 Rosa Road Bandon, OR 97411 547-347-4615 Bruce Kapps Oregon Ave Sewer Replacement -Rebid Project - Project No. 101.52 210 LF 8" CIPP; 1 internal lateral; cleaning and video of 256.4 LF Beckley Excavation & Utility, Inc (City of Drain, OR) - A2817 PO Box 999 Winchester, OR 97495 541-672-4050 Marc Karrick Infiltration/Inflow Improvements CIPP - 856' of 6"; 3747' of 8"; 2147' of 10"; 1729' of 12"; 1280' of 15"; 28 laterals; 1 protruding tap; 1 3' x 12" point repair Bonner Brothers Construction_- A2906 16811 NE 122nd Redmond, WA 98062 425-885-0608 Dan Bonner 15506 SE 4th Place Trenchless Storm Drain Pipe Rehabilitation - Olympia 80' of 18"cm CIPP; grout 25 voids M M M M 1 = M M I I N I - 1110111 NM IIIIII Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 8 Name Address Phone Contact Prosect Name Lineal Footage / Point Re .airs Charleston Sanitary District - A2923 63365 Boat Basin Road PO Box 5522 Charleston, OR 97420 541-888-3911 John Chirrick Two 21' x 3' structural point repairs; one 8" x 3' structural point repair City of Bellevue - A2902 PO Box 90012 Bellevue, WA 98009-9012 425-452-6999 Steve Costa Emergency Piling Removal 8" x 5' point repair; saw cut piling and remove; 6 hours of cleaning lines City of Bellevue - A2914 PFJ Box 900T2 Bellevue, WA 98009-9012 425-452-6999 Steve Costa Open Ditch Stub 50' of 8" CIPP City of Bellevue - A2915 PO Box 90012 Bellevue, WA 98009-9012 425-452-6999 Steve Costa Storm Drain Internal Repair 55' of 7.5mm 12" CIPP City of Mercer Island - A2919 9611 SE 36th Street Mercer Island, WA 98040- 3732 206-275-7812 Terry Smith 2009 Cured -In -Place and Spot Repairs One 10' 8" spot repair; one 8' 8" spot repair; one 10' 8" spot repair; one 65' 8" spot repair; one 9' 8": spot repair;one 6' 8" spot repair; one 8' 8" spot repair; one 10' 8" spot repair; one 6' and one 5' 8" spot repairs; 98' 8" liner; 165 LF 8" liner; 330' of 8" liner; 6' 8" spot repair; 8' 8" spot repair; 10' 8" spot repair; 399 LF 6" liner; 7' 8" spot repair; 6' 10" spot repair; 6' 10" spot repair; 8' 8" spot repair' 8' 8" spot repair City of Mount Vernon - A2911 PO Box 809 Mount Vernon, WA 98273 360-336-6204 Al Steele 2009 Sanitary Sewer Restoration Project, Project No. 09-2 CIPP - 400' of 6"; 2100' of 8"; 1150' of 12"; 31 service connections; 171.7' of 8";128.5' of 8"; 10 internal line reinstatements; one t -liner; four 3' CIPP; three 8"x3' spot repairs; one lateral reinstatement City of West Richland - A2825 3801 W Van Giesen West Richland, WA 99353 509-967-7128 Heath 2008 Sewer Spot Repair Project One 10' x 6" point repair; one 6' x 8" point repair; 1 internal service reinstatement C -More Pipe - A2901 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick Vernita, OR Cut 2 laterials in point repairs done by C -More Pipe C -More Pipe - A2903 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick Stayton, OR Cut 6 laterials in point repairs done by C -More Pipe • 1111111 - r - MI - - it it N - i♦ i♦ - N r - Masterlinin4 Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 9 Name Address Phone Contact Project Name Lineal Footage / Point Re 'airs C -More Pipe - A2904 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick McMinnville, OR 367' of 8" CIPP; 4 laterals C -More Pipe - A2905 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick Yoncalla, OR 271' of 8" CIPP; 4 laterals; 1 lateral in point repair done by C. More C -More Pipe - A2912 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick Pendleton, OR 30" by 3' point repair; by-pass pumping C -More Pipe - A2913 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick Albany, OR one 21" by 3' point repair C -More Pipe - A2916 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick McMinnville, OR Reinstate 3 laterals C -More Pipe - A2917 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick Woodburn, OR Reinstate three 4" laterals H&J Construction - A2921 PO Box 2432 Eugene, OR 97402 541-689-5863 City of Springfield Sanitary Sewer Rehabilitation Basins 80- 18 and 20 308 LF 8" CIPP; 2160. LF 8" CIPP; 50 internal lateral reinstatements; 1335 8" CIPP; 16 side service reinstatements Keith Olson - A2910 993 Prospect Ave Walla Walla, WA 99362 509-522-0339 Keith Two 3' x 8" point repairs LT Fore - A2908 6324 121st St SE Puyallup, WA 98373 253-445-8259 Shane Wire removal and structural spot repair One 16" x 5' structural spot repair Realm - A2918 PO Box 580 Dupont, WA 98327 360-456-7627 Dave Follett State of WA GA Pleasant Lane/Obrian Bldg Sewer Repair Project - Olympia, WA 90' of CIPP; 3-1/2' point repair, lateral reinstatment Realm - A2924 PO Box 580 Dupont, WA 98327 360-456-7627 Dave Follett Repair Sewer Lines at Building 04290 at Fort Lewis, WA 792' of 8" M M I IMIN N I M 1 M MI MN N 1 M M IIIIII Masterlinina Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 10 Name Address Phone Contact Project Name Lineal Footage / Point Re • airs Shoemaker Construction - A2909 33004 s Gerards Road Kennewick, WA 999337 509-582-4769 Port of Pasco T-131 Sewer Line Point Repair One 6' by 8" point repair Welch, Leroy - A2907 489 ESunst-dr Burbank, Wa 99323 509-545-6164 Leroy 265' of CIPP 2010 Big D's - A3017 4330 Birch Rd Pasco, WA 99301 509-542-8322 Dwayne Hermiston Irrigation District 150' of 30", 13.5mm; One side service, cut out and grout City of Kennewick, WA - A3003 PO Box 6108 Kennewick, WA 99336 585-4283 Kathy Turping Kennewick Keewaydin Park Restroom Sewer Line Repair Contract No. P1002 162' of 4" CIPP liner; two structural point repairs City of Hillsboro, OR - A3015 Pu fl W ks Uept 150 E Main St Hillsboro, OR 97123-4028 503-681-5227 Stephen Lampet City of Hillsboro, OR Cutter Van City of Mount Vernon - A3010 PO Box 809 Mount Vernon, WA 98273 360-336-6204 Al Steele 2010 Sanitary Sewer Lining - Proj #10-3 155.7' 6" CIPP; 1716.2' of 8" CIPP; 92.8' of 10" CIPP; 422' of 12" CIPP; 60 laterals; 3 - 18" point repairs City of Richland - A3018 505 Swift Blvd Richland, WA 99352 509-943-7390 Jay Marlow Point Repair on Satus St 8" x 4 LF structural point repair; reinstate sewer side services City of Richland - A3019 505 Swift Blvd Richland, WA 99352 509-943-7390 Jay Marlow Reinstate side sewer services on Wright St Reinstate side sewer services City of West Richland - A3024 3801 W Van Giesen West Richland, WA 99353 509-967-7128 Heath 2010 Sewer Relining Project Remove 6 protruding taps; 210 LF of 10" CIPP;-2 spot repairs Clean Water Services - A3025 2550 SW Hilsboro Highway Hillsboro, OR 97123 503-681-3630 Randy Plummer PO #8373 One 4' x 15", 4mm point repair Colacurcio Brothers Construction - A3011 3287 H Street Blaine, WA 98230 360-322-4044 Hugh Davis Blaine, WA CIPP Lining 210' of 8" CIPP; 3 CIPP sewer cuts; 1 Protruding lateral; By - pass pumping C -More Pipe - A3002 PO Box 69 Rickreall, OR 97371 503-623-1319 Rick 7 point repairs in Stayton, OR; Video w/push cam in Eugene at University INN NU NM MN 111111 11111 MIN 111111 11111 11111 111111 11111 MIN 11111 111111 Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 11 Name Address Phone Contact Project Name Lineal Footage / Point Re•airs C -More Pipe - A3008 (Albany) PO Box 69 Rickreall, OR 97371 503-623-1319 Mike 2010 Inflow Reduction - Albany, OR 35' point repair C -More Pipe - A3013 (Veneta, 0 PO Bo)—(69 Rickreall, OR 97371 PTSBbx 69 Rickreall, OR 97371 503-623-1319 503-623-1319 Mike Mike City of Veneta, OR City of Albany, OR 4 laterals One 4" point repair C -More Pipe - A3014 (Albany) VO Box 69- C -More Pipe - A3016 (Stayton, • Rickreall, OR 97371 503-623-1319 Mike City of Stayton, OR One lateral 18687 West Stackpole Road Drainage District #17 - A3023 Mount Vernon, WA 98273 360-424-4325 Brian Waltner 295.7 LF 10.5mm CIPP Liner with pressure seals 635 SE 3rd Ave Haag & Shaw - A3007 Camas, WA 98607 360-772-4479 John Ratliffe 3 point repairs Ken Leingang Excavation - 1117 N 27th Ave A3001 Yakima, WA 98902 509-575-5507 Gary City of Yakima 2009 Sanitary Sewer Repair #2293 1098' of 8" CIPP; 11 Lateral Service Reconnections; 374' of 10" CIPP —u5 Department of tfieTtenor 1008 Crest Drive National Park Service - A3005 Coulee Dam, WA 98116 509-633-9441 Wayne Owens Lake Roosevelt NRA One 4' x 6" point repair 28655 SW Boones Ferry Rd Pro Pipe - A3009 Wilsonville, OR 97070 503-682-9774 John Graham 18" Stormdrain Lining - Letica in St Helens, OR 513 LF of 9mm CIPP 4224 Waller Rd Tucci & Sons - A3020 Tacoma, WA 98443 253-922-6676 Mike Hall 12" Storm Drains in Burien 670 LF of 12" CIPP liner 2011 Advanced Excavation Specialists, LLC - City of La PO Box 53 Center - A3110 Kalama, WA 98625 360-673-2700 John LaFavre City of LaCenter 2011 Sewer Repair Project 1315' of CIPP; 11 lateral reinstatements B&B Utilities & Excavating, LLC - PO Box 293 A3107 Bothell, WA 98041-0293 425-398-5906 Jeff Brown 24" Culvert CIPP Lining - Bellevue 151' of 24" CIPP 7.5mm CIPP Becker, Michael General PO Box 1159 La Contractor - A3027 Grande, OR 97850 541-963-7096 Kevin Nyssa Wastewater System Improvements Sched B 1580' of 8" CIPP; Reinstate 33 service connections; remove 2 protruding taps; Televideoing PO Box 69 C -More Pipe Lining - A3101 Rickreall, OR 97371 503-623-1319 Michael CIPP Lining for City of Stayton, OR 100' of 21" CIPP with . breakback; 200' of 24" CIPP with breakback; 114' of 10" CIPP; 191' of 10" ; 160' of 12" CIPP EN N MN N N 1 111111 MN I M E MI MN N N MI Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 12 Name Address Phone Contact Project Name Lineal Footage / Point Re .airs City of Albany - A3106 333 Broadalbin Street SW Albany, OR 97321 541-917-7646 Chris Cerklowski Project SS -11-04 2011 Inflow Reduction Project 3672' of 8" CIPP; 33 restore sewer line connections; 7 service connection seals; 16 connect to existing manholes; 320' of CIPP; Reconnect 11 service laterals; Two 4' point repairs City of Mount Vernon - A3100 PO Box 809 Mount Vernon, WA 98273 360-336-6204 Al Steele Emergency Point Repair One 3' x 15" point repair City of Stanfield - A3115 155 W Coe Avenue Stanfield, OR 97875 541-449-3831 Scott Point Repairs One 8" x 3 LF structural point repair; One hour of heavy root cleaning City of Wood Village - A3102 2055 NE 238th Drive Wood Village, OR 97060 503-489-6862 Scott Sloan Tree Hill and Cottonwood Condominiums 701' of 8" CIPP; 20 internal reinstatements Emery & Sons Construction - A3104 PO Box 4109 Salem, OR 97302 503-588-7576 Vince Makinson Hall Blvd Utility Improvements - City of Beaverton 2834' of 8" CIPP; 155' of 10" CIPP Georgia-Pacific - A3021 Go GP Financial Mgt PO Box 981952 El Paso, TX 79998-1952 360-834-8436 Rick Williams Camas Mill 210 LF 24" x 9mm CIPP; 2 internal reinstatements of side services; by-pass pumping H & J Construction - Springfield - A3116 PO Box 2432 Eugene, OR 97402 541-689-5863 Michael Project #P21048 Sanitary Sewer Rehabilitation 2011- Basin 22A 2334' of 8" CIPP; 528' of 12" CIPP; Rehab 9 laterals with approved chemical grout Hos Brothers Construction - Bellevue - A3114 PO Box 1788 Woodinville, WA 98072-1788 425-481-5569 Barbara Rodgers Work Order W12302 - Ardmore Substation - Bell -Red Rd in Bellevue, WA One 8" by 6 LF structural point repair Landis & Landis - A3123 PO Boz 5u Maryhurst, OR 97036 503-466-9043 Mike Landis Aloha, OR 2018' of 8" x 4.5mm CIPP Realm - Orting - A3119 PO Box 580 Dupont, WA 98327 360-456-7627 Dave Follett Whitesell Street NE Deeded Lane SW Sanitary Sewer Project 660' of 8" CIPP liner; 335' of 10" CIPP liner M - 1 - i - - r M - I M M MIN - MN III= um IIIb Masterlininq Customers: STATEMENT OF QUALIFICATIONS Masterlininq Contractor Information 11/3/2016 13 Name Address Phone Contact Project Name Lineal Footage / Point Re • airs Realm - Pierce County - A3026 PO Box 580 Dupont, WA 98327 360-456-7627 Dave Follett Olympic Sunset Vista Conveyance System Rehabilitation, Limited Public Works RFQ No. 468 12" x 10 LF structural point repair Realm - Woodinville - A3118 PO Box 580 Dupont, WA 98327 360-456-7627 Dave Follett Woodinville Redmond Rd/160th Street Sanitary Sewer Upgrade 200' of 12" 6mm CIPP liner Shoreline Construction - A3105 PO Box 358 Woodinville, WA 98072-0358 425-483-0600 Doug Suzuki Sanitary Sewer Repairs Phase II - Bellevue, WA One 10' x 8' point repair Shoreline Construction - Cedar River - A3117 PO Box 358 Woodinville, WA 98072-0358 425-483-0600 Doug Suzuki 157th PL SE Sewer Sag Rehabilitation 185' of 8" CIPP; Reinstate 3 laterals SRV Construction - Monroe, WA - A3112 PO Box 481 Oak Harbor, WA 98277 360-675-7100 John Snyder Hill Street Reconstruction #M2002- 0195 723' of 8" CIPP; 7 side sewer reconnections Watts Construction - A3111 4828 Southridge Blvd Kennewick, WA 99338 509-735-7969 Loren LID 143 Warranty Work Three 2'x8" point repairs Westwater Construction - A3108 51-833Ken B acK uiamond Rd Auburn, WA 98092 253-631-2420 Don Neel 12" Storm Drain Rehabilitation 135' of 12" 6mm CIPP liner 2012 B&B Utilities and Excavation - A3202 PO Box 293 Bothell, WA 98041-0293 425-398-5906 Jeff Brown 6" Watermain Rehabilitation in Kenmore, WA 350' of 6" x 4.5mm CIPP liner C -More Pipe Services - Veneta, OR - A3210 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike McCoy Veneta, OR 1624' of 8"x4.5mm CIPP; 27 Internal reinstatements C -More Pipe Services - Maple Grove - A3214 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike McCoy The Dalles, OR 75' of 8"x4.55mm CIPP C -More Pipe Services -Port Orchard - A3224 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike McCoy 2012 Clean, TV, Roots, Sanitary Sewer 635' of 12" Lining CG Contractors - A3226 2482 Daisy Lane NW Salem, OR , 503-559-1859 Charles Gleason Newport, OR Cut-out and replace 2 point repairs 111111 :ate EN 11111 MIN an MN NE r NM — 11111 NMI EN NM MINI 11111 11•11 1MM Masterlininp Customers: STATEMENT OF QUALIFICATIONS Masterlininp Contractor Information 11/3/2016 14 Name Address Phone Contact Project Name Lineal Footage / Point Re.airs City of Albany - A3204 333 Broadalbin Street SW Albany, OR 97321 541-917-7646 Chris Cerklowski 2012 Inflow Reduction Program SS -12-01 PO 0085282 1091' of 8" CIPP; 879' of 12" CIPP; 138' of 15" CIPP; 27 lateral reconnections; 5 protruding tap laterals City of Albany - A3211 333 Broadalbin Street SW Albany, OR 97321 541-917-7646 Chris Cerklowski Two 12"x3' structural point repairs City of Ellensburg - A3218 501 N Anderson St Ellensburg, WA 98926 Wastewater Utility 1055 S Grady Way Renton, WA 98057 14T2Uth SEBIdg 2 Salem, OR 97302-1200 509-925-8614 425-430-7206 Coreen Reno Michael Benoit Bid Call 2012-22 Cured- In -Place Sewer Line Rehabilitation Project no. 131.10 711' of 6" CIPP; 1049' of 8" CIPP; 190' of 8" CIPP (irrigation line); 36 laterals One 8" x 2 LF Structural Point Repair Cut one lateral in existing line City of Renton - A3205 City of Salem - A3203 City of Sheridan - A3215 120 SW Mill Street Sheridan, OR 97378 503-843-2347 Darryl 2012 Sanitary Sewer Rehabilitation Project Traffic control; clean&video 957' of 8" line; 957' of 8" CIPP liner • City of Waitsburg - A3221 PO Box 35 Waitsburg, OR 99361 509-337-6371 Randy Hincliffe 2012 Sanitary Sewer Relining Project 1294' of 6"; 1524.1' of 8"; 132.3' of 12"; 321.2' of 10"; 9 lateral reinstatements; one 8" x 4 LF point repair City of West Richland - A3219 3801 W Van Giesen West Richland, WA 99353 967-7128 Drew Woodruff Emergency Point Repair Emergency spot repair Columbia Irrigation District - A3201 10 East Kennewick Ave Kennewick, WA 99336 509-586-6118 Russ Under Railroad Syphon Rehabilitation 60 LF of 36" x 12mm CIPP pull and inflate liner 2b3' ot 6"; 346 t' ot 8"; 585' of— 10"; 714' of 12"; 151' of 15"; 372' of 18" CIPP; 9 Internal reinstatements; Remove 1 protruding tap Crader Enterprises - Roseburg,- A3208 1051 Melrose Road Roseburg, OR 97470 541-673-3268 Stephen Guido Roseburg Urban Sanitary Authority CIPP Sewer Rehabilitation Project - 2012 Franz Lowenhertz - A3223 6239 26th Ave NE Seattle, WA 98115 206-261-7210 Franz Lowenhertz 130 LF of 8" CIPP; bypass pumping; 3 internal reinstatements with pre -liner General Industries - Town of Albion - A3212 PO Box 13454 Spokane, WA 99213 509-928-4268 Douglas Bacheller Wastewater Collection System Improvements - Town of Albion, WA • 5 internal spot repairs; repair a sewer lateral 11111 11M1 111111 M NS 1 M MI MN M — MI N i —. 10111 111111 Masterlininq Customers: STATEMENT OF QUALIFICATIONS Masterlininq Contractor Information 11/3/2016 15 Name Address Phone Contact Project Name Lineal Footage / Point Re 'airs John D Rapraeger Inc - City of Brookings, OR - A3206 99262 Winchuck River Rd Brookings, OR 97415 541-469-6640 John Pacific Avenue and Mendy Street Sewer Line Rehabilitation 1400' of 8" CIPP Realm - Echo Glen - A3113 PO Box 580 Dupont, WA 98327 360-456-7627 Dave Follett Echo Glen Children's Center Sewer Main Updates 503' of 8" 4.5mm CIPP; 3 internal reinstatements Rodarte Construction - City of Auburn - A3213 17 E Valley Highway East Auburn, WA 98092 253-939-0532 Bill Rodarte Bi -Annual Sanitary Sewer Repair and Replacement 10-02 - City of Auburn, WA Clean and video 290' of 10"sewer line; 290' of 10" 6mm CIPP liner; 1 internal side service reinstatement Shoreline Construction Co - City of Renton - A3216 PO Box 358 Woodinville, WA 98072-0358 425-483-0600 Doug Suzuki City of Renton Earlington Sewer Replacement Phase II Clean and video 1673'; 780.5' of 8" CIPP; 892.5 ' of 6" CIPP; reinstated 30 laterals 2013 Archer Construction - Bellevue - A3305 7855 s 206th Kent, WA 98032 206-396-1646 Doug Early Bellevue Mariott Six (6) 8' x 3' point repairs Borton & Sons - Yakima -A3225 2550 Borton Road Yakima, WA 98903 509-930-3406 Duane Rogers A.C. Davis High School Modernization & Additions in Yakima, WA 1006.8 LF of 8"x4.5mm CIPP liner; 4 lateral reinstatements; Dye testing C -More Pipe Services - Port Orchard - A3323 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike McCoy Port Orchard 2013 928 LF of 8", 4.5mm CIPP; 9 lateral reinstatements C -More Pipe Services - Gladstone - A3328 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike McCoy Gladstone, OR 455 LF of 8" x 4.5mm' CIPP; 11 service lateral reinstatements Canby Excavation - City of McMinnville - A3314 PO Box 848 Canby, OR 97013 503-266-2792 Mike Keller Millers Addition Sanitary Sewer Rehabilitation; PO 67960 939 LF of 8" CIPP; 5 internal reinstatement laterals; 1 protruding tap; video 939 LF Chester Chu - A3318 8510 Naketa Beach Rd Mukilteo, WA 98275 805-338- 7317 Chester Chu Chu and neighbors 40 LF of 15", 7.5mm CIPP City of Albany - A3329 333 Broadalbin Street SW Albany, OR 97321 541-917-7646 Finance Dept PO #0100449 Point repair for pipe 6028 City of Ellensburg - A3311 501 North Anderson Street Ellenburg, WA 98926 509-925-8614 Rick Bollinger Cured -In -Place Sewer Line Rehabilitation 1166.5 LF of 6" CIPP 4.5mm CIPP City of McMinnville - A3322 3500 NE Clearwater Dr McMinnville, OR 97128 503-434-7313 PO #2014-1226 370 ELF of 12", 6mm CIPP liner; 3 lateral instatements M MN - 11111 - NMI MIN - MIN r MN MN MINI NM 11111 EN NMI MI NM Masterlinina Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 16 Name Address Phone Contact Project Name Lineal Footage / Point Re s airs City of Mercer Island - A3217 9611 SE 36th St Mercer Ilsland, WA 98040 206-275-7812 Terry Smith 2012 Cured -In -Place Lining and Spot Repair 3219.9 LF of 8" CIPP; 313 LF of 6" CIPP; Twelve 6 LF x 8" point repairs; one 12 LF x 8" point repairs; 7 laterals City of Walla Walla - A3302 55 Moore St Walla Walla, WA 99362 509-524-4510 Frank Nicholson April 2013 Sewer Grouting and CIPP Lining Grout and CIPP Line 10" Sewer on Bryant; CIPP 8" line on Frazer; bypass pumping; remove infiltration on 9 sewer manholes; 52 LF CIPP City of Walla Walla - A3313 55 Moore St Walla Walla, WA 99362 509-524-4510 Frank Nicholson Lincoln Creek at 2nd Ave; Proj #SW13002 Remove concrete curb, gutter and sidewalk; Remove HMA; replace concrete curb, gutter, sidewalk, HMA and commercial HMA: install 510 LF of 15" CIPP; 15 LF of 15" CIPP; 45 LF 15" CIPP; 65 LF of 15" CIPP; 100 LF of 15" CIPP City of West Richland - A3222 3801 W Van Giesen West Richland, WA 99353 509-967-7128 Ilka Gilliam 2012 Sewer Line Repair 4218.6 LF of 10" CIPP: 1719.7 LF of 12" CIPP; 351 LF of 8" CIPP; 3 structural point repairs; 1 sewer repair City of Yakima - A3304 129 N Second St Yakima, WA 98901 509-575-6095 Susan Knotts Bid Award 11312-S Cured In Place Pipe Repair - PO #1303534 Reinstatement of 5 sewer laterals; three (3) point repairs Cornerstone Construction of Seattle - Northshore Utility District - A3319 PO Box 2028 Issaquah, WA 98027 425-391-5655 Dustin Northshore Utility District 1762.5 LF of 6"x 4.5mm CIPP; 17 laterals Georgia Pacific - Camas - A3307 C!O GP Financial Management PO Box 981952 El Pasco, TX 79998-1952 360-834-8469 503-739-0434 Steve Rinquest Jeff Sorensen Contract 01088452; Wauna Receiving Dept 144 LF of 24" x 10.5mm CIPP; 100 LF of 30" x 12mm CIPP; 18 service lateral reinstatements; heavy cleaning CIPP liner for bleach sewer leak Georgia Pacific - Wauna - A3309 ciu G'P-F-inancia Management PO Box 981952 El Pasco, TX 79998-1952 11111 11111 INN UN 111111 MIN 111111 HIE NM 11111 NE 11111 111111 111M1 MIN Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinino Contractor Information 11/3/2016 17 Name Address Phone Contact Project Name Lineal Footage / Point Re airs Johns Excavating & Paving - A3325 167 S Gose st Walla Walla, WA 99362 509-529-5790 John CIPP Lining 80 LF of 6" x 4.5mm CIPP; bypass 80 LF around work area (street) Landis & Landis - Aloha, OR - A3317 PO Box 50 Maryhurst, OR 97036 503-466-9043 Lance Landis Madeline 1/1 Abatement Phase 2 Project No. 6607 - Aloha, OR 3208.6 LF of 8", 4.5mm CIPP; 84 LF of 6", 4.5mm; two 4" lateral liners; 16 laterals cut and brushed MVG LLC - City of Bellevue - A3315 22630 268th st Maple Valley, WA 98038 206-255-3200 Earl Storm Trenchless Repair - 2013 126.6 LF of 18" CIPP Nutter Corporation - Hazel Rd Intersection - A3321 7211-A NE 43rd Ave Vancouver, WA 98661 360-573-2000 Ann Parry Hazel Dell Rd Intersection; Proj #13- 0120 138 LF of 18", 10.5mm CIPP; cut grouts in pipe; video Rocky Mountain Construction, LLC - A3310 PO Box 7489 Klamath Falls, OR 541-882-8377 Ron Criss 1-5: Rock Point Seven Oaks #14567 228 LF of 8" CIPP; Video inspection Shoreline Construction Co - City of Tukwila - A3301 PO Box 358 Woodinville, WA 98072-0358 425-483-0600 Doug Suzuki S 180th Street Sliplining Project 260 LF of 12", 10.5mm CIPP; 1 internal reinstatement Shoreline Construction - PO Box 358 Lynnwood - A3308 Woodinville, WA 98072-0358 206-571-3571 Brian Delp Scriber Lake Road Sewer Rehabilitation 412 LF 8" 4.5mm CIPP lining; 3 side service connections 3802 IncklitifaTWWSuite A Teton West - A3316 Pasco, WA 99301 509-543-9510 Jamie Balcom & Moe 3 LF x 4" point repair . PO Box 38 Town of Albion - A3326 Albion, WA 99102 509-332-5095 public works 4 point repairs 4 - 8" x 3LF point repairs 1 BUU5 Highway TU1 Twin Rocks Sanitary District - PO Box 69 A3306 Rockaway Beach, OR 97136 503-355-2732 Joe Nemeyer Twin Rocks Sanitary Sewer District 150 LF of 8", 4.5mm CIPP liner 1644 Plaza Way Suite 727 WRO Enterprises - A3320 Walla Walla, WA 99362 509-520-5010 Trenchless Work 112 LF 12", 5mm CIPP; three 3' x 12" point repairs; two Inserta-Tees, 6' to 12" CIPP; poured new inlet structure with cut-off walls and new stainless steel grate 2014 1901 N Fir St Anderson -Perry - A3404 La Grande, OR 97850-0938 541-963-8309 Video Video and locate existing sewer lines in Walla Walla, WA =ox • Apollo Inc - A3425 Kennewick, WA 99336 509-586-1104 Lindsey CIPP Pipe Lining 530 LF of 20" x 18mm C -More Pipe Services LLC - PO Box 69 Port Orchard - A3429 Rickreall, OR 97371 503-623-1319 Mike 2014 Sewer Cleaning, Lining, TV, Root Cutting/Foaming 991 LF of 8" x 4.5mm CIPP; 353 LF of 12" x 6mm CIPP; 26 laterals; 2 cut-out in point repairs; 1 protruding tap NM — 1 — — r — i N — i — MINI — MN s• Imo i min MasterlininQ Customers: STATEMENT OF QUALIFICATIONS MasterlininQ Contractor Information 11/3/2016 18 Name Address Phone Contact Project Name Lineal Footage / Point Re • airs CC Edwards Construction Co in Kenmore, WA - A3409 PO Box 1387 Sumner, WA 98390 253-627-1324 Shane Kitchen East Lake Village 175' of 8" x 4.5mm CIPP; 8 laterals City of Albany - A3452 333 Broadbalbin St Albany, OR 97321 541-917-7646 Lindsey Austin Cut protruding laterals per Lindsey's instructions Cut out protruding laterals City of Electric City - A3423 PO Box 130 Electric City, WA 99123 509-633-1510 Russell Powers Sewer Main Lining 330 LF of 8"; 240 LF of 10";3 protruding taps; 6 reinstallation side services; heavy root cleaning City of Ellensburg - A3410 501 North Anderson St Ellensburg, WA 98926 509-925-8614 Rick Bollinger Bid Call 2014-03 CIPP Job 830 LF of 6" CIPP; 830 LF of 8" CIPP; reconnect 34 laterals City of Mount Vernon - A3312 PO Box 809 Mount Vernon, WA 98273 360-419-3239 Al Steele 2013 Sanitary Sewer Lining; Project No. 13-3 653.1 LF of 6" CIPP; 6399.1 LF of 8" CIPP; one 6 LF x 8" point repair; 109 laterals City of Pasco - A3402 525 N 3rd Pasco, WA 99301 509-545-3444 David Tanner Reuse Facility Steel Pipe Rehabilitation 30 LF of 6"x4.5mm CIPP; 30 LF of 15.37"x7.5mm CIPP; 30 LF of 23-1/2 LFx7.5mm CIPP; 40 LF of 29.5"x9mm CIPP City of Redmond - A3400 PO Box 97010 Redmond, WA 98073 425-556-2900 Lynn Arakaki NE 95th Sewer Repair PO 1202509 235' of 16" x 9mm CIPP and one point repair City of Sumner - A3327 1104 Maple Street Suite 260 Sumner, WA 98390-1423 253-299-5703 Ted Hill, PE RM004 Sewer Line Repair from Park Street to Thompson Street 272' of 12", 6mm CIPP plus 11 Side Services City of Sunnyside - A3447 818 E Edison Ave Sunnyside, WA 98944 509-836-6350 Jim Yakima Ave Pipe Lining Project 1018 LF of 10"x4.5mm CIPP; 262 LF of 8"x4.5mm CIPP; 22 lateral reinstatements; 1.25 hrs of cutting grout City of Walla Walla - A3330 55 Moore St Walla Walla, WA 99362 509-524-4510 Joel Petty 2013 Sewer System CIPP Alley Lining Project ww13006 770 LF of 8" CIPP; 780 LF of 12" CIPP; 10 laterals City of Walla Walla - A3401 55 Moore St Walla Walla, WA 99362 509-524-4510 Joel Petty Whitman St Drainage Investigation PO #en - 1497 clean and video City of Walla Walla - A3406 55 Moore St Walla Walla, WA 99362 509-524-4510 Joel Petty Bryant Creek at 3rd Ave; SW13004; en - 1502 27 LF of 20" CIPP Lining — MN — M I MN 1 — NMI — — — i i NNE ism um Ems Masterlinina Customers: STATEMENT OF QUALIFICATIONS Masterlinina Contractor Information 11/3/2016 19 Name Address Phone Contact Project Name Lineal Footaqe / Point Repairs City of Walla Walla - A3426 55 Moore St Walla Walla, WA 99362 509-524-4510 Joel Petty 2014 Sewer System CIPP Lining Project - ww14003 948' of 6"x4.5mm; 272' of 8"x4.5mm; cut out blockages; seal other leaks;clean and video City of Walla Walla - A3427 55 Moore St Walla Walla, WA 99362 509-524-4510 Joel Petty Taumarson Road Manhole Repair; Project taumar-ww . Sewer manhole - remove and repair City of Walla Walla - A3431 55 Moore St Walla Walla, WA 99362 509-524-4510 Joel Petty Whitman Schedule B sw13006 105' of 10" CIPP Lining; 47 LF of 6" CIPP lining; bypass pumping; site restoration City of Walla Walla - A3445 55 Moore St Walla Walla, WA 99362 509-524-4510 Joel Petty 2014 WWTP Mill Creek Outfall CIPP Lining ww14005 100' of 30" x 10.5mm CIPP' clean and video line Clean Water Services - A3415 2025 SW Merlo Ct Beaverton, OR 97006 503-547-8104 Gabe Sohler 86th & Copeland in Beaverton, OR 281 LF of 8" x 4.5mm CIPP; 1 protruding tap; 2 lateral reconnections Clean Water Services - A3420 2025 SW Merlo Ct Beaverton, OR 97006 503-547-8104 Gabe Sohler 86th & Fairway in Beaverton, OR 324 LF of 8" x 4.5mm CIPP Frontier Management LLC - A3421 7420 Bridgeport Rd Suite 105 Portland, OR 97224 503-540-0822 Redwood Heights Assisted Living Proj OR221401 Video and pre -check for lining Jeff Barrows - Benton City - A3408 2508 N 543 PR NE Benton City, WA 99320 509-492-1577 Jeff Barrows private 35 LF of 8" CIPP Landis & Landis - Aloha, OR - A3414 PO Box 50 Maryhurst, OR 97036 503-466-9043 Lance Landis Continuation of Madelaine I/1 Phase 2 288.7 LF of 8" x 4.5mm CIPP: 2 laterals MDM Construction - City of Tekoa - A3434 PO Box 2008 Hayden, ID 83835 208-762-7236 Neil O'Keefe I&I Reduction Project - Phase 2 823 LF 8"x4.5mm CIPP; 2 laterals Mount Vernon School District - A3334 124 E Lawrence St Mount Vernon, WA 98273 360-428-6110 Accounts Payable PO #1091300052 One 3 LF x 4" point repair Northwest Pipe Servoces LLC - A3436 Po Box 40595 Eugene, OR 97404 541-357-4448 Dawn Sherwood Corvallis, OR 236.6 LF of 12" x 6mm CIPP liner; 28 LF of 8" x 4.5mm; 3 laterals ODOT Area/District 4 - A3437 12735 NW Pacific Coast Hwy Seal Rock, OR 97333 541-563-6400 Mike Hwy 101 MP 163.5 Cross Culvert Lining 96 LF CIPP ODOT TMM Central Point Maintenance - A3403 4141 Hamrick Rd Central Point, OR 97502 541-890-8703 Gary Central Point, OR 256 LF 12" x 7.5mm CIPP ODOT TMM Central Point Maintenance - A3433 4141 Hamrick Rd Central Point, OR 97502 541-890-8703 Gary 256' of 18" Storm Drain relined 256 LF of 18" x 7.5mm; cut out catch basin I NM I M NE ININI M 11111 111111 NM N MI MN EM M ME 111111 1 INN Masterlininq Customers: STATEMENT OF QUALIFICATIONS Masterlininq Contractor Information 11/3/2016 20 Name Address Phone Contact Project Name Lineal Footage / Point Re .airs POW - Noel Canning -City of Yakima - A3405 PO Box 4772 Pasco, WA 99301 509-542-8509 Aaron Jones Noel Canning Industrial Wasteline Extension and Sewer• Rehabilitation 1441.9' of 8" CIPP; 21 laterals Roto Rooter - A3435 PO BOX 42237 Eigeme. OR 97404 541-689-1711 Don Sherwood University of Oregon 100 LF of 8" x 4.55mm; internally reinstate 1 side service Yakima County Public Services - A3407 128 N 2nd Street 4th Floor Courthouse Yakima, WA 98901 509-574-2300 Joe Stump, PE Burr St in Zillah Clean and video sewer line; sewer repair; plug sewer line, manhole repairs 2015 Belsaas & Smith Construction Inc - A3444 Po Box 926 Ellensburg, WA 98926 509-525-9747 Kittitas Safety Highway Improvement Project 181.3 LF CIPP for culvert pipe 12" diameter; 402.4 LF CIPP for culvert pipe 18" diameter; 173.5 LF of 24" CIPP for culvert pipe C -More Pipe Services - A3521 ROYBox 69 Rickreall, OR 97371 503-623-1319 Mike Independence, OR 20 LF of CIPP lateral lining C -More Pipe Services - A3525 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike PW2015-01 6 Annual Sanitary Sewer Maintenance; 065-15; Port Orchard 226 LF 8"x4.5mm CIPP; 300 LF 10"x4.5mm CIPP; 351LF 8"x4.5mm CIPP; 39.3 LF of 8"x4.5mm CIPP; 300 LF of 8"x4.5mm CIPP; 30 laterals C -More Pipe Services - A3529 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike Brookings 2275.6 LF 8"x4.5mm CIPP; reinstate 30 4" laterals; reinstate 6 6" laterals C -More Pipe Services - A3528 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike Castle Rock 490 LF of 6"x4.5mm CIPP; 6 internal reinstatements Canby Excavation - A3532 PO Box 848 Canby, OR 97013 503-266-2792 Mike Fairview 174 LF of 8"x6mm CIPP; 1 lateral reinstatement; cut one protruding tap City of Albany - A3517 333 Broadalbin St SW Albany, OR 97321 541-917-7653 Lori Schumache r PO #0116390; SS15-07 Cut 9 protruding tap repairs City of Anacortes - A3530 PO Box 547 Anacortes, WA 98221 360-299-1971 2015 "U" Sanitary Sewer Line Rehabilitation; Contract 15 -042 -SEW -003 3134.2 LF 8" CIPP; 298.7 LF 10" CIPP; 45 laterals EMI 11111 MI 11111 1111M 111111 INN MN INN NM NS 111111 EMI INN INN Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinino Contractor Information 11/3/2016 21 Name Address Phone Contact Project Name Lineal Footage / Point Repairs City of Redmond - A3453 PO Box 97010 Redmond, WA 98073 425-556-2900 Lynn Arakaki Emergency Sewer Repair - Project 20021322 • 600 LF of 8" CIPP; 5 lateral reinstatements City of Walla Walla - A3445 55 Moore St Walla Walla, WA 99362 509-524-4668 Joel Petty 2014 WWTP - Mill Creek Outfall CIPP Lining Project - ww14005 100 LF of 30" x 10.5mm CIPP liner City of Walla Walla - A3506 55 Moore St Walla Walla, WA 99362 509-524-4668 Joel Petty 2015 Airport Sewer CIPP Lining Project - WW15002 4306.8 LF of 12" CIPP; Two 4" reconnect laterals; 4 Spot Repairs; Remove 1 Protruding Lateral; 1379.2 LF of 12" CIPP City of Walla Walla - A3510 55 Moore St Walla Walla, WA 99362 509-524-4668 Joel Petty 2nd Ave Stahl Ave North - Wastewater Improvements - WW15003 211 LF of 4" x 4.5mm CIPP; 200 LF of 12" x 6mm CIPP; 20 LF of 12" x 6mm CIPP; 10 LF of 8" x 6mm CIPP; 162 LF 6" x 4.5mm CIPP; City of Walla Walla - A3523 55 Moore St Walla Walla, WA 99362 509-524-4668 Joel Petty 2015 E Sumach Sewer Main CIPP Lining Project; Project No. WW15006 300 LF of 10" CIPP Lining; one 10 LF 10" x 8mm CIPP Point Repair; two 5 LF 6" x '4.5mm CIPP Point Repair Clean Water Services - A3507 2550 South Hillsboro Highway Hillsboro, OR 97123 503-681-3630 Gabe Sohler Beaverton, OR 205 LF of 10" x 4.5mm CIPP liner; Clearwater Paper Corp - A3502 Idaho Pulp Mill & Paperboard 603 Mill Road PO Box 1126 Lewiston, ID 83501 208-799-1694 Stetson Steiger PO #6018895 Inspection and Cleaning Services at the North Canal alkali and sawdust bleach acid sewers Coastal Excavation - A3520 PO Box 2421 Sitka, AK 99835 907-747-3838 Adam McLeod 160 LF 42"x18mm CIPP Liner Culbert Construction - A3515 3905 E "A" Street Pasco, WA 99301 509-727-7914 Dan DeRousie Rose St TBD; Subcontract 373 in Walla Walla 384 LF of 12"x6mm CIPP; 3 internal reinstatements Freedom Builders LLC - A3443 238 Living Springs Rd Azalea, OR 97410 541-837-3720 Jeremy Kirkland Contract No. B32743 ESB Highway 62 CIPP Culvert Liner ODOT 44 LF of 36" x 13.5mm CIPP liner 111111 NM N MIIII N i♦ NEI 111111 11111 i♦ I 111111 M i♦ 111111 111111 MasterlininQ Customers: STATEMENT OF QUALIFICATIONS MasterlininQ Contractor Information 11/3/2016 22 Name Address Phone Contact Project Name Lineal Footage /Point Repairs GC Contracting LLC - A3519 2482 Daisy Lane Salem, OR 97305 503-559-2203 Buddy Garfield St Storm Sewer Improvement Project No. 2014-017-29 36 LF of 8" x 4.5mm CIPP Richardson Engineering - A3527 1346 Barteen Drive Walla Walla, WA 99362 509-520-5010 Jay Richardson Line lateral Kitsap County - A3440 614 Division St MS07. Port Orchard, WA 98366 360-337-5777 Colby Wattling 2014-143 IFB Public Wokrs Angeline CIPP Project 93' of 10" CIPP Liner Marshbank Construction - A3524 Po Box 97 Lake Stevens, WA 98258- 0008 425-377-9708 Rob Gammell Central Ave S Pavement Preservation & Utility Improvements; Project No 13-3004; in Kent, WA 14,696 LF of 8" CIPP; 66 laterals; 45 LF of 14" CIPP Meier Architecture & Engineering - A3526 8697 Gage Blvd Kennewick, WA 99336 509-735-1589 Highland Middle School 105 LF of 8"x4.5mm CIPP North Central Construction - A3451 Po Box 850 Moses Lake, WA 98837 _ 509-765-5885 Point Repairs in C-900 pipe Three 6" x 3' point repairs; clean and video Rimrock Home Owners - A3501 31478 Moore Rd Coulee City, WA 99115 641 LF of 8"x4.5mm CIPP; 4 6"x2LF spot repairs; 7 8"x3LF spot repairs; 13 side service reinstatements; apply grout at 8 other lateral connections; dig and replace 5LF of 8" sewer pipe;1 Femco coupler Road Construction NW - A3446 PO Box 188 25000 E Valley Rd, Ste C3 Renton, WA 98057 425-254-9999 x31 Matt King County WO #5 - Manhole 34S Outlet Pipe Cleaning and Video Scoping 10" Structural Point Repair Semmling Construction Inc - A3448 Po Box 1082 St Helens, OR 97051 503-397-1809 Sharon Wright ME8-ME10 Sanitary Sewer Repair 150 LF 6" CIPP Shoreline Constr - A3442 PO Box 358 Woodinville, WA 98072-0358 425-483-0600 Doug Suzuki Storm Water Pipe Repair and Replacement - City of Shoreline 742.9 LF of 12"x6mm CIPP; 70 LF of 18"x12mm CIPP; Cut out 2 pipe penetrations Shoreline Constr - A3514 PO Box 358 Woodinville, WA 98072-0358 425-483-0600 Doug Suzuki 2014 Storm Trenchless Repair - Bellevue 186 LF 12" CIPP; 74 LF of 18" CIPP; 98 LF of 24" CIPP; 36 LF of 12"; one 6 LF of 12" CIPP Spot Repair . =I 111•11 =I NMI INN INIII INN MIMI NMI 1111111 NMI MIMI IIIIIII IIIIII Masterlinino Customers: STATEMENT OF QUALIFICATIONS Masterlinino Contractor Information 11/3/2016 23 Name Address Phone Contact Project Name Lineal Footage / Point Re .airs Southwest Suburban Sewer District - A3512 431 SW Ambaum Blvd Burien, WA 98166 206-244-9575 Jason Richardson Contract No. 2015-005 CIPP Main 2nd PI 315 LF 6" CIPP; 383 LF of 8" CIPP SRV Construction, Inc - A3522 PO Box 481 Oak Harbor, WA 98277 360-675-7100 Blake Thorn Date Ave Improvement Project; City of Sultan 450 LF of 8" x 4.5mm CIPP Liner; 7 reinstatement of laterals Tapani Inc - A3508 1904 SE 6th Place PO Box 1900 'Battleground, WA 98604 360-687-1148 Todd Tapani Vancouver, WA Cut out two 3 LF sections of wrinkled liner; Two 3 LF x 8" structural point repairs 6280 Everson Goshen Rd Tiger Construction Ltd - A3505 Everson, WA 98247 360-966-7252 Derek Lopresti Anacortes Sanitary Sewer District - Infiltration and Inflow Prevention 2014 1508 LF of 12" x 6mm CIPP; 24 Internal Reinstatements; Remove 6 internal protruding taps 13701 24th Street East Trenchless Pipe Repairs - Suite F-10 A3516 Sumner, WA 98390 253-447-8026 Nick Bremerton, WA 475 LF of 8" x 6mm CIPP; reinstate 6 side service laterals Twin Rocks Sanitary Sewer PO Box 69 District - A3438 Rockaway Beach, OR 97136 503-355-2732 Joe Nemeyer 2059 LF of 8" x 4.5mm CIPP liner; 37 Internal reinstatements 2016 CG Contractors LLC - 2482 Daisy Lane Woodburn - A3613 Salem, OR 97305 503-559-1859 N 1st Street Sanitary Sewer Rehabilitation in Woodburn, WA Construct 300 LF CIPP liner in an existing 8" conc. ss complete; reconnect 8 service laterals PO Box 70 City of Benton City - A3602 Benton City, WA 99320 509-366-6419 Kyle Kurth Benton City Supply, prepare and place one 10" x 7.5mm 16 LF point repair 525 Portland Ave City of Gladstone - A3531 Gladstone, OR 97027 503-557-2770 Justin Poyser CIPP Lining of 8" Sewer on Risley/Windsor Supply, prepare and place 85 LF of 8"x4.5mm CIPP lining; 1 internal reinstatement of lateral; Supply, prepare and place 175 LF of 5" x 3mm CIPP lining 3500 NE Clearwater Drive City of McMinnville - A3612 McMinnville, OR 97128 503-434-7313 PO 2016-6828 Provide, prepare and place 644 LF of 10" x 6mm CIPP liner 9611 E 36th Street Mercer Island, WA 98040- City of Mercer Island - A3603 3732 206-275-7812 Brian Hartvigson Slip Lining Stormwater Pipe Supply, provide and place 115 LF of 18" x 7.5mm CIPP liner; removed 1 internal tap; reinstate 1 side service — EN — — — — 1 — — — — — i♦ — — — it11111— Masterlininq Customers: STATEMENT OF QUALIFICATIONS Masterlininq Contractor Information 11/3/2016 24 Name J Address Phone Contact Project Name Lineal Footage / Point Re s airs City of Walla Walla - A3605 55 Moore St Walla Walla, WA 99362 509-524-4668 Joel Petty 2016 Lining Project 2216001 Supply, prepare and place 335 LF of 8* CIPP in clay pipe; 14 lateral reinstatements; 315 LF CIPP in clay pipe; 16 lateral reinstatements;1 manhole repair; 85 LF of 15mm CIPP liner in 18" x 30" CMP arch pipe C -More Pipe - Castle Rock - A3535 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike Castle Rock Supply, prepare and place 490 LF of 6" x 4.5mm CIPP Lining Clean Water Services - A3614 2550 SW Hillsboro Highway Hilldnoto, OR 97123 503-681-3630 Gabe Sohler Beaverton, OR Supply, prepare and place 202 LF of 8" x 4.5mm CIPP lining C -More Pipe - Port Orchard - A3604 PO Box 69 Rickreall, OR 97371 503-623-1319 Mike 2016 Port Orchard Schedule A Supply, prepare and place 1083 LF of 8" x 4mm CIPP liner; 4 lateral reinstatements DGR* Grant Construction - A3617 PO Box 789 Richland, WA 99352 509-946-6188 for CBC College Provide, prepare and place one 6" x 3 LF point repair North Central Construction - A3615 PO Box 850 Moses Lake, WA 98837 509-765-5885 Gary Kneedler JR Simplot Wastewater Line in Moses Lake, WA Proide, prepare and place 300 LF of 14" x 9mm CIPP liner Realm - City of Sumner - A3601 PO Box 580 DuPont, WA 98327 360-456-7627 Dave RM009 Sewer Line Repair - Slipline Supply, prepare and place 185 LF of 15" sjhrinking to 10"; 285.5 LF of 8" CIPP liner BIDDER'S RESPONSIBILITY STATEMENT CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx, or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by the Washington State Department of Labor & Industries in the five years prior to the bid submittal date that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-19 5. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; and • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts G:\PROJECTS\2016\16141\SPEC\16141SPEC.docx 3-20 The Bidder shall sign this Bidder's Responsibility Statement as evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above. At the Contracting Agency's request, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the person designated by the Contracting Agency in the Bid Documents. By signing below, Bidder certifies they meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended, and meet the supplemental criteria listed above. icial's Signature) G.\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2016\161411SPEC\16141 SPEC.docx 4-1 CONTRACT s+: THIS AGREEMENT, made and entered in triplicate, this T day of PLS 20 h , by and between the City of Yakima, hereinafter called the Owner, and Loc. (Art `?WKf/ cd-CeloSte-P citer'�(t' a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ (2-1',!53(, 2-2 , for NACHES AVENUE SANITARY SEWER REHABILITATION, City Project No. WW2444, HLA Project No. 16141, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Fifteen (15) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS, WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Counter igned: CITY OF YAKIMA O (� CONTRACTOR `ten this 2_ day of OC-C(,�^t1i^20 t (. Cdvk aQ��A 'C �k..r.i' \r,�S,cti�,.ct��''t ,a Corporation By: ' City rAir IA CITY CONTRACT NO: 2m!(p -0233 1': r ' �, •,S� , 4}v RESOLUTION NO: �! YA • %� f 4A v ; `• n'' G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx T ✓(- • '• f / , 4-2 'err/ Vol T' -- ( int Name) -C S O`^t N 1 (President, Owner, etc.) ss: 1 D t 5 . 'Me+ v Lta a--19 c� c30� CONTRACT THIS AGREEMENT, made and entered in triplicate, this 'Sr day of PE 0/4, , by and between the City of Yakima, hereinafter called the Owner, and C.01201413/it /7i4 bt-W A [.10502-6443'oed a Washington Corporation, hereinafter called the Contractor. !PG WITNESSETH: That in consideration of the terms and conditions contained tierein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ (ZS, 63 (.2-2 , for NACHES AVENUE SANITARY SEWER REHABILITATION, City Project No. WW2444, HLA Project No. 16141, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Fifteen (15) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. 111. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS, WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countermined: CITY OF YAKIMA this 2-1 day of DRE -h 20 i C. st: CONTRACTOR ,a Corporation By: Y Clerk CITY CONTRACT NO2'' .a 3 ' RESOLUTION NO- h i 4 • • G:\PROJECTS\2016\16141 \SPEC\16141 SPEC docx (President, Owner, etc.) Address: > k^) 5 . Mc������C1v� c0 tWC\ "1c1301 4-2 CERTIFICATIONS CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 Provide the following: Name of Traffic Control Manager (TCM) (Must be an employee of the Contractor) Name of Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) Name of Mandatory Alternate Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) Name of Certified Testing Laboratory for material testing G:\PROJECTS\2016\16141\SPEC\16141SPEC.docx 4-3 Bond Number: 29160 CONTRACT BOND CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO.. WW2444 HLA PROJECT NO. 16141 BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: Columbia Pumping and Construction, Inc That we, the undersigned, as principal, and Western National Mutual Insurance Company a corporation organized and existing under the laws of the State of Minnesota , 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 $ 128,031.22 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 > 41 -{/b(/- , Washington, this /qday of C-4/Ka� 2016. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on x -c- - 7 , 2016, the City Manager of said Cit of Yakima, has let or is about to let to the said Columbia Pumping and Construction, Inc , the above bounden Principal, a certain Contract, the said Contract being numbered HLA Project No. 16141, and providing for the construction of NACHES AVENUE SANITARY SEWER REHABILITATION 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 Columbia Pumping and Construction, Inc shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers. mechanics, sub- contractors and material men and all industrial insurance premiums, and all persons who shall supply said princi- pal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. G:rPf OJECTS\20t6v1614nSPEC11614, SPEC door 4-4 CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 SURETY: Western National Mutual Insurance Company rff Name. nifer M. McCormick, Attorney in Fact (Please Print or Type) Agent: Elliott, Powell, Baden & Baker, Inc - James Ewald 10851 N Black Canyon Highway Suite 630 Address: Phoenix, AZ 85029 Approved as to Form: City Atto nA l GAPROJECTS'Q0t6N6141tSPEC`,16141 SPEC door 4-5 (SEAL) ATTEST: Name: J JaS. Ewald, Attorney in Fact (Please Print or Type) 1 W W NATIONAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company. a Minnesota mutual insurance company, does I make. constitute and appoint: James S. Ewald, Jenifer M McCormick, Tina D. DeHut. Sherri L Dannat Elliott, Powell, Baden & Baker. Inc (Agency Code #9456) Its true and lawful Attorney(s)-in-Fact. with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other 'than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or black lung bonds), as follows 1 All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 ($7.500.000) single obligation, regardless of the number of instruments issued for the obligation. for any and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are Iratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September 28, 2010: RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds. and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking. recognizance, or suretyship obligation shall be valid and binding upon the Company (1) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary: or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and its corporate seal to be affixed this 16th day of December . 2015 1 1 1 1 1 1 W? SEAL ` = : Jon R Hebeisen. Secretary Larry A. Byers, Sr. Vice President ISTATE OF MINNESOTA. COUNTY OF DAKOTA On this 16th day of December, 2015, personally came before me, Jon R. Hebeisen and Larry A. Byers and to me known to be the Iindividuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same. and being by me duly sworn, did severally dispose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. 1 1 CERTIFICATE I, the undersigned, assistant secretary of the Western National Mutual Insurance Company.. a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the Resolutions of the board of directors set I forth in the Power of Attorney, are now in force JENNIFER A YOUNG NOTARY PUBLIC • MINNESOTA MY COMMISSION EXPIRES 0/;31+2021 Jennifer A. Young, Notary Public My commission expires January 31,2021 1 1 W�.SEAL1 Signed and sealed at the City of Edina. MN this 5 day of 1J Jf I rr2-Dila Jennifer A. Young, Assistant Secretary CBPUM-1 OP ID: DM '4�-- RteO" CERTIFICATE OF LIABILITY INSURANCE D11/15/2016 Y) 11l15l2p16 THIS CERTIFICATE 1S 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions, of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). . PRODUCERPhone: 509-525-4110 Lloyd's, Inc. PO Box 1318 Fax: 509-525-4465 Walla Walla, WA 99362-0303 Elizabeth Boucher CONTACT FAX =EMI; ( , No. Ealy; (A/C, No): EMAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Ohio SecurityIns Co 24082 INSURED Columbia Pumping & Construction, Inc: 1005 S. Maitland Avenue Pasco, WA 99301 INSURER a:American Fire & Casualty 24066 INSURER c : Ohio Casualty Insurance Co 24074 INSURER 0 5 1,000,000 INSURER E : $ 1,000,000 INSURER F : CLAIMS -MADE AGES 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 CONDIT)ON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AWL ISR SUBR WVD POLICY NUMBER INI POLICY immmo/YY Y Y) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X BKS(17)55573386 08/25/2016 08/25/2017 EACH OCCURRENCE .. " 5 1,000,000 DAMAGE To,RENTED PREMISES (Ea accurrencel $ 1,000,000 CLAIMS -MADE X OCCUR. MED EXP (Any one person) $ 15,000 PERSONAL 5 ADV INJURY $ 1,000,000 GENERAL AGGREGATE' 5 2,000,000 GE 't. AGGREGATE POLICY LIMIT APPLIES X JL ° PER Loc PRODUCTS - COMP/OP AGG $ 2,000.000 Stop Gap s 1,000,000 A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS — X SCHEDULED AUTOS NON•OWNED AUTOS X BAA(17)55573386 08/25/2016 08/25/2017 COMBINED SINGLE LIMIT (CoaccidenD 1,000,000 BOD)LY INJURY (Per person) ^,y $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per noadant) $ $ A X UMBRELLA LIAB EXCESS UAa X OCCUR CLAIMS -MADE X USO(17)55573386 08/25/2016 08/25/2017 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED . X RETENTION $ 10000 $ A WORKERS, COMPENSATION ANO EMPLOYERS' UABILITY Y / N ANY PROPRIETORfpARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory)n'NH) If yee describe under DESCRIPTION OF OPERATIONS below N / A BKS(17)55573386 08/25/2016 08/25/2017 X WCSTATU- OTH- TORY LIMITS ER . E L EACH ACCIDENT $ 1,000,000 ,E.L,DISEASE -EA'EMPLOYEE a 1,000,000 EL, DISEASE - POLICY LIMIT $ 1,000,000 Capital Specialty EV -20161037-01 04/22/2016 04/22/2017 Poll Uab 1,000,000 .DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule 1f more apace is required) The City of Yakima, City of Union Gap, their agents, employees and elected and appointed officials are listed as additional insured per blanket additional insured form CG8810. CERTIFICATE HOLDER CANCELLATION City of Yakima Watewater Division 2220 E Viola Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and Togo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY - ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT PRIMARY AND NON-CONTRIBUTORY -ADDITIONAL INSURED EXTENSION ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT LIBERALIZATION CLAUSE BODILY INJURY REDEFINED EXTENDED PROPERTY DAMAGE WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU :CG 88i0:64 13.. 3 3 5 6 6 7 7 7 7 7 8 8 0.2013 Liberty Mutual Insurance Includes copyrighted material of Insurthice Seivites Office, Inc., with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2, Exclusions of Section 1— Coverage A-- Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. 11 is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. it is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY — ELEVATORS 1. Under Paragraph 2. Exclusions of Section 1 — Coverage A — Bodily Injury And Property Damage Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV — Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TC YOU (Tenant's Property Damage) if Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section 1 - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (1) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section 111— Limits of Insurance. CG 88 10 04 13 a 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises white rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. 2. Paragraph 6. under Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You. Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract fora lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents ofsuch premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as .follows: b. Contents that you rent or lease as part of a premises rental or lease agreement. F. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 1. Under Supplementary Payments — Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or °suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but 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 the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or Under Paragraph 1. Insuring Agreement of Section I — Coverage C — Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal -holes; driveways, manholes, marquees, hoist away openings, sidewalk vaults, street, banners, or decorations and 'similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required bythe contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the p-nie^t.(other than service, maintenance or repairs) to be performed;by or on be ialf '.he additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does riot apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you havereturned such equipment to the lessor. . The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 02013 Liberty Mutual Insurance 3. With respect to the insurance afforded to these additional insureds, the following is added to Section 111 — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance 2. With respect to the •insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage occurs. c. "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: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineeringor surveying services. d. "Bodily injury" or "property damage" occurring after (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenanceor repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is Tess. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other insurance provision making its policy excess, and you have agreed in a written contract or written agreement.to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured(s policy for damages we cover. ® 2013 Liberty Mutual Insurance CG 88 10 04 13 includes. copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 'b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or tease contractor agreement, or permit issued by a state or political subdivision between you and an additional insured does'not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has fora loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The Limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of:this policy and defined in Section III — Limits of Insurance of this policy, whichever are less. These limits are inclusive -of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS !'MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) CG 88 10 04 13 "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his orher employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failingto provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph;(d)) does not apply. �7 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6of8 Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by.you, includes the direct supervision of other "employees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause 'bodily injury° or "personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV — Commercial General Liability Conditions, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT tinder Section IV — Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II — Who Is An Insured or a person who has been designated by them to receive reports of 'occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V — Definitions, Definition 3. is replaced by the following: 3. "Bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or"property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV -- Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payrnentswe make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 SCHEDULE OF WORKING HOURS CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 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(2) Hours of Work. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. Contractor Signature Date G'\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 4-6 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) G.\PROJECTS\2016\16141\SPEC\16141 SPEC docx 4-7 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2016\16141\SPEC\16141 SPEC.docx 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and fringe benefits may be verified. Certified payrolls must be completed using the U.S. Department of Labor Payroll Form WH347 found at www.dol.gov. Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor, all Subcontractors, and lower tier subcontractors. If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved. Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the City 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\2016\16141\SPEC\16141SPEC.docx 5-2 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: 11/7/16 County Trade Job Classification Wage Holiday Overtime Notes Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.29 5N 1C Yakima Brick Mason Journey Level $46.34 5A 1M Yakima Building Service Employees Janitor $9.47 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.47 1 Yakima Building Service Employees Window Cleaner $9.47 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $40.80 7B 1N Yakima Divers Et Tenders Diver $108.77 5D 4C 8A Yakima Divers Et Tenders Diver On Standby $66.05 5D 4C Yakima Divers a Tenders Diver Tender $59.88 5D 4C Yakima Divers a Tenders Surface Rcv Et Rov Operator $59.88 5D 4C Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $55.76 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $41.68 5D 4C Yakima Drywall Tapers Journey Level $37.46 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $59.51 5A 1E Yakima Electricians - Inside Journey Level $59.30 5A 1E Yakima Electricians - Inside Welder $61.50 5A - 1E 4 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/7/2016 Page 2 of 16 Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $71.85 5A 4D Construction Yakima Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction Yakima Electricians - Powerline Groundperson $44.12 5A 4D Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $65.71 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction Yakima Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction Yakima Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction Yakima Electricians - Powerline Powderperson $49.16 5A 4D Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $85.45 7D 4A Yakima Elevator Constructors Mechanic In Charge $92.35 7D 4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $9.47 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $9.47 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Fingers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Et Mason Tenders Journey Level $37.54 7A 31 Yakima Industrial Power Vacuum Journey Level $9.47 1 Cleaner Yakima Inland Boatmen Journey Level $9.47 1 Yakima Inspection/Cleaning/Seating, Cleaner Operator, Foamer Operator $9.73 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Seating Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Technician $9.47 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Seating Tv Truck Operator $10.53 1 Of Sewer Et Water Systems By Remote Control https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 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 3 of 16 ;Yakima Insulation Applicators Journey Level $41.68 5D 4C 'Yakima Ironworkers Journeyman $57.70 7N 10 'Yakima Laborers Air, Gas Or Electric Vibrating Screed $36.47 7A 31 'Yakima Laborers Airtrac Drill Operator $37.54 7A 31 'Yakima Laborers Ballast Regular Machine $36.47 7A 31 'Yakima Laborers Batch Weighman $34.25 7A 31 'Yakima Laborers Brick Pavers $36.47 7A 31 'Yakima Laborers Brush Cutter $36.47 7A 31 'Yakima Laborers Brush Hog Feeder $36.47 7A 31 'Yakima Laborers Burner $36.47 7A 31 g 'Yakima Laborers Caisson Worker $37.54 7A 31 j 'Yakima Laborers Carpenter Tender $36.47 7A 31 'Yakima Laborers Cement Dumper -paving $37.09 7A 31 'Yakima Laborers Cement Finisher Tender $36.47 7A 31 'Yakima Laborers Change House Or Dry Shack $36.47 7A 31 ;Yakima Laborers Chipping Gun (under 30 Lbs.) $36.47 7A 31 'Yakima ' Laborers Chipping Gun(30 Lbs. And Over) $37.09 7A 31 'Yakima Laborers Choker Setter $36.47 7A 31 'Yakima Laborers Chuck Tender $36.47 7A 31 'Yakima Laborers Clary Power Spreader $37.09 7A 31 'Yakima Laborers Clean-up Laborer $36.47 7A 31 'Yakima Laborers Concrete Dumper/chute Operator $37.09 7,4 31 `Yakima Laborers Concrete Form Stripper $36.47 7A 31 'Yakima Laborers Concrete Placement Crew $37.09 7A 31 !Yakima Laborers Concrete Saw Operator/core Driller $37.09 7A 31 'Yakima Laborers Crusher Feeder $34.25 7A 31 'Yakima Laborers Curing Laborer $36.47 7A 31 'Yakima ' Laborers Demolition: Wrecking 8 Moving (incl. Charred Material) $36.47 7A 31 1 1 !Yakima Laborers Ditch Digger $36.47 7A 31 'Yakima Laborers Diver $37.54 7A 31 Yakima I Laborers Drill Operator (hydraulic,diamond) $37.09 7A 31 'Yakima Laborers Dry Stack Walls $36.47 7A 31 'Yakima Laborers Dump Person $36.47 7A 31 'Yakima Laborers Epoxy Technician $36.47 7A 31 !Yakima Laborers Erosion Control Worker $36.47 7A 31 'Yakima Laborers Faller Et Bucker Chain Saw $37.09 7A 31 'Yakima Laborers Fine Graders $36.47 7A 31 'Yakima Laborers Firewatch $34.25 7A 31 'Yakima Laborers Form Setter $36.47 7A 31 'Yakima Laborers Gabian Basket Builders $36.47 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/7/2016 Page 4 of 16 Yakima Laborers General Laborer $36.47 7A 31 Yakima Laborers Grade Checker Et Transit Person $37.54 7A 31 Yakima Laborers Grinders $36.47 7A 31 Yakima Laborers Grout Machine Tender $36.47 7A 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $37.09 7A 31 Yakima Laborers Guage and Lock Tender $37.64 7A 31 Yakima Laborers Guardrail Erector $36.47 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $37.54 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $37.09 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $36.47 7A 31 Yakima Laborers High Scaler $37.54 7A 31 Yakima Laborers Jackhammer $37.09 7A 31 Yakima Laborers Laserbeam Operator $37.09 7A 31 Yakima Laborers Maintenance Person $36.47 7A 31 Yakima Laborers Manhole Builder-mudman $37.09 7A 31 Yakima Laborers Material Yard Person $36.47 7A 31 Yakima Laborers Motorman -dinky Locomotive $37.09 7A 31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air a Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $37.09 7A 31 Yakima Laborers Pavement Breaker $37.09 7A 31 Yakima Laborers Pilot Car $34.25 7A 31 Yakima Laborers Pipe Layer(lead) $37.54 7A 31 Yakima Laborers Pipe Layer/tailor $37.09 7A 31 Yakima Laborers Pipe Pot Tender $37.09 7A 31 Yakima Laborers Pipe Reliner $37.09 7A 31 Yakima Laborers Pipe Wrapper $37.09 7A 31 Yakima Laborers Pot Tender $36.47 7A 31 Yakima Laborers Powderman $37.54 7A 31 Yakima Laborers Powderman's Helper $36.47 7A 31 Yakima Laborers Power Jacks $37.09 7A 31 Yakima Laborers Railroad Spike Puller - Power $37.09 7A 31 Yakima Laborers Raker - Asphalt $37.54 7A 31 Yakima Laborers Re-timberman $37.54 7A 31 Yakima Laborers Remote Equipment Operator $37.09 7A 31 Yakima Laborers Rigger/signal Person $37.09 7A 31 Yakima Laborers Rip Rap Person $36.47 7A 31 Yakima Laborers Rivet Buster $37.09 7A 31 Yakima Laborers Rodder $37.09 7A 31 haps://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 5 of 16 ;Yakima Laborers Scaffold Erector $36.47 7A 31 bYakima Laborers Scale Person $36.47 7A 31 'Yakima Laborers Sloper (over 20") $37.09 7A 31 !Yakima Laborers Sloper Sprayer $36.47 7A 31 !Yakima Laborers Spreader (concrete) $37.09 7A 31 !Yakima Laborers Stake Hopper $36.47 7A 31 ;Yakima Laborers Stock Piler $36.47 7A 31 Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $37.09 7A 31 'Yakima ! Laborers Tamper (multiple Et Self- propelled) $37.09 7A 31 Yakima I Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $37.09 7A 31 !Yakima Laborers Toolroom Person (at Jobsite) $36.47 7A 31 !Yakima Laborers Topper $36.47 7A 31 'Yakima Laborers Track Laborer $36.47 7A 31 !Yakima Laborers Track Liner (power) $37.09 7A 31 ;Yakima Laborers Traffic Control Laborer $36.31 7A 31 8R 'Yakima Laborers Traffic Control Supervisor $36.31 7A 31 8R 'Yakima Laborers Truck Spotter $36.47 7A 31 'Yakima Laborers Tugger Operator $37.09 7A 31 'Yakima Laborers Tunnel Work -Miner $37.64 7A 31 8Q ;Yakima Laborers Vibrator $37.09 7A 31 !Yakima Laborers Vinyl Seamer $36.47 7A 31 'Yakima Laborers Watchman $31.25 7A 31 'Yakima Laborers Welder $37.09 7A 31 'Yakima Laborers Viell Point Laborer $37.09 7A 31 'Yakima Laborers Window Washer/cleaner $31.25 7A 31 ' Yakima Laborers - Underground Sewer General Laborer 8 Topman $36.47 7A 31 Et Water !Yakima 1 Laborers - Underground Sewer Pipe Layer $37.09 7A 31 Et Water ;Yakima . Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.47 1 ;Yakima ! Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 !Yakima I Landscape Construction Landscaping Or Planting Laborers $9.47 1 IYakima Lathers Journey Level $41.68 5D 4C ;Yakima Marble Setters Journey Level $46.34 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 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/7/2016 Page 6 of 16 Yakima Painters Journey Level $30.72 6Z 1W Yakima Pile Driver Journey Level $54.77 5D 4C Yakima Plasterers Journey Level $53.20 M, 1R Yakima Playground a Park Equipment Journey Level $9.47 1 Installers Yakima Plumbers & Pipefitters Journey Level $78.33 6Z Yakima Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $58.17 7A 3C 8P Yakima Power Equipment Operators Bobcat $55.21 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators Brooms $55.21 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $58.17 7A 3C 8P Yakima Power Equipment Operators Cableways $58.69 7A 3C 8P Yakima Power Equipment Operators Chipper $58.17 7A 3C 8P Yakima Power Equipment Operators Compressor $55.21 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P Yakima Power Equipment Operators Conveyors $57.72 7A 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $60.47 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Yakima Power Equipment Operators $55.21 7A 3C 8P https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Cranes: A -frame - 10 Tons And Under Yakima ' Power Equipment Operators Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P ?Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P ;Yakima Power Equipment Operators Crusher $58.17 7A 3C 8P ; 'Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $58.17 7A 3C 8P 1 i ;Yakima Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P ;Yakima Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P 'Yakima S Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P 'Yakima Power Equipment Operators Drilling Machine $59.28 7A 3C 8P 'Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P p 'Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P i ;Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P i 'Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P 'Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P "Yakima Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P ;Yakima Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P ;Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P "Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P 'Yakima s Power Equipment Operators Horizontal/directional Drill Locator $57.72 7A 3C 8P E "Yakima Power Equipment Operators Horizontal/directional Drill Operator $58.17 7A 3C 8P !Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P 'Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P 'Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P ;Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not including 8 Yards $58.69 7A 3C 8P ' 'Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P i 'Yakima Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P ;Yakima Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/7/2016 Page 8 of 16 Yakima Power Equipment Operators Locomotives, All $58.17 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P Yakima Power Equipment Operators Power Plant $55.21 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $55.21 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P Yakima Power Equipment Operators Rollagon $58.69 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $58.17 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $57.72 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P haps://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 16 !Yakima Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P !Yakima I 1 Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P IYakima i Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P Yakima 1 Power Equipment Operators Spreader, Topsider Et Screedman $58.69 7A 3C 8P IYakima Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P !Yakima I Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P ;Yakima I Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P IYakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Yakima I Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A 3C 8P !Yakima Power Equipment Operators Trenching Machines $57.72 7A 3C 8P IYakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P 4Yakima Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P 'Yakima Power Equipment Operators Welder $58.69 7A 3C 8P ;Yakima Power Equipment Operators Wheel Tractors, Farmall Type $55.21 7A 3C 8P IYakima Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P IYakima Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer Et Water IYakima Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water !Yakima I Power Equipment Operators- Batch Plant Operator, Concrete $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Underground Sewer Et Water https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/7/2016 Page lO of 16 Yakima Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $60.47 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Underground Sewer Et Water https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- Derricks, On Building Work $58.69 7A 3C 8P i Underground Sewer a Water €Yakima i Power Equipment Operators- Dozers D-9 a Under $57.72 7A 3C 8P Underground Sewer &t Water !Yakima 1 Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drilling Machine $59.28 7A 3C 8Pii Underground Sewer Et Water IYakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $58.17 7A 3C 8P Underground Sewer Et Water IYakima I Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Underground Sewer Et Water IYakima I Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Underground Sewer Et Water IYakima I Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Underground Sewer Et Water !Yakima I Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Underground Sewer Et Water IYakima IUnderground I Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $57.72 7A 3C 8P Underground Sewer a Water IYakima Power Equipment Operators- Horizontal/directional Drill Operator $58.17 7A 3C 8P Underground Sewer & Water IYakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Underground Sewer & Water ;Yakima I Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Underground Sewer & Water aYakima Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Underground Sewer a Water IYakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer a Water IYakima IUnderground Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Sewer a Water !Yakima Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer & Water Yakima i Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer & Water � I https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/7/2016 Page 12 of 16 Yakima Power Equipment Operators- Mechanics, All (leadmen $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $58.17 7A 3C 8P Underground Sewer Et Water Yakima Saws - Concrete $57.72 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 13 of 16 Power Equipment Operators - Underground Sewer Et Water 'Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers - Concrete Et Carry All $57.72 7A 3C 8P i Underground Sewer Et Water Yakima I Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Service Engineers - Equipment $57.72 7,4 3C 8P i Underground Sewer Et Water 'Yakima R Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P i I Underground Sewer & Water 'Yakima a I Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P i Underground Sewer Et Water ;Yakima ( Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Underground Sewer Et Water 'Yakima I Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $58.69 7A 3C 8P Underground Sewer & Water 'Yakima � Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water 'Yakima 1 Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Underground Sewer Et Water 'Yakima 1 Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Underground Sewer & Water Yakima I Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $58.69 7A 3C 8P Underground Sewer & Water 1Yakima Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer & Water 'Yakima e Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Underground Sewer & Water 'Yakima I Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Underground Sewer Et Water 'Yakima I Power Equipment Operators- Truck Mount Portable Conveyor $58.17 7A 3C 8P Underground Sewer Et Water !Yakima I Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/7/2016 Page 14 of 16 Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer a Water Yakima Power Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $31.65 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 Journey Level $18.00 1 Applicators 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 (Field or Shop) $41.28 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $9.47 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.47 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $56.06 5A 1X Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers (Non- Journey Level $14.65 1 Electrical) https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 15 of 16 Yakima Soft Floor Layers Journey Level $23.11 5A 1N iYakima Solar Controls For Windows Journey Level $9.47 1 Yakima Sprinkler Fitters (Fire Journey Level $26.43 1 Protection) ;Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) 'Yakima Stone Masons Journey Level $46.34 5A 1M :Yakima Street And Parking Lot Journey Level $9.47 1 Sweeper Workers Yakima I Surveyors Assistant Construction Site Surveyor $57.72 7A 3C 8P ;Yakima Surveyors Chainman $57.17 7A 3C 8P 'Yakima Surveyors Construction Site Surveyor $58.69 7A 3C 8P Yakima i Telecommunication Journey Level $20.00 1 Technicians 'Yakima Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside tYakima Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside 'Yakima ( Telephone Line Construction - Installer (Repairer) $36.02 5A 2B Outside Yakima I Telephone Line Construction - Special Aparatus Installer I $37.60 5A 2B Outside (Yakima Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $37.60 5A 2B Outside 'Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $34.94 5A 2B Outside !Yakima Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside !Yakima Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside Yakima i Telephone Line Construction - Television Lineperson/Installer $26.31 5A 2B Outside Yakima i Telephone Line Construction - Television System Technician $31.50 5A 2B Outside Yakima 1 Telephone Line Construction - Television Technician $28.23 5A 2B Outside !Yakima Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside Yakima Terrazzo Workers Journey Level $39.42 5A 1M 'Yakima Tile Setters Journey Level $39.42 5A 1M 1Yakima i Tile, Marble Et Terrazzo Journey Level $32.20 5A 1M Finishers 'Yakima Traffic Control Stripers Journey Level $44.35 7A 1K 'Yakima Truck Drivers Asphalt Mix $14.19 1 !Yakima 1 Truck Drivers Dump Truck Er Trailer(c.wa- 760) $40.58 61 2G ;Yakima Truck Drivers Dump Truck(c.wa-760) $40.58 61 2G https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/7/2016 Page 16 of 16 Yakima Truck Drivers Other Trucks(c.wa-760) $40.58 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump Oiler $9.47 1 Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/7/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 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. 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half tinges the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. 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. 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 \vorked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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. 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 Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays 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). 5 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 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, the Friday 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 (I 1). 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 (I O). 1. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 6 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 7 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday ‘vhich 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. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Ycar's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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 8 Benefit Code Key — Effective 8/31/2016 thru 3/2/2017 Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer perforans the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 9 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 08/31/2016 Edition, Published August 1st, 2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 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 1 1 1 Supplemental to Wage Rates 08/31/2016 Edition, Published August 1st, 2016 1 2 ITEM DESCRIPTION YES NO O. hU Il.l WI DUILJ a INULJ - /%I IVI1lJI DVILJ di IU INULJ, 101 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). 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, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2016 Edition, Published August 1st, 2016 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 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 X 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 08/31/2016 Edition, Published August 1st, 2016 4 ITEM DESCRIPTION YES NO L/. 1 1 ,OJt 1\QI11 LIGLA VIVJJII IVO - 1/4.,L111%-.1 GIG %...,1 t.)0011 I..7ll UULUIG 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 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 08/31/2016 Edition, Published August 1st, 2016 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 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 X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. 1 1 1 Supplemental to Wage Rates 08/31/2016 Edition, Published August 1St, 2016 1 6 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: *'t* 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 08/31/2016 Edition, Published August 1st, 2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in Supplemental to Wage Rates 8 08/31/2016 Edition, Published August 1st, 2016 1 1 the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates 1 For Public Work Contracts" documents. • Building Service Employees I • 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 I • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) I The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington 1 State Department of Labor and Industries web site and in WAC Chapter 296-127. 1 1 1 1 Supplemental to Wage Rates 9 08/31/2016 Edition, Published August 1st, 2016 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 10 08/31/2016 Edition, Published August 1st, 2016 1 1 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain 1 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. 1 (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. 1 [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 1 1 Supplemental to Wage Rates 11 08/31/2016 Edition, Published August 1st, 2016 1 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 TABLE OF CONTENTS PAGE NO. INTRODUCTION TO THE SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK 6-3 1-01 DEFINITIONS AND TERMS 6-4 1-02 BID PROCEDURES AND CONDITIONS 6-6 1-03 AWARD AND EXECUTION OF CONTRACT 6-13 1-04 SCOPE OF THE WORK 6-15 1-05 CONTROL OF WORK 6-16 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-21 1-08 PROSECUTION AND PROGRESS 6-27 REQUEST TO SUBLET FORM 6-30 1-09 MEASUREMENT AND PAYMENT 6-33 1-10 TEMPORARY TRAFFIC CONTROL 6-38 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-39 2-04 HAUL 6-40 2-11 TRIMMING AND CLEANUP 6-40 7-17 SANITARY SEWERS 6-40 7-24 CURED IN PLACE PIPE (CIPP) (NEW SECTION) 6-42 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 6-51 G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK The project consists of the following work: Construction of approximately 2,374 LF of 8" and 10" cured in place pipe for rehabilitating sanitary sewer main, 53 side sewer reinstatements, pipe cleaning, video inspection, and sewer bypass. 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 2016, referenced codes and organizations, and these Special Provisions. G\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-3 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "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 the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-4 Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. The terms defined in Section 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", `Agency" and "Owner" are interchangeable. Engineer HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 Inspector The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's performance. Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. G\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed 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 No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General (August 15, 2016 APWA GSP Option A) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, must request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective Bidders before the submission of their Bids. Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-6 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. Supplement this section with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. G'\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-7 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (August 15, 2016 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Title and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056 EF, as required by Section 1-02.6. The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "DBE Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any DBE confirmations or GFE documentation proposal that is received after the time specified above, or received in a location other than that specified in the Call for Bids. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-8 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (January 4, 2016 APWA GSP) Delete this section and replace it with the following: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. G.\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-9 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/contentifileandpaytaxes/latefiling/dtlwest.aspx, or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A Criterion: The Bidder shall not have a record of prevailing wage violations as determined by the Washington State Department of Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-10 B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; and • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its ownors have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. G:\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-11 B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre -Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-12 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 Award of Contract Supplement this section with the following: The Contract will be awarded to the apparent low bidder on the basis of the total of all bid items and schedules accepted by the Contracting Agency. The Contractor shall submit bids for all bid schedules, including all alternate and/or additive bid schedules as applicable, to be considered a responsive bidder. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-13 Supplement this section with the following: Failure to return the required documents within the allotted time shall be considered as non-responsive and shall result in forfeiture of the bid bond or deposit of the bidder in accordance with Section 1-03.5. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on a Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 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(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect by the president or vice president). Supplement this section with the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. Repair and/or replacement of defective materials and workmanship shall be as specified in Section 1-05.12(1). G:\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-14 In addition to the requirements for the Contract Bond according to Section 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond document is bound in these Specifications. 1-03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract 1-04.1(2) Bid Items Not Included in the Proposal Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes Supplement this section with the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. If oral approval is granted, it shall be documented in writing shortly thereafter. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-15 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. 1-04.4(1) Minor Changes Supplement this section with the following: The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 Variation in Estimated Quantities Supplement this section with the following: The quantities listed in the unit price Bid Proposal are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to: All Bid Items. Payment will be made at the unit contract price for actual quantities of work completed. 1-04.11 Final Cleanup Supplement this section with the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the City and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Supplement this section with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the City'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 accor- dance with the terms of the Contract. The City'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 G\PROJECTS\2016\16141\SPEC \16141 SPEC.Docx 6-16 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 City may suspend all or part of the work according to Section 1-08.6. 1-05.3 Working Drawings Supplement this section with the following: Working Drawings shall be transmitted to the City, Dana Kallevig, dana.kallevig©yakimawa.gov. Catalog cuts shall include marks to indicate the specific item that is to be provided for the project. If alternate items are submitted for approval, the Contractor shall indicate the proposed location and use of the item. If PDF format is found to be unacceptable, the Contractor shall submit to the City for review and approval, six copies of all Working Drawings required in the project documents. The data shown on the Working Drawings will be complete with respect to dimensions, design criteria, products and materials of construction, and like information to enable the City to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifications. When the Contractor does call such deviations to the attention of the City, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the City, Working Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Working Drawing, or other means, that he (the Prime Contractor) has checked the Working Drawing. The Contractor's stamp of approval on the Working Drawings shall constitute a representation to the Owner that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Working Drawing or sample with the requirements of the Contract Documents. Working Drawings submitted by subcontractors, directly to the Owner or sub -consultants, will be rejected for the purpose of approval. The practice of submitting incomplete or unchecked Working Drawings for the City to correct or finish will not be acceptable, and Working Drawings which, in the opinion of the City, 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 City will review with reasonable promptness Working Drawings and samples, but the City'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 City of a separate item as such will not indicate review of the assembly in which the item functions. When the Working Drawings have been reviewed by the City, an electronic (.pdf) copy including a transmittal memo will be returned to the Contractor. No submittal or Working Drawing will be recognized without the City's review attached. In case of dispute, the City's electronic copy will be recognized as the accepted copy of record. Two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Working Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the City and shall resubmit the required number of corrected Working Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Working Drawings other than those changes indicated by the City, unless such changes are clearly described in a letter accompanying the resubmitted Working Drawings. Where a Working Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the City. G \PROJECTS\2016\16141\SPEC\16141 SPEC Doc( 6-17 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. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual Dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of sanitary sewer mains and side sewers. Drawings shall be subject to the inspection of the City at all times. Prior to acceptance of the work, the Contractor shall deliver to the City 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 City. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the City, or fails to perform any part of the work required by the Contract Documents, the City 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 City determines to be an emergency situation, the City 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 City, 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 City 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. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-18 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the City and request the City establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The City will schedule an inspection of the work with the Contractor to determine the status of completion. The City may also establish the Substantial Completion Date unilaterally. If, after this inspection, the City concurs with the Contractor that the work is substantially complete and ready for its intended use, the City, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the City does not consider the work substantially complete and ready for its intended use, the City will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the City 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 City establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the City to schedule a final inspection. The City will set a date for final inspection. The City and the Contractor will then make a final inspection and the City 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 City 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 City 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 City's right hereunder. Upon correction of all deficiencies, the City 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. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall G \PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-19 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 City. 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 City, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12(1) One -Year Guarantee Period (New Section) (March 8, 2013 APWA GSP) The following new section shall be added to the Standard Specifications: The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. Supplement this section with the following: The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the City, Dana Kallevig. 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 City'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. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-20 1-05.16 Water and Power (New Section) The following new section shall be added to the Standard Specifications: Water Supply: Water for use on this project shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regula- tions. The City reserves the right to deny the use of fire hydrants where deemed inappropriate by the City. Power Supply: The Contractor shall make necessary arrangements, and shall bear the costs for power necessary for the performance of the work. Measurement and Payment: No separate measurement and payment for water and power will be made. This pertains to water required for dust control, 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. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 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 kno'.vn 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 City to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-21 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax - Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax - Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-22 1-07.6 Permits and Licenses Supplement this section with the following: The Contractor and all subcontractors are responsible for obtaining and paying for business licenses in the City of Yakima. All costs required to comply with this section shall be the responsibility of the Contractor. 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section and replace it with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to improvements. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1-07.17 Utilities and Similar Facilities Supplement this section with the following: 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. If applicable, the Contractor shall call the Utility Notification Center (One -Call Agency) 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 Agency for this project is 1-800-424-5555. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. 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, HLA Engineering and Land Surveying, Inc. (HLA), as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least ten (10) 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. G:\PROJECTS\2016\16141\SPEC116141 SPEC.Docx 6-23 1. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain provisions for a deductible. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However, in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the City 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 a 10 day 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 a five working day notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. The Contractor is responsible for all his subcontractors' actions and omissions. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Add the following after the fourth sentence of the second paragraph: Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the City, 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 routine maintenance on such system.) Add the following to the third paragraph: 5. Maintain vehicular and pedestrian access to businesses at all times that businesses are open. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-24 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 coordinating 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 City, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; 4. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and 5. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. 6. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 7. Local access shall be maintained to the residents within the project limits at all times. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. G'\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-25 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 City. 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 City 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 a 48-hour notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the City 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 City before the Completion Date will be established. 1-07.28 Safety Standards (New Section) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency for the identification of any or all unsafe conditions. 1-07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress or utility service to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Property owner notification requirements shall be coordinated with the Owner. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-26 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the City, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the City for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than five (5) working days prior to the day(s) the Contractor is requesting to change the hours. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-27 If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The City may require designated representatives to be present during the work. Representatives who may be deemed necessary by the City include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other contracting Agency employees or third party consultants, when, in the opinion of the City, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. 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. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (New Section) The following new section shall be added to the Standard Specifications: Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work, a Resident Engineer will be present and a survey crew may be required at the discretion of the City. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the City to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting Supplement this section with the following: A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the City: 1. Request to Sublet Work (Form 421-012), and The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-28 Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts of Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This certification shall be submitted to the City, on the Personnel Inventory Form as provided by the City at the Preconstruction Meeting, within 20 calendar days after physical completion of the Contract. G'\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WAI;Washington State Department of Transportation (Check all that apply for State ❑ Disadvantaged Business (DBE) ❑ Veteran Owned Business (VBE) ❑ Minority Owned Business (MBE) 0 State Small Business (SBE) Request to Sublet Work Program) 0 Woman Owned Business (WBE) 0 Federal Small Business (FBE) (Federal Program) 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: ■ ❑ Lower Tier Subcontractor Subcontractor Unified Business Identifier (UBI) Federal Employer I.D. Number* Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, Name of Corresponding Sub. Fed ID of Corresponding Sub * If no Federal Employer I.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request DBE Status Verification Previous Requests % Sublet to Date % Project Engineer's Signature ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 04/2016 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 Progress Schedule Delete this section and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the City 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 City 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 City. 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 Con- struction 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. Electronic copies of newly updated schedules shall be sent to the City, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the City. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Supplement this section with the following: Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under Section 1-08.10(1) of the Standard Specifica- tions. 1-08.5 Time for Completion Add the following to the first paragraph: Fifteen (15) working days after the date set forth in the Notice to Proceed shall be allowed for completion of all Contract work. G \PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-31 Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay". An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the City 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 City 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 City, the protest shall be in sufficient detail to enable the City to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The City 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 City prior to establishing a completion date: a. Material Acceptance Certification Documents b. Final Contract Voucher Certification c. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors d. Property owner releases per Section 1-07.24 e. Project record drawings per Section 1-05.3(1) f. Personnel Inventory Form 1-08.9 Liquidated Damages Replace the third paragraph with the following: If the Contract work is not completed within the times specified in Section 1-08.5, the Contractor agrees to pay to the Owner the sum of $1,800 per day for each and every working day said work remains uncompleted after expiration of the specified time. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-32 1-08.10 Termination of Contract 1-08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.3 Scope of Payment Supplement this section with the following: Payment for work performed under this Contract will be based on the items listed in the Unit Price Bid Proposal. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Unit Price Bid Proposal and the "Payment" clauses found in each section of the Standard Specifications, the Unit Price Bid Proposal items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications, but no bid item is provided in the Unit Price Bid Proposal, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 Equitable Adjustment Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the City. Add the following clarification: The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." Supplement paragraph one of Subsection 2 with the following: Sales tax will be applied to payment made to the Contractor and shall not be included in the cost of materials provided to the City. 1-09.7 Mobilization Supplement this section with the following: When the contract includes multiple schedules of work containing lump sum contract prices for "Mobilization", partial payments will be made on the percent of the work schedule totals, not the percent of the total original contract. G'\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-33 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the City to determine the work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the City will make a determination based on information available. The City's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the City. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the City's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the City. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the City. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Supplement this section with the following: The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. G.\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-34 The Contractor shall submit his signed Application for Payment within three (3) working days of the progress estimate cutoff date. After the application for payment is reviewed by the City, the City 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 City, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the City 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 City to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the City'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 City, for purposes not connected with the work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the City'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 City 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 City, indicates the Contract may exceed the Contract time. G.\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-35 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the City with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.4. c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the City to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the City 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 City 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 City, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the City 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, G.\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-36 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. If a contract is funded by grant, state, or federal money, the public body shall pay the prime contractor for satisfactory performance within thirty calendar days of the date the public body receives a payment request that complies with the contract or within thirty calendar days of the date the public body actually receives the grant or federal money, whichever is later. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction (July 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that were an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. 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. G:\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-37 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (December 1, 2008 WSDOT GSP) Supplement this section with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans Delete the first two sentences of the first paragraph and replace with the following: The Contractor shall be required to prepare traffic control plans required to complete the work. No work shall be done on or adjacent to any traveled way without City -approved traffic control plans. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or modify the traffic control plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the City for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan. The signed plans prepared by the Contractor's Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plans, including any revisions required by the City after review, shall be included in the unit contract price for "Project Temporary Traffic Control," per lump sum. G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-38 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP) Supplement this section with the following: The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement this section with the following: In no case shall the Contractor be required to clear and grub beyond the right-of-way line, except as specifically directed by the City or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All work beyond the right-of-way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs and posts, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. All clearing and grubbing includes disposal of unwanted materials, unless otherwise directed by City. 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup Supplement this section with the following: Roadside cleanup shall include all project areas outside of the road right-of-way, including utility easements and private property, as shown on the Plans. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the City and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2-01.4 Measurement Supplement this section with the following: No unit of measurement shall apply to Roadside Cleanup. 2-01.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-39 2-04 HAUL 2-04.5 Payment Delete this section and replace it with the following: All haul of materials on this project is incidental to and included in other pay items of work. 2-11 TRIMMING AND CLEANUP 2-11.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section will be considered as incidental work to the various bid items and no separate payment will be made. 7-17 SANITARY SEWERS 7-17.1 Description This section is supplemented with the following: The term "sewer(s)" and "sanitary sewer(s)" shall mean the same. 7-17.3 Construction Requirements 7-17.3(2)A General Delete the first paragraph and replace it with the following: All sewer pipes and appurtenances shall be cleaned and tested after backfilling by either the exfiltration or low pressure air method at the option of the Contractor. Deflection testing shall be done by pulling a steel mandrel through the pipe. All testing shall be witnessed by the Engineer. 7-17.3(2)1 Bypass Pumping (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall submit a plan for bypass pumping and/or diversion at the preconstruction meeting for the City's review. The City's review does not relieve the Contractor of his/her responsibilities to design an adequate system. Any damage resulting from bypass operations shall be addressed by the Contractor, at the Contractor's expense. The Engineer and Contracting Agency shall be held harmless for any damage caused by the loss of service, either mainline or lateral, during the process. The bypass pumping and/or diversion plan must be specific and shall include, but not be limited to, the following details: a. Schedule for installation and maintenance of bypass pumping system. b. Staging areas for pumps. c. Bypass pump sizes, capacity, number of each size to be on site and power requirements. d. Road crossing details. e. Plugging methods and bypass time duration for each section. f. Size, length, material, location and method of installation for suction and discharge piping. G\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-40 g. Method of noise control for each pump and/or generator (If work is performed between the hours of 10:00 p.m. and 7:00 a.m. during weekdays or between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays.) h. Emergency response plan to be followed in the event of a failure of the bypass pumping and/or diversion system. The Contractor's plan for bypass pumping shall be satisfactory to the City before the Contractor shall be allowed to commence bypass pumping. The Contractor shall notify the City 24 hours prior to commencing bypass pumping operation. The Contractor, when and where required, shall provide diversion for flows. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. The level in the bypass pumping manhole shall not be allowed to rise more than one (1) foot above the crown of the incoming pipe. At each location, a backup pump will be required in case one pump fails. Plugging the sewer main at an existing upstream manhole or providing a temporary opening in the upstream line, and pumping the flow into a downstream manhole or adjacent system shall make the bypass. The Contractor shall be responsible for continuity of service to each facility connected to the section of pipe during the execution of the work. If backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage cost and all claims. When bypassing sewer mains, the Contractor shall: A. Identify all active laterals. Active laterals shall not be disconnected, plugged, or subject to any other service interruption during the period from 5:00 P.M. to 8:00 A.M. B. Coordinate activities with impacted properties. Property owners shall be notified that their side sewer will be out of service at least 24 hours prior to service interruption. Written notification shall include date, time, and estimated duration of service disruption. It shall also include the appropriate information concerning the Contractor, including a 24-hour emergency number for contacting the Contractor or his representative. The Contractor shall provide piping and bridging for bypass pumping to minimize the impact to traffic. Limited flow data is available for some of the pipe sections as shown on the Plans. 7-17.4 Measurement Delete the second paragraph and replace it with the following: No specific unit of measurement will apply to the lump sum bid item of "Sanitary Sewer Bypass". 7-17.5 Payment Add the following to the first paragraph: The lump sum contract price for "Sanitary Sewer Bypass", shall be full compensation for all labor, tools, materials, and equipment necessary to furnish, install, and operate the complete bypass without backup of existing sewer including, but not necessarily limited to pumping plan, pumping equipment, installation and removal of pump and lines, and traffic control associated with the bypass pumping. G.\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-41 7-24 CURED IN PLACE PIPE (CIPP) (NEW SECTION) The following new section shall be added to the Standard Specifications: 7-24.1 Description This work shall consist of rehabilitating existing pipelines by constructing cured in place pipe (CIPP) in accordance with the Plans, Standard Specifications, and Special Provisions at the locations shown on the Plans. It is the intent of this specification to provide for the rehabilitation of pipelines by the installation of a resin -impregnated flexible tube, which is tightly formed to the original pipe. The term "tube(s)" shall mean the same as liner(s). 7-24.1(1) Manufacturer/Installer Qualification Requirements In order to minimize the Owner's risk, only Proven products and installers with substantial successful long- term track records with CIPP construction will be deemed qualified by the Owner. Products and Installers must meet the following criteria: 1. For a Product to be considered as Proven, a minimum of five successful previous CIPP installation projects of a similar size and scope of work shall have been performed and documented to the satisfaction of the Owner. In addition, products proposed for use must provide third party test results supporting the structural performance (short-term and long-term) and such data shall be satisfactory to the Owner. A product is considered proven if it has been successfully installed without any defects for a minimum of four (4) years. 2. For an Installer to be considered as Proven, the Installer must have at least five (5) years active experience in CIPP commercial/industrial/municipal installations. In addition, the Installer must have successfully installed at least 100,000 feet of CIPP. Experience and installation history documentation must be submitted to the Owner within 48 hours following bid opening. Installer's assigned project manager must have a minimum of two (2) years of CIPP installation experience and must be on-site during CIPP installation. Documentation for products and installers demonstrating fulfillment of above criteria must be submitted to the Engineer within 48 hours following bid opening to be considered responsive. Should a bidder fail to provide said documentation within the allotted time, bidder will be disqualified. 7-24.1(2) Referenced Documents The following documents form a part of this specification, to the extent stated herein, and shall be the latest editions thereof. Where differences exist between standards, the one affording the greatest protection shall apply, as determined by the Engineer. ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube. ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled -in - Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP) ASTM D638 Standard Test Method for Tensile Properties of Plastics. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ASTM D792 Standard Test Methods for Density and Specific Gravity of Plastics by Displacement. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-42 ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep - Rupture of Plastics. ASTM D5813 Standard Specification for Cured -in Place Thermosetting Resin Sewer Pipe. 7-24.1(3) Submittals Post -bid and Pre -work Submittals The following is a list of submittals that shall be provided to the City following contract award and prior to the preconstruction meeting: 1. All calculations, including liner size, wall thickness, resin volume requirements and all assumptions of the liner pipe shall be submitted for the City's review. 2. The Contractor shall furnish, prior to use of the lining materials, a manufacturer's certification that the CIPP liner and resin have been manufactured, sampled and tested in accordance with ASTM F1216 or ASTM 1743 and in accordance with ASTM D5813. 3. The seal material and method of installation for pipe end seals shall be submitted for approval by the City. 4. The Contractor shall submit test results from previous field installations of the same resin system and tube materials as proposed for the actual installation. Field sampling procedure shall be in accordance with ASTM F1216 or ASTM 1743 and in accordance with ASTM D5813. 5. The Contractor shall submit the liner system manufacturer's calculations for the volume of resin to be used for each segment including the calculated amount of excess resin necessary to achieve full saturation. The volume calculations must be based on required finished liner characteristics and should account for tube void space, the structural condition of the host pipe, and predicted changes in the resin's physical and chemical characteristics due to polymerization. 6. The Contractor shall submit catalog data and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of tube and resin system components. Include the manufacturer's recommendation for handling, storage, temperature control, wetout, insertion, curing, cool down information, lateral reinstatement methods, trimming, finishing, and repair of damaged liner. Include data on the maximum allowable stresses and elongation of the tube. Confirm resin color to be used. 7. The Contractor shall submit a detailed plan including schedule and locations of the wetout process. Include manufacturer's wetout recommendations for the roller gap, material feed speed and vacuum requirements for each liner size and thickness. 8. The Contractor shall submit a detailed plan of the pipe lining and curing process. The description must include the resin manufacturer's curing cycle with temperatures and pressure requirements at intervals of no less than every 15 minutes. The curing cycle must be specific to each liner segment and address project design parameters and site conditions. Include a contingency curing cycle in the event temperatures fall over or under the liner system manufacturer's recommendations. Identify in the description the type of temperature sensors that will be used, their proposed locations, and recording method and/or equipment. 9. When a grout sealing method is proposed, the Contractor shall submit certification from the grout manufacturer or supplier that the proposed grout material for sealing structures is compatible with the proposed resin and liner system, and is suitable for use in aqueous environments. 10. The Contractor shall submit bypass pumping and/or diversion plans per Section 7-17.3(2)1. G \PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-43 11. The Contractor shall submit an overall plan that identifies the liner insertion locations, bypass pumping locations, traffic control and construction methods with sufficient detail to assure that the work can be accomplished without damage to the environment or traffic safety hazards. 12. The Contractor shall submit a liner repair plan, including a detailed description of methods and materials required to repair typical minor liner damage, such as isolated installation tears less than 4 inches in length and no more frequent than one in one -hundred linear feet; isolated discrete blisters; isolated areas of pinholes; isolated areas of dry tube; and isolated soft spots. Include in the repair plan a method of repairing trimmed wrinkles and fins. Provide the CIPP liner system manufacturer's recommendations for liner repairs. Implementation of the plan will be subject to the City's approval, prior to making each repair. 13. The Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the project. During -work Submittals 1. The Contractor shall perform Closed Circuit Television (CCTV) inspection after cleaning of the host pipes to document the condition, verify interior diameter, determine ovality, and determine requirements for point repairs, if there is any. The Contractor shall submit the CCTV inspection, prior to the installation of the CIPP. This submittal shall consist of a standard DVD for each pipe section between manholes. Pipe inspection reports shall also be included in the submittal package, along with a PDF or hard copy map showing pipe type and distances from the center of manhole to center of lateral or defect and if laterals are active. Stationing and manhole numbers on reports shall match those shown on the Contract plans. 2. The Contractor shall submit a host pipe point repair plan as required when discovered during pre- installation video inspection, including proposed method of infiltration control, if applicable. 3. The Contractor shall submit to the City the signed wetout sheet for each liner delivered to the site. The certified wetout sheet shall include, but is not limited to, wetout date, resin identification, fabric tube length, diameter, and thickness. Additionally, the Contractor shall submit a sample wetout sheet from the manufacturer for the City's review prior to the start of the wetout process for the current project. 4. The Contractor shall submit certified copies of all installed liner cure logs. Cure logs shall be submitted to the City within 48 hours of each liner segment installation. Post -work Submittals 1. The Contractor shall submit certified test results of the CIPP liner material from the actual installed liner within fifteen (15) working day, to the City for review. 2. CCTV Inspection — An internal television inspection shall be performed by the Contractor after lining installation is completed and submitted to the City. 7-24.2 Materials Tubing Tubing shall meet the requirements of ASTM F1216 or ASTM F1743, Section 5 and ASTM D 5813 Sections 5, 6, and 8. The outside layer of the fabric tube shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wetout) procedure. The fabric tube felt shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layer. No material shall be included in the fabric tube that may cause de- lamination of the installed CIPP. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-44 The outside of the fabric tube shall be marked with the name of the manufacturer. Tubes must be manufactured in the USA. The minimum length of the fabric tube shall be that deemed necessary by the installer to effectively span the distance from the starting manhole to the terminating manhole or access point, plus that amount required to run-in and run -out for the installation process. The tube shall be fabricated from materials which when cured, will be chemically resistant to withstand internal exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, methane, petroleum hydrocarbons, saturation with moisture, diluted sulfuric acid, and other chemical reagents determined by the City. The tube shall be free of all visible tears, holes, cuts, foreign materials, and other defects. Resin The resin shall be corrosion resistant polyester, that when properly cured within the fabric tube composite meets the requirements of ASTM F1216 or ASTM F1743, the physical properties herein, and those, which are to be utilized in the design of the CIPP for this project. The resin shall produce CIPP that will comply with the structural and chemical resistance requirements of this specification. The resin/liner system shall meet the 10,000 -hour test in accordance with Section 8.2.2 Test Methods of ASTM D5813. The activated resin shall contain a colorant compatible with the resin, organic peroxides installation, and curing process, such as Creallova CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0.01-0.035% by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding to it to the resin, to serve as a multi-purpose visual quality assurance indicator. 7-24.3 Construction Requirements Installation of the liner shall be performed by a Contractor endorsed by the liner manufacturer. The Contractor shall be experienced with the means and methods of the materials utilized and the recommended installation procedures. The Contractor shall schedule the installation of the cured in place pipe (CIPP) during low flow hours/periods to minimize bypass loading. At the time of installation, the liner shall be homogeneous throughout, uniform in color and free of defects. Liners shall be properly stored and handled to prevent damage, in accordance with the manufacturer's recommendations and as approved by the City. All liner rejected by the City shall be promptly removed from the project site, at the Contractor's expense, and disposed of in accordance with current applicable regulations. 7-24.3(1) Structural Requirements The CIPP thickness shall be designed as per ASTM F1216, and any additional requirements set forth in these specifications. The CIPP design shall assume no bonding to the original pipe wall. The bond between tube layers shall be strong and uniform. All layers, after cure, must form one homogeneous structural pipe wall with no part of the tube left unsaturated by resin. The required structural CIPP wall thickness shall be based, as a minimum, on the structural properties in Table 1 of ASTM F1216, the Design Equations in the Appendix of ASTM F1216, and the following design parameters: G.\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-45 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Design Safety Factor 2.0 Long -Term Flexural Modulus Retention Factor 50% Flexural Modulus Short Term 250,000 PSI Flexural Strength Short Term 4,500 PSI Ovality As per Contractor's review of CCTV inspection or 2%, whichever is greater Modulus of passive soil reaction 1,000 psi Groundwater Depth Assume at 10 feet Soil Depth (above the crown) Live Load H2O Highway Loading Soil Load (assumed) 130 lb/cf Minimum service life 50 years Design condition Fully deteriorated No soils investigations have been performed related to this project. 7-24.3(2) Existing Pipe Condition Appendix B provides video inspection reports and photos of the existing pipes to be rehabilitated, which were completed by the Owner. The reports and photos are meant to provide a general idea of the pipe conditions. The Contractor shall review the photos to determine the existing pipe conditions. The Engineer has a DVD video disk of the television inspection of the pipe to be rehabilitated. The disk is available for review by prospective Contractors by request during the bidding period. 7-24.3(3) Preparation Property Owner Notifications The Contractor shall notify all property owners, household residents and/or businesses that may be affected by temporary service line disconnections or plugging. The notification shall be received by the property owner/occupant not less than 24 hours prior to the service disruption. Written notification shall include date, time, and estimated duration of service disruption. It shall also include the appropriate information concerning the Contractor, including a 24-hour emergency number for contacting the Contractor or his representative. The City may also notify/contact the property owners and general public as to the general status of the project. However, it is the sole responsibility of the Contractor to notify the individual property owners/occupants regarding the timing of service disruption. Cleaning and Material Disposal The Contractor shall be responsible for cleaning, inspecting, confirming the inside diameter and determining the condition of each manhole -to -manhole segment of the existing pipe to be lined. The word "clean" in this specification is defined as the removal of all accumulations including sludge, dirt, sand, rocks, asphalt, concrete, grease, roots, and any other solid or semisolid material in the pipe down to the parent material, including at pipe joints. It will be the Contractor's responsibility to make as many cleaning passes as necessary to meet the above definition of "clean". During cleaning operations, precautions shall be taken by the Contractor in the use of cleaning equipment to avoid any damage to the pipe. When using a high -velocity jet machine, it shall not remain stationary while cleaning the pipe. Sludge, dirt, sand, rocks, grease, and other solids or semi-solid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing materials from manhole section to manhole section is not permitted. G'\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-46 If encountered, roots shall be removed in pipes. Special attention shall be used during the cleaning operation to assure removal of roots from the joints and side sewer laterals. Procedures may include the use of mechanical equipment such as rodding machines, root cutters, and high -velocity jet cleaners. Protruding side sewer connections shall be removed either internally with a hydrojet cutter or by other internal remote methods proposed by the Contractor and approved by the City. Trucks hauling solids or semi-solids from the site shall be watertight so that no leakage or spillage will occur. Under no circumstances shall sewage or solids be dumped onto the ground surface, streets, catch basins, or storm drains. Water Fire hydrants are available to supply water for this project. The Contractor shall use water from hydrants in accordance with Section 1-05.16. TV Inspection An internal television inspection shall be performed by the Contractor following cleaning operation and after CIPP installation is completed. Protection of Manholes The Contractor shall protect manholes from damage by forces generated by equipment, water, or air pressures used to perform the work. Resin Impregnation The wetout fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The impregnated liner bag shall be transported to, and stored at, the site in such a manner that it will not be damaged, exposed to direct sunlight, or result in any public safety hazard. The impregnated liner bag shall be kept cool during shipment and storage. All materials shall be subject to inspection and review prior to installation. 7-24.3(4) Installation CIPP installation shall be in accordance with ASTM F1216 and ASTM F1743, with the following additional requirements: Bypassing Sewage The Contractor shall submit a detailed bypass plan in accordance with Section 7-17.3(2)1, for the City's review. Point Repair If inspection reveals an obstruction that cannot be removed by conventional pipe cleaning equipment or by remotely performed point repair methods acceptable to the City, then the Contractor shall make a point repair excavation to uncover and remove, or repair the obstruction as directed by the City. Before any point repair excavation is pursued, the Contractor shall give the City a three (3) working day notice. Each point repair shall proceed only with the City's written authorization prior to the work being performed and shall be paid for in accordance with Section 1-04.4. Generally, the pipe and repair materials shall be the same inside diameter as the existing pipe. The Contractor shall provide a Romac clamp coupling, or equal at each end of the replaced section for connection to existing sanitary sewer. The replaced section of pipe shall however, provide a smooth transition from the existing pipe to the new pipe. G:\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-47 Final Cleaning and Inspection The existing host pipe shall be cleaned again just prior to insertion of the liner. A maximum of one hour may elapse between this final cleaning pass and the liner insertion. After cleaning is complete, a final camera pass shall be made to verify the cleanliness of the line. This final inspection shall be available for the Resident Engineer in the TV truck. Prior to installation, remote temperature gauges (typically thermocouple probes) shall be installed at all exposed portions of the pipe (beginning and end of run) for each inversion/pull-in or run of installed liner pipe between the host pipe and the CIPP liner to monitor the temperatures during the cure cycle. Liner and host pipe interface temperature shall be monitored and logged during curing and cool down periods. Resin Impregnation The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube. Tube Insertion The wetout tube shall be positioned in the pipeline using either inversion or a pull -in method. The tube shall be pulled -in or inverted through an existing manhole or approved access point and fully extended to the next designated manhole or termination point. The Contractor shall protect the manholes to withstand forces generated by equipment, water, or air pressures used while installing the tube. If a lubricant is used during the installation process, the Contractor shall submit material data to the City for approval prior to its use. No petroleum based lubricants, such as mineral oil, shall be approved for use. The Contractor may be required to place an absorbent material in the area of installation (i.e., around truck area, gutter line, or where appropriate). If a pulling method is used, a cable shall be strung through the existing pipe to be rehabilitated and attached to the liner through an existing manhole or access point. The liner shall be pulled through the existing manhole and through the existing pipe by this cable. Care shall be taken not to damage the liner or host pipe during the installation. Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. Curing After CIPP pulling or inversion is completed, suitable heat source and distribution equipment shall be provided to distribute, or re -circulate, hot water or steam throughout the pipe in accordance with ASTM F1216. The equipment shall be capable of delivering hot water or steam throughout the section to uniformly raise the temperature above the temperature required to cure the resin. This temperature shall be determined by the manufacturer based upon the resin/catalyst system employed. The curing of the CIPP must take into account the existing pipe material, the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of the soil). The Contractor shall submit the cure and cool down periods as recommended by the resin manufacturer. If an accelerant is used, the Contractor shall submit the adjusted cure and cool down periods based on the accelerant Manufacturer's recommendations. Recirculation of the hot water or steam shall be maintained continuously throughout this period. During the cure process, the Contractor shall keep logs, charts, and/or graphs of the liner temperatures at the specified locations to ensure that proper temperatures and cure times have been achieved. Certified cure logs shall be submitted to the City for each installed liner. Cool Down The Contractor shall cool the CIPP in accordance with the manufacturer's recommendations and ASTM F1216. The manufacturer's recommended cool down schedule shall be submitted to the City for review. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-48 Workmanship The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de -lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Any defect, which will or could affect the structural integrity or strength of the linings, shall be repaired at the Contractor's expense, in a manner approved by the City. Sealing The beginning and end of the CIPP shall be cut flush at the inlet and outlet points in each manhole, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. The sealing material and installation method shall be submitted by the Contractor for approval consideration by the City prior to start of construction. Hydraulic cements and quick -set cement products are not acceptable. Sealing shall be incidental to other bid items. Reinstatement of Side Sewers After the CIPP has been properly cooled and air tested, the Contractor shall internally reinstate active side sewer connections. Internal reinstatements shall be performed by a qualified individual with experience in successful internal cuttings. The cutting device shall produce a neat and clean opening, 95% minimum and 100% maximum, of the same size and configuration of the existing side sewer connection. The opening, when complete, shall be smooth with no rough edges that could cause debris to collect and cause future blockages. If reinstatement is delayed for any reason, it shall be the Contractor's responsibility to accommodate the property owner by by-passing their lateral, if needed, at no additional cost to the Owner. During initial cleaning and video inspection, the Contractor shall coordinate with the City in confirming active side sewers. When required, the City will provide dye tablets to adjacent property owners for flushing to confirm connected side sewers. Only active side sewers will be reinstated. 7-24.3(5) Testing Requirements Air Test Once completely cured and cooled down, the CIPP shall be subject to an air test in accordance with Section 7-17.3(2)F of the Standard Specifications. Chemical Resistance The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. Field Samples The physical properties of the installed CIPP shall be verified through field sampling and laboratory testing. Each run shall have a sample taken at the downstream manhole, and one in the middle of a continuous run, through several manholes. Samples shall be taken from within a section of pipe of the same diameter as the pipe being rehabilitated, temporarily installed within manholes. All materials testing shall be performed at the Contractor's expense and by an independent third party laboratory approved by the City. The testing shall be in accordance with applicable ASTM test methods to confirm compliance with the requirements specified in ASTM F1216. The Contractor shall provide certified test results of the CIPP liner material from the actual installed liner within ten (10) working days to the City for review. The laboratory results shall identify the test sample location as referenced to the nearest manhole and station. Final payment for the project shall be withheld pending receipt and approval of the test results. If properties tested do not meet minimum requirements, the CIPP shall be replaced at no additional cost to the Owner. G'\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 6-49 7-24.3(6) Post Inspection The Contractor shall perform a CCTV inspection in accordance with ASTM F1743, in the presence of the Resident Engineer following installation of the CIPP liner and reinstatement of the laterals. The Contractor shall use the same equipment used to perform the pre -installation video inspection. TV inspection reports for each host pipe shall be provided to the City within ten (10) working days of the liner installation. The TV inspection report shall note the inspection date, location of all reinstated laterals, debris, as well as any defects in the liner, including, but not limited to, gouges, cracks, bumps, or bulges. 7-24.3(7) Warranty The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the City and at no cost to Owner, any and all defects, breaks, collapse, separation, leakage, or failures of the work occurring within one (1) year following the date of acceptance of the work due to: Faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the contractor in performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any adjacent surface or subsurface improvements not included in the work under the contract, the Contractor shall repair the same and the one-year warranty period required shall, with relation to such required repair, be extended one year from the date of completion of such repair. 7-24.4 Measurement The length of cured in place pipe (CIPP) will be the number of linear feet of CIPP completed and tested, measured from center of manhole to center of manhole along a horizontal plane. 7-24.5 Payment Payment will be made in accordance with section 1-04.1, for each of the following bid items that are included in the proposal: The unit contract price per linear foot for "Clean and Video Inspect Existing Pipe" shall be full compensation for all labor, materials, tools, and equipment necessary to complete this work including, but not necessarily limited to, pipe cleaning prior to installation, solid and debris removal and disposal, pre -installation television inspection, side sewer assessments with City, cleaning following inspection, and post -installation television inspection as shown on the Plans and specified herein. The unit contract price per each for "Obstruction Removal, CIPP Preparation" shall be full compensation for all labor, materials, tools, and equipment for removal of all side sewer obstructions that cannot be removed through cleaning efforts and will prevent the CIPP process including, but not necessarily limited to, locating obstructions, internally cutting obstruction of whatever the nature of material encountered, and removal and disposal of obstruction. The unit contract price per linear foot for "Cured in Place Pipe Rehabilitation In. Diam." shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the CIPP including, but not necessarily limited to, thickness design, submittals, notifications, resin colorant, sealing at manholes, and testing as shown on the Plans and specified herein. The unit contract price per each for "Reinstate Existing Side Sewer, Internal" shall be full compensation for all labor, materials, tools, and equipment necessary to complete this work including, but not necessarily limited to internal cutting, and bypassing side sewer as shown on the Plans and specified herein. Payment for bypass of the existing pipe during cleaning, preparation, installation, inspection and testing of said CIPP shall be per section 7-17.5. G:\PROJECTS\2016\16141\SPEC\16141SPEC.Docx 6-50 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3(16) Removal Delete the first sentence of the first paragraph and replace it with the following: The Contractor shall remove and dispose of all erosion control BMPs at project completion. Removal and disposal will be a condition of granting physical completion. 8-01.5 Payment Replace with the following: All costs to comply with this section shall be considered incidental to the Contract. G'\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 6-51 APPENDIX A AMENDMENTS TO THE 2016 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2016\16141\SPEC\16141 SPEC.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2016 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 1, 2016 19 1-01.3 Definitions 20 The following new term and definition is inserted after the eighth paragraph: 21 22 Cold Weather Protection Period — A period of time 7 days from the day of concrete 23 placement or the duration of the cure period, whichever is longer. 24 25 1-02.AP1 26 Section 1-02, Bid Procedures and Conditions 27 April 4, 2016 28 1-02.4(1) General 29 The first sentence of the last paragraph is revised to read: 30 31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 32 shall request the explanation or interpretation in writing by close of business on the 33 Thursday preceding the bid opening to allow a written reply to reach all prospective 34 Bidders before the submission of their Bids. 35 36 1-02.9 Delivery of Proposal 37 The last sentence of the third paragraph is revised to read: 38 39 The Contracting Agency will not open or consider any Proposal when the Proposal or 40 Bid deposit is received after the time specified for receipt of Proposals or received in a 41 location other than that specified for receipt of Proposals unless an emergency or 42 unanticipated event interrupts normal work processes of the Contracting Agency so that 43 Proposals cannot be received. 44 45 The following new paragraph is inserted before the last paragraph: 46 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 If an emergency or unanticipated event interrupts normal work processes of the 2 Contracting Agency so that Proposals cannot be received at the office designated for 3 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the 4 Proposal will be deemed to be extended to the same time of day specified in the 5 solicitation on the first work day on which the normal work processes of the Contracting 6 Agency resume. 7 8 1-02.12 Public Opening of Proposals 9 This section is supplemented with the following new paragraph: 10 11 If an emergency or unanticipated event interrupts normal work processes of the 12 Contracting Agency so that Proposals cannot be opened at the time indicated in the call 13 for Bids the time specified for opening of Proposals will be deemed to be extended to 14 the same time of day on the first work day on which the normal work processes of the 15 Contracting Agency resume. 16 17 1-04.AP1 18 Section 1-04, Scope of the Work 19 August 1, 2016 20 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 21 Specifications, and Addenda 22 The following new paragraph is inserted before the second to last paragraph: 23 24 Whenever reference is made in these Specifications or the Special Provisions to codes, 25 rules, specifications, and standards, the reference shall be construed to mean the code, 26 rule, specification, or standard that is in effect on the Bid advertisement date, unless 27 otherwise stated or as required by law. 28 29 1-07.AP1 30 Section 1-07, Legal Relations and Responsibilities to the Public 31 August 1, 2016 32 1-07.1 Laws to be Observed 33 In the second to last sentence of the third paragraph, "WSDOT" is revised to read 34 "Contracting Agency". 35 36 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax 37 The last three sentences of the first paragraph are deleted and replaced with the following 38 new sentence: 39 40 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 41 or rental of tools, machinery, equipment, or consumable supplies not integrated into the 42 project, in the unit bid prices. 43 44 1-07.9(2) Posting Notices 45 Items 1 and 2 are revised to read: 46 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment 2 Opportunity IS THE LAW published by US Department of Labor. Post for projects 3 with federal -aid funding. 4 5 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal 6 Highway Administration (FHWA). Post for projects with federal -aid funding. 7 8 Items 5, 6 and 7 are revised to read: 9 10 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The 11 Family And Medical Leave Act published by US Department of Labor. Post on all 12 projects. 13 14 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by 15 US Department of Labor. Post on all projects. 16 17 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by 18 Washington State Department of Labor and Industries. Post on all projects. 19 20 Items 9 and 10 are revised to read: 21 22 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State 23 by Washington State Department of Labor and Industries (L&I). Post on all projects. 24 25 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington 26 State Employment Security Department. Post on all projects. 27 28 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 29 The second sentence of the first paragraph is deleted. 30 31 The first sentence of the second paragraph is revised to read: 32 33 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and 34 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. 35 36 Item number four of the fourth paragraph (up until the colon) is revised to read: 37 38 4. Potential Spill Sources — Describe each of the following for all potentially 39 hazardous materials brought or generated on-site, including but not limited to 40 materials used for equipment operation, refueling, maintenance, or cleaning: 41 42 The first sentence of item 7e of the fourth paragraph is revised to read: 43 44 BMP methods and locations where they are used to prevent discharges to ground or 45 water during mixing and transfer of hazardous materials and fuel. 46 47 The last paragraph is deleted. 48 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1-08.AP1 2 Section 1-08, Prosecution and Progress 3 August 1, 2016 4 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 5 Withheld 6 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 7 8 1-08.5 Time for Completion 9 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports". 10 11 1-09.AP1 12 Section 1-09, Measurement and Payment 13 April 4, 2016 14 1-09.6 Force Account 15 The second sentence of item number 4 is revised to read: 16 17 A "specialized service" is a work operation that is not typically done by worker 18 classifications as defined by the Washington State Department of Labor and Industries 19 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 20 municipal construction. 21 22 1-10.AP1 23 Section 1-10, Temporary Traffic Control 24 August 1, 2016 25 1-10.1(2) Description 26 The first paragraph is revised to read: 27 28 The Contractor shall provide flaggers and all other personnel required for labor for traffic 29 control activities that are not otherwise specified as being furnished by the Contracting 30 Agency. 31 32 In the third paragraph, "Project Engineer" is revised to read "Engineer". 33 34 The following new paragraph is inserted after the third paragraph: 35 36 The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times 37 except when Work requires closures. Ramps shall not be closed on consecutive 38 interchanges at the same time, unless approved by the Engineer. Lanes and ramps 39 shall be closed for the minimum time required to complete the Work. When paving hot 40 mix asphalt the Contractor may apply water to the pavement to shorten the time 41 required before reopening to traffic. 42 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 Section 8-01, Erosion Control and Water Pollution Control 2 August 1, 2016 3 8-01.2 Materials 4 This section is supplemented with the following new paragraph: 5 6 Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 7 8 8-01.3(7) Stabilized Construction Entrance 9 The last sentence of the first paragraph is revised to read: 10 11 Material used for stabilized construction entrance shall be free of extraneous materials 12 that may cause or contribute to track out. 13 14 8-01.3(8) Street Cleaning 15 This section is revised to read: 16 17 Self-propelled street sweepers shall be used to remove and collect sediment and other 18 debris from the Roadway, whenever required by the Engineer. The street sweeper shall 19 effectively collect these materials and prevent them from being washed or blown off the 20 Roadway or into waters of the State. Street sweepers shall not generate fugitive dust 21 and shall be designed and operated in compliance with applicable air quality standards. 22 23 Material collected by the street sweeper shall be disposed of in accordance with Section 24 2-03.3(7)C. 25 26 Street washing with water will require the concurrence of the Engineer. 27 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 APPENDIX B CITY OF YAKIMA VIDEO INSPECTION REPORTS G.\PROJECTS\2016\16141\SPEC\16141 SPEC Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City : Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection Report / Inspection: 1 Date 2/26/2015 P/O. No. Weather Dry Surveyor's Name Rich H. AIMMS_ID 7745 Section No. 1 Certificate No 06-15124 Survey Customer System Owner City of Yakima, WA Date Cleaned Pre -Cleaning Not Known Sewer Category Street Name City Loc. details Location Code 315 N NACHES AVE Yakima, WA IN PLANTING AREA ON NACHES AND "D" GOING Purpose of Survey Year Laid Year Rehabilitated Tape / Media No. SOUTH TO LINCOLN Routine Assessment Use of Sewer Sanitary Quarter Section E27 Flow Control Length surveyed 438.15 ft Upstream MH Dowstream MH Dir. of Survey Section Length E27MH9 E27MH10 Downstream 438.15 ft Joint Length Dia./Height 8.00 inch Material Vitrified Clay Pipe Lining Method Add. Information 1 1:468 Position 0.00 €7MH 0.00 Code Observation AMH Upstream Manhole, Survey Begins / SURVEY STARTS MH9 MWL Water Level, 5 %of cross sectional area MGP General Photograph / 4 FOOT PIC MGP General Photograph / SIX FOOT PIC TBA Tap Break -In Active, at 02 o'clock, 4", within 8 inches of joint: YES 28.08 TBA RMC TB Tap Break -In Active, at 12 o'clock, 4", within 8 inches of joint: YES Roots Medium Connection. from 01 to 05 o'clock. 15 %. within 8 inches of joint: YES Tap Break -In, at 09 o'clock, 4", within 8 inches of joint: YES MWL Water Level, 5 %of cross sectional area RFJ RFJ RFJ Roots Fine Joint at 05 o'clock. within 8 inches of joint: YES Roots Fine Joint. from 07 to 08 o'clock. within 8 inches of joint YES Roots Fine Joint. at 07 o'clock. within 8 inches of joint. YES Roots Fine Joint. at 05 o'clock, within 8 inches of joint. YES Roots Fine Joint. from 05 to 07 o'clock. within 8 inches of joint YES Roots Fine Joint. from 10 to 05 o'clock. within 8 inches of joint: YES MPEG Photo Grade 20_1A 20_2A 20_3A 20_4A 1214_5A, b 1214_6A, b 1214_7A, M 3 b 1214_8A, b 1214_9A, b M1 M1 M1 E27 Il Page: 1 City Yakima, WA City of Yakima 204 W PINE City Yakima Tel 509-575-6118 Inspection Report / Inspection: 1 Date : Job number : Weather : Dry Operator : Rich H. Counter : 1 Section name : Present Vehicle Camera : Preset Cleaned Not Known Rate 1:468 Position Code Observation 103.55 MWL Water Level, 10 %of cross sectional area 150.46 MWL Water Level, 5 %of cross sectional area 159.32 TB Tap Break -In, at 08 o'clock, 4", within 8 inches of joint: YES 160.93 TF Tap Factory Made. at 09 o'clock, 4", within 8 inches of joint: YES MPEG Photo Rate 1214_16A, b 1214_17A, b 1214_15A, b 1214_16A, b 200.01 MWL Water Level, 5 %of cross sectional area 1214_20A, b 7 215.89 TF Tap Factory Made, at 09 o'clock, 4", within 8 inches of 1214_17A, joint: YES b 230.42 CL Crack Longitudinal. 24". at 12 o'clock. within 8 inches of 1214_18A, S 2 joint: YES b X31.41 SSS Surface Spalling. from 08 to 09 o'clock. within 8 inches of 1214_19A. S 2 joint: YES b \252.83 MWL Water Level, 5 %of cross sectional area 1214_24A, 285.02 05.00 TFA Tap Factory Made Active, at 02 o'clock, 4", within 8 inches of joint: YES MWL Water Level, 10 %of cross sectional area 1214_20A, b 1214_28A, b E27 11 Page: 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City Yakima, WA City of Yakima 204 W PINE City Yakima Tel 509-575-6118 Inspection Report / Inspection: 1 Date Job number : Weather : Dry Operator : Rich H. Counter : 1 Section name : Present : Vehicle : Camera : Preset : Cleaned : Not Known Rate : 1:468 Position Code Observation 351.85 MWL Water Level, 5 %of cross sectional area RMJ Roots Medium Joint. from 04 to 08 o'clock. 5 %. within 8 inches of joint YESR TF Tap Factory Made, at 09 o'clock, 4", within 8 inches of joint: YES TF Tap Factory Made, at 02 o'clock, 4", within 8 inches of joint: YES RMJ Roots Medium Joint, from 01 to 05 o'clock. 5 %, within 8 inches of joint: YESR RMJ Roots Medium Joint. from 06 to 12 o'clock. 10 %. within 8 inches of joint YESR MWL Water Level, 5 %of cross sectional area RFJ Roots Fine Joint from 04 to 05 o'clock w!thin 8 inches of joint: YES MPEG Photo Rate 1214_31A, b 1214_26A, b 1214_27A, b 1214_37A, b AMH Downstream Manhole, Survey Ends / SURVEY ENDS 20_5A MH10 QSR OMR SPR MPR OPR SPRI MPRI OPRI 2211 3519 5 24 29 1.71 1.71 E27 11 Page: 3 Ci tY Yakima. WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Y.ikima, WA Street Name 315 N NACHES AVE Date AIMMS_ID 7745 Section No : 1 Yakima, WA 315 N NACHES AVi E27MH9 -> E27MH111 Vitrified Slay Pape Car Il 41 -_ - n7 1- 701'. _ _ u Iln Photo: 20_1A, MPEG #: 310712_1 OFT, Upstream Manhole, Survey Begins Yakima, WA 315 N NACHES AVE E27M119 -> t27Mi111 Vitrified Cla Pl Circular Photo: 20_3A, MPEG #: 310712_1 4FT, General Photograph Yakima, WA 31S N NACH£5 AVE E27MH9 -> E27MH10 Vitrified Clay Pape Circular_a HO' Photo: 20_2A, MPEG #: 310712_1 OFT, Water Level, 5 %of cross sectional area Yakima, WA 316,21 E27MH9 -> E27li19tF Vitrified Pa Circu " Photo: 20_4A, MPEG #: 310712_1 6FT, General Photograph E27 11 Page:4 City Yakima. WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name 315 N NACHES AVE Date AIMMS_ID 7745 Section No t Photo: 1214_5A, MPEG #: 310712_1 10.07FT, Tap Break -In Active, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 1214_6A, MPEG #: 310712_1 28.08FT, Tap Break -In Active, at 12 o'clock, 4", within 8 inches of joint: YES Photo: 1214_5B, MPEG #: 310712_1 10.07FT, Tap Break -In Active. at 02 o'clock, 4", within 8 inches of joint: YES Photo: 1214_6B, MPEG #: 310712_1 28.08FT, Tap Break -In Active, at 12 o'clock, 4", within 8 inches of joint: YES E27 11 Page: 5 City : Yakima, WA City Yakima, WA Inspection photos / Inspection: 1 City of Yakima 204 W PINE Yakima Tel 509-575-6118 Street Name : Date : AIMMS_ID . 315 N NACHES AVE 7745 Section No Photo: 1214_7A, MPEG #: 310712_1 28.22FT, Roots Medium Connection, from 01 to 05 o'clock, 15 %, within 8 inches of joint: YES Photo: 1214_8A, MPEG #: 310712_1 39.7FT, Tap Break -In, at 09 o'clock, 4", within 8 inches of joint. YES Photo: 1214_76, MPEG #: 310712_1 28.22FT, Roots Medium Connection, from 01 to 05 o'clock. 15 %, within 8 inches of joint: YES Photo: 1214_8B, MPEG #: 310712_1 39.7FT, Tap Break -In, at 09 o'clock, 4", within 8 inches of joint: YES E27 11 Page: 6 City : Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City : Yakima, WA Street Name 315 N NACHES AVE Date AIMMS_ID 7745 Section No : VOW Levet. 5 %of cross setbana4 iraa (MWL), (0.6 rich - Photo: 1214_9A, MPEG #: 310712_1 50.79FT, Water Level, 5 %of cross sectional area Photo: 1214_16A, MPEG #: 310712_1 103.55FT, Water Level, 10 %of cross sectional area Photo: 1214_9B, MPEG #: 310712_1 50.79FT, Water Level, 5 %of cross sectional area Photo: 1214_16B, MPEG #: 310712_1 103.55FT, Water Level, 10 %of cross sectional area E27 1I Page: 7 City Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 315 N NACHES AVE Date AIMMS_ID 7745 Section No 1 VAR Larel, i %d cross sectional area [MWI1, (1.4 ndr+ (E.5%)) Photo: 1214_17A, MPEG #: 310712_1 150.46FT, Water Level, 5 %of cross sectional area Photo: 1214_15A. MPEG #: 310712_1 159.32FT. Tap Break -In. at 08 o'clock. 4". within 8 inches of joint: YES Photo: 1214_17B, MPEG #: 310712_1 150.46FT, Water Level, 5 %of cross sectional area Photo: 1214_15B, MPEG #: 310712_1 159.32FT, Tap Break -In, at 08 o'clock, 4", within 8 inches of joint: YES E27 11 Page: 8 City : Yakima. WA City of Yakima 204 W PINE Yakima Tel: 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name 315 N NACHES AVE Date AIMMS_ID 7745 Section No : 1 Photo: 1214_16A, MPEG #: 310712_1 160.93FT, Tap Factory Made, at 09 o'clock, 4", within 8 inches of joint: YES Photo: 1214_20A, MPEG #: 310712_1 200.01 FT, Water Level, 5 %of cross sectional area Photo: 1214_16B, MPEG #: 310712_1 160.93FT. Tap Factory Made. at 09 o'clock, 4", within 8 inches of joint YES Photo: 1214_20B, MPEG #: 310712_1 200.01 FT, Water Level, 5 %of cross sectional area E27 1/ Page: 9 City : Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 315 N NACHES AVE Date AIMMS_ID 7745 Section No 1 Mall. ai 04 c',7,<t, ♦", wMw, B QCt,e g•44, +!. ; .:i.<1 Photo: 1214_17A, MPEG #: 310712_1 215.89FT, Tap Factory Made, at 09 o'clock, 4", within 8 inches of joint: YES Photo: 1214_18A, MPEG #: 310712_1 230.42FT, Crack Longitudinal, 24", at 12 o'clock, within 8 inches of joint: YES Photo: 1214_17B, MPEG #: 310712_1 215.89FT, Tap Factory Made, at 09 o'clock, 4", within 8 inches of joint: YES Photo: 1214_18B, MPEG #: 310712_1 230.42FT, Crack Longitudinal, 24", at 12 o'clock, within 8 inches of joint: YES E27 II Page: 10 City Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City : Yakima, WA Street Name : 315 N NACHES AVE Date AIMMS_ID 7745 Section No : 1 Photo: 1214_19A, MPEG #: 310712_1 231.41 FT, Surface Spalling, from 08 to 09 o'clock, within 8 inches of joint: YES Photo: 1214_24A, MPEG #: 310712_1 252.83FT, Water Level, 5 %of cross sectional area e snanmg, from OR elkfood,. melon P Incnee 4 Photo: 1214_19B, MPEG #: 310712_1 231.41 FT, Surface Spalling, from 08 to 09 o'clock, within 8 inches of joint: YES Photo: 1214_24B, MPEG #: 310712_1 252.83FT, Water Level, 5 %of cross sectional area E27 11 Page: 11 City : Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City : Yakima, WA Street Name : 315 N NACHES AVE Date AIMMS ID 7745 Section No 1 Photo: 1214_20A, MPEG #: 310712_1 285.02FT, Tap Factory Made Active, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 1214_21A, MPEG #: 310712_1 286.13FT, Crack Circumferential, 8" from 02 to 04 o'clock, within 8 inches of joint: YES Photo: 1214_20B, MPEG #: 310712_1 285.02FT, Tap Factory Made Active, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 1214_21B, MPEG #: 310712_1 286.13FT, Crack Circumferential, 8", from 02 to 04 o'clock, within 8 inches of joint: YES E27 11 Page: 12 Ci tY Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name 315 N NACHES AVE Date AIMMS_ID : 7745 Section No : 1 Photo: 1214_28A, MPEG #: 310712_1 305FT, Water Level, 10 %of cross sectional area Photo: 1214_31A, MPEG #: 310712_1 351.85FT, Water Level, 5 %of cross sectional area Photo: 1214_28B, MPEG #: 310712_1 305FT, Water Level, 10 %of cross sectional area Photo: 1214_31B, MPEG #: 310712_1 351.85FT, Water Level, 5 %of cross sectional area E27 /1 Page: 13 City : Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 315 N NACHES AVE Date AIMMS ID 7745 Section No 1 Photo: 1214_26A, MPEG #: 310712_1 361.92FT, Tap Factory Made, at 09 o'clock, 4", within 8 inches of joint: YES Photo: 1214_27A, MPEG #: 310712_1 363.88FT, Tap Factory Made, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 1214_26B, MPEG #: 310712_1 361.92FT, Tap Factory Made, at 09 o'clock, 4", within 8 inches of joint: YES rude, x 02 OY10i0.4 4 pot YES [TFL (3.7421 Photo: 1214_27B, MPEG #: 310712_1 363.88FT, Tap Factory Made, at 02 o'clock, 4", within 8 inches of joint: YES E27 11 Page: 14 City : Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City . Yakima, WA Street Name 315 N NACHES AVE Date AIMMS_ID 7745 Section No : 1 wat. i e..., s "„or «ms se r oval .reel (mW14. (Le nch+ (5.1%» Photo: 121437A, MPEG #: 310712_1 403.56FT, W_ater Level, 5 %of cross sectional area Yakima, WA 31 N NACH 5 AV E7711H9 -) E77MH10 Vitrtf ud CI* Pt.a Circular 0 14. 07 ?07 76 7015. 430 02 Photo: 20_5A, MPEG #: 310712_1 438.15FT, Downstream Manhole, Survey Ends waw level. 5 %ol (Joss sedlonal reel (NMI. (1.0 *Kb' ;5.11►)) Photo: 1214_37B, MPEG #: 310712_1 403.56FT, Water Level, 5 %of cross sectional area E27 1! Page: 15 10/21/2016 Observations. htm I Project Name: E28 Date: 3/18/2015 10:09:00 AM Pipe ID: 7751 Asset Location: Start ID: 71 Distance: 0 0 End ID: E27MH10 Run Number: E27MH10 10:10 Direction: UPSTREAM Pipe Size: 8" 0 Pipe Type: CLAY file:///E:/AAB-71-To-E27M H 10--10.20-2016--143453-3140/HTM /Reports/Observations. htm I 1/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8 0 Start Inspection Severity: None 0 TO E28 MH E27MH10 10:10 22 9 Observation Severity: None 0 MH 71 000,17 3/18/2015- E28 A Observation 22.9 FT MH :fir► E27MH10 10:11 file:///E:/AAB-71-To-E27M H 10--10.20-2016--143453-3140/HTM /Reports/Observations. htm I 1/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I. 10/21/2016 47.8 Observation Severity: None Observations.html 0 TO 015 E28 Observation 47.8 FT 1 file:///E:/AA&71-To-E27M H 10--10-20-2016--143453-3140/HTM LReports/Observations. htm I 2/18 10/21/2016 Observati ons. htm I file:///E:/AAB-71-To-E27M H 10--10-20-2016--143453-3140/H TM LR eports/Observati ons. htm I 3/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 50.9 Lateral Left Position: 10 Severity: None 0 ,„ - 0 nl (=y MH.10 L a-5 E28 Uf- 1;3 ral Left - = T a 74.3 Observation Severity: None 0 MH 71 TO 110 MH E27MH10, 3/18/2015 E28 10:14 Observation 74.3 FT 90 7 Observation Severity: None 0 MH 71 TO MH E27MH10 3/10/2015 E28 10:15 1 Observation 90.7 FT file:///E:/AAB-71-To-E27M H 10--10-20-2016--143453-3140/H TM LR eports/Observati ons. htm I 3/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations.html file:///E:/AA&71-To-E27M H 10--10-20-2016--143453-3140/HTM LReports/Observations.html 4/18 ure 92.6 Roots Severity: None 0 MH 71 3/18/2015 Roots 92.6 FT TO E28 MH E27MH10 10:15 x�- 94.6 Roots Severity: None 0 MH 71 3/18/2015 Roots 94.6 FT `:: .11= L;',�=_'= I. 94.6 Lateral Right Position: 2 Severity: None 0 MH 71 3/18/2015 TO E28 MH E27MH10 10:17 file:///E:/AA&71-To-E27M H 10--10-20-2016--143453-3140/HTM LReports/Observations.html 4/18 10/21/2016 Observati ons. htm I file:///E:/AAB-71-To-E27M H 10-- 10-20-2016-- 143453-3140/H T M LReports/Observations . htm I 5/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 102.1 Lateral Left Capped Position: 10 Severity: None 0 MH 71- TO 3/18/2015 E E28 ii "' .'s• Lateral Left Capped 102.1 FT `, ,MH E27MH10 10:18 104.1 Lateral Right Capped Position: 2 Severity: None 0 MH 71-r TO E20 r Lateral Right Capped 10 4 . 1 FT -1 Cana-al /!CRN 104.1 Observation Severity: None 0 *'' /Pr,-, - a,t file:///E:/AAB-71-To-E27M H 10-- 10-20-2016-- 143453-3140/H T M LReports/Observations . htm I 5/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations.html file ///E:/AA& 71-To-E27M H 1 0--1 0-20-201 6--143453 3140/HTM LR eports/Observations. htm I 6/18 MH 71 TO MH E27MH10 3/1B/201S E28 10:20 131.6 Observation Severity: None 0 Observation 131.6 FT TO MH E27MH10 _ E28 10:20 Observation • 142.8 Severity: None , TO MH E27MH10 E28 10:21 151.8 Observation Severity: None Observation 151 . 8 FT, file ///E:/AA& 71-To-E27M H 1 0--1 0-20-201 6--143453 3140/HTM LR eports/Observations. htm I 6/18 10/21/2016 Observati ons. htm I file:///E:/AAB-71-To- E27M H 10--10-20-2016--143453-3140/HTM LR eports/Obser vati ons. htm I 7/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 153.4 Lateral Left Position: 10 Severity: None.,. 0• MH 71 3/18/2015 4. Lateral Left 153.4 FT TO E :- , -iv MH E27MH10 10:21 154.7 Roots Severity: None 0 MH 71 3/18/2015 Roots 154.7 FT TO E28 . M` r',14ailiai :> 155.7 Lateral Right Capped Position: 2 Severity: None 0 5 Lateral Right-- 155.7 FT TO E28 '°. • apped MH E27MH10 10:22 file:///E:/AAB-71-To- E27M H 10--10-20-2016--143453-3140/HTM LR eports/Obser vati ons. htm I 7/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2o16 Observations. htm I 1 file:///E:/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations.html 8/18 155.7 Roots Severity: None ' = fit , ' Roots 155.7 FT T0. t,f���ikana, . E28 ` , Osgg mow, vf. 182.3 Roots Severity: None MH 71 3/18/2015 Roots 182.3 FT TO E28 + MH E27MH10 10:25 183.3 Roots Severity: None 0 MH 71. 3/18/21 Roots 183.3 FT TO E28 MH E27MH10 10:28 1 file:///E:/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations.html 8/18 10/21/2016 Observations.html file:///E:/AAB-71-To-E27M H 10--10-20-2016--143453- 3140/HTM LReports/Observati ons. htm I 9/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 203.9 Lateral Right Position: 2 Severity: None 0 MH 71 `$ 3/18/2015 Lateral Right 203.9 FT a w • ' — 218.4 Observation Severity: None 0 MH 71 3/18/2015 TO E2B MH E27MH10 10:30 224.3 Lateral Left Position: 10 Severity: None 0 zl : -Left • �l TO E28 ►kl ;, AL file:///E:/AAB-71-To-E27M H 10--10-20-2016--143453- 3140/HTM LReports/Observati ons. htm I 9/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations.html file :///E:/MB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations html 10/18 Picture 252.1 Observation Severity: None 0 MH 71 3/18/2015 Observation 252.1 FT TO E28 MH E27MH10 10:32 253.7 Lateral Left Capped Position: 10 Severity: None 0 MH 71 3/18/2015 Lateral Left 253.7 FT TO E28 ,., Capped MH E27MH10 10:32 a + 255.6 Lateral Right Capped Position: 2 Severity: None 0 11!71 Y1B/2015. ,, t w Lateral Right 255.6 FT TO E28. # Capped "' MH E27MH10 ' 10:33 file :///E:/MB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations html 10/18 10/21/2016 Observati ons. htm I file ///E /AAB- 71 -To- E27M H 10-- 10-20-2016--143453-3140/H TM LReports/Observati ons. htm I 11/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MH 71 TO MH E27MH10 3/18/2015 E28 10:34 282.3 Observation Severity: None 0 af-on 28*.3 FT 'MN 71 TO MH E27MH10 3/18/2015 E28 10:35 Lateral Right 284.4 Position: 2 0 Severity: None fight MH 71 TO MH E27MH10 1B/2015 E28 10:36 302.8 Observation Severity: None 0 file ///E /AAB- 71 -To- E27M H 10-- 10-20-2016--143453-3140/H TM LReports/Observati ons. htm I 11/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 10/21/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Observations html Ifile:///E:/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations html 12/18 Picture 304.6 Lateral Left Capped Position: 10 Severity: None 0 MH 71 TO 3/18/2015 E28 *Tr Lateral Left Capped 304.6 FT MH E27''�tt?° 1Q' c4: 304.8 Lateral Right Position: 2 Severity: None 0 MH 71 TO 3/18/2015 E28 «. >Lq,goal..R;ight l'174]ol ff. «MH E27MH10 10:37 306.8 Lateral Right Capped Position: 2 Severity: None 0 MH 71 TO 3/18/2015 E28 Lateral Right Capped 306.8 FT lik MH E27MH10 10:38 Ifile:///E:/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations html 12/18 10/21/2016 Observations. htm I file:///E:/AAB 71 -To- E27M H10-- 10-20-2016-- 143453-3140/H TM LReports/Observations. htm I 13/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 331.2 Roots Severity: None 0 W,I 1- .. :0. MH E27MH10 10:39 _. 351.1 Observation Severity: None Observation 351.1 FT +) 353.8 Lateral Left Capped Position: 10 Severity: None 0 MH 71 3/18/2015 Lateral Left 353.8 FT TO E28 Capped MH E27MH10 10:40 • file:///E:/AAB 71 -To- E27M H10-- 10-20-2016-- 143453-3140/H TM LReports/Observations. htm I 13/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 10/21/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Observations.html Ifile:///E:/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations.html 14/18 r MH 71 TO MH E27MH10 3/18/2015 E2B , 10:41 354.1 Observation Severity: None 0 Observ.at i on- 354,1.. -.FT MH. -71 TO MH E27MH10 418/2015 [28 10:41 Lateral Right Capped 355.8 Position: 2 0 • Severity: None Lateral Right Capped 355.8 FT MH 71 TO MH E27MH10 3/18/2015 E28%, f ..- 10:41 1 359.6 Observation Severity: None 0 Observation 359,6 FT Ifile:///E:/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations.html 14/18 10/21/2016 Observations.html file n//E/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations html 15/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 H_', 71 B. 2J] 5. ## • TO M, E 2 B MH E27MH r 10: Lateral Left �"" `', 361.2 Position: 10 0 .4,; " Severity: None `" Latera'/ 361. TO MH-MH10 E28 � ' 10:43 401.8 Observation Severity: None 0 41100111, MH 71 TO MH E27MH10 3/18/2015. E28 10:44 Lateral Right 402.0 Position: 2 0 Severity: None Lateral R 9h 402 F T file n//E/AAB-71-To-E27MH10--10-20-2016--143453-3140/HTMLReports/Observations html 15/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations.html file:///E /AAB-71-To-E27M H 10--10-20-2016--143453-3140/HTM LReports/Observations.html 16118 402.0 Observation Severity: None 0 MH 71 3/10/2015 TO E28 MH MH E27MH1O 10:44 rx 410 404.5 Lateral Right Position: 2 Severity: None 0 i,_: e TO E20 E27MH10 10:44 411.8 Observation Severity: None 0 Observation 411,0 FT E2B ' '• MH E27MH10 10:45 file:///E /AAB-71-To-E27M H 10--10-20-2016--143453-3140/HTM LReports/Observations.html 16118 10/21/2016 Observations. html fi Ie:///E:/AAB-71-To-E27M H 10--10-20-2016--143453-3140/HTM LReports/Observations. htm I 17/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 412.2 Lateral Left Position: 10 Severity: None 0 H 71 3/18/2015 • t "al Left F iemo TO • E28 }, MH V 431.3 Observation Severity: None 0 MH 71 3/18/2015 43 c TO E28 436.1 Roots Severity: None p MH 71 3/18/2015 `- l s Roots 436.1 FT TO E28 4 c'= �' A fi Ie:///E:/AAB-71-To-E27M H 10--10-20-2016--143453-3140/HTM LReports/Observations. htm I 17/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations. htm I Created with the lir P S' M 111110 file:///E:/AA& 71 -To- E27M H 10--10-20-2016--143453-3140/H TM LR eports/Obser v ati ons. htm I report generator Back 18/18 482.0 Observation Severity: None 0 MH 71 3/18/2015 TO E28 MH E27MH10 10:50 483.9 Manhole Severity: None 0 MH 71 3/18/2015 Manhole 483.9 FT TO E2B MH E27MH10 10:50 483.9 End Inspection Severity: None 0 :.015 End Inspection 483.9 FT TO E28 MH E27MH10 10:50 Created with the lir P S' M 111110 file:///E:/AA& 71 -To- E27M H 10--10-20-2016--143453-3140/H TM LR eports/Obser v ati ons. htm I report generator Back 18/18 10/21/2016 Observations.htm I Project Name: E28 Date: 11/23/2015 9:31:00 AM Pipe ID: 7751 Asset Location: Start ID: 71 Distance: 0 8 0 End ID: 10 Run Number: . MH 1 - - 1 't1/2,72015 • .s -t/. r8 FT Direction: UPSTREAM Pipe Size: 8" � 1.0 _ Pipe Type: CLAY fi le:///E:/AAA- 71 -To- 10- - 10- 20- 2016- - 143443- 2228/H TM LReports/Observations html 1/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8 0 Start Inspection Severity: None 0 . MH 1 - - 1 't1/2,72015 • .s -t/. r8 FT - TO - 'E21 rte' � 1.0 _ 1 45.6 Observation Severity: None 0 MH 10 11/23/2015 Observation 45.6 FT TO 'E21 �' fi le:///E:/AAA- 71 -To- 10- - 10- 20- 2016- - 143443- 2228/H TM LReports/Observations html 1/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations html 50.9 Lateral Left Position: 10 Severity: None 0 file:///E:/AAA-71-To-10--10-20-2016--143443-2228/HTM LReports/Observations. htm I 2/9 10/21/2016 Observations.html file:///E:/AAA-71-To- 10-- 10-20-2016-- 143443-2228/HTM LReports/Observations. htm I 3/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 62.4 Observation Severity: None 0 MH 10 11/23/2015 Observation 62.4 FT TO E21 • =''-:M 4} 09t., . ,- ..'', �' ` 67.9 Observation Severity: None' J• = TO 1 ., , '•'f MH 7751 - . 09:41 i 76.5 Roots Severity: None . - . ft4 r ' -015: ;, "' ... TO • Er21 - . i* �•it MH 7751 a 09:4,1 file:///E:/AAA-71-To- 10-- 10-20-2016-- 143443-2228/HTM LReports/Observations. htm I 3/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations. htm I 78.4 Roots Severity: None 93.5 Observation Severity: None 0 0 95.2 Observation Severity: None 0 .Jre MH 10 - 11/23/2015' Roots 78.4 FT MH 10 TO MH 7751 11.123/2015- E21 ,-09:5 Ob'servat i on 93.,5 FT MH 10 11/23/2015" MH 7751 09:52 f. file:///E:/AAA-71-To-10--10-20-2016--143443-2228/HTMLReports/Observations html 4/9 10/21/2016 Observations.html 95.2 101.6 103.1 Lateral Right Position: 2 Severity: None Observation Severity: None Roots Severity: None 0 0 0 file:///E:/AAA-71-To- 10--10-20-2016--143443-2228/H TM LReports/Observations. htm I 5/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I10/21/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Observations.html file:///E:/AAA-71-To-10--10-20-2016--1434432228/HTMLReports/Observations.html 6/9 154.5 Lateral Left Position: 10 Severity: None 0 +� i.: -MH' -10' ' -:11223/2015; ;. �. • . ;' atera.l Left '45,4 : 5 F T TO •E21 MH 7751 09; 56 155.9 Roots Severity: None 0 r.r ' MH- 10'• • 11/23/2015 • Roots, 155.9 FT - , TO .E;21 Pf '. • "= !. jam' - , 182.4 Observation Severity: None 0 Le5 ?.1 IM zi:"_ pie "5 • e • ,x , -,0bseruat i on 4 FST TO E21 4. .. ':'r,• • •. file:///E:/AAA-71-To-10--10-20-2016--1434432228/HTMLReports/Observations.html 6/9 10/21/2016 Observations.html 185.3 185.9 185.9 Observation Severity: None Observation Severity: None Lateral Right Position: 2 Severity: None 0 0 0 MH 10 11/23/2015 file:///E:/AAA-71-To-10--10-20-2016--143443-2228/HTMLReports/Observations.html 7/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10/21/2016 Observations.html file:///E:/AAA-71-To-10--10-20-2016--1434432228/HTMLReports/Observations.html 8/9 Time Picture 194.3 Observation Severity: None 0 Ma to "a1 23/2015 .} ve . ' 4_ Obser•vatron 194.3 FT •:TO E21. t ,' M . 7751! 09:59 . 202.0 Observation Severity: None 0 fl - c . servat i on 202 FT -Po 21 4 ,, Ttil . '�`(i 203.9 Lateral Left Position: 10 Severity: None 0 _ = .' E21 rel y t ; 10 : NI file:///E:/AAA-71-To-10--10-20-2016--1434432228/HTMLReports/Observations.html 8/9 10/21/2016 Observations.html Created with the L report generator Back file:///E:/AAA-71-To-10--10-20-2016--143443-2228/H TM LR eports/Observations.htm I 9/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 205.0 End Inspection Severity: None Remarks: camera wedged 0 MO 10T� 11/23/2015 '- E21 „ . . f End Inspection 205 FT Created with the L report generator Back file:///E:/AAA-71-To-10--10-20-2016--143443-2228/H TM LR eports/Observations.htm I 9/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City : Yakima, WA City of Yakima 207 West Pine Yakima Tel 509-575-6118 101111111 Inspection Report / Inspection: 1 Date 4124/2014 P/0. No. Weather Light Rain Surveyor's Name Rich H. AIMMS_ID 7562 Section No. 1 Certificate No. 06-15124 Survey Customer System Owner City of Yakima, WA Date Cleaned Pre -Cleaning Not Known Sewer Category Street Name City Loc. details Location Code 102 N NACHES AVE Yakima, WA ON NACHES AND "A" GOING NORTH Use of Sewer Sanitary Quarter Section E28 Flow Control Length surveyed 460.60 ft Upstream MH E28MH71 Dowstream MH E28MH77 Dir. of Survey Upstream Section Length 460.60 ft Purpose of Survey Year Laid Year Rehabilitated Tape / Media No. Routine Assessment Joint Length Dia./Height 8.00 inch Material Vitrified Clay Pipe Lining Method Add. Information : ANN.11/20/2014 1:252 Position 0.00 Code Observation AMH Downstream Manhole, Survey Begins / SURVEY STARTS MH77 MWL Water Level, 10 %of cross sectional area MGP General Photograph / 4 FOOT PIC MGP General Photograph / SIX FOOT PIC RFJ Roots Fine Joint. at 08 o'clock, within 8 inches of joint: YESR CL Crack Longitudinal. 6". at 11 o'clock, within 8 inches of joint: YES CL Crack Longitudinal. 4", at 11 o'clock, within 8 inches of joint: YES MPEG Photo Grade 795_1A 795_2A 795_3A 795_4A M1 795_6A. b S 2 795_7A, b S 2 RMJ Roots Medium Joint. from 04 to 08 o'clock. 10 %. within 8 M 3 inches of joint: YESR RFJ Roots Fine Joint. from 05 to 07 o'clock, within 8 inches of joint: YESR M1 RFJ Roots Fine Joint. at 04 o'clock, within 8 inches of joint. M 1 YESR RMJ Roots Medium Joint. from 04 to 08 o'clock. 15 %, within 8 M 3 inches of joint: YESR RMJ Roots Medium Joint. from 04 to 08 o'clock. 15 %. within 8 M 3 inches of joint: YESR RFJ Roots Fine Joint. at 04 o'clock. within 8 inches of joint: M 1 YESR SSS Surface Spalling, from 03 to 04 o'clock, within 8 inches of 795_14A, S 2 joint: YES b RFJ Roots Fine Joint. from 03 to 07 o'clock, within 8 inches of M 1 joint: YESR W28 11 Page: 1 City Yakima. WA City of Yakima 207 West Pine City Yakima Tel: 509-575-6118 110111111. Inspection Report / Inspection: 1 Date : Job number : Weather Light Rain Operator : Rich H. Counter : 1 Section name : Present Vehicle : Camera .. Preset : Cleaned : Not Known Rate 1:252 Position Code Observation 48.43 MWL Water Level. 10 %of cross sectional area i' Rocco r,P . a; YE 0 30 CM Crack Multiple 12" 6" from 0 inches of joint YES 59.42 61.98 MPEG Photo Rate 795_16A. b CL Crack Longitudinal, 20", at 04 o'clock. within 8 inches of 795_18A. S 2 joint: YES b TF Tap Factory Made, at 10 o'clock, 4", within 8 inches of 795_19A, joint: YES 62 61 RMJ Roots Medium Joint. from 04 to 08 o'clock 10 % within 8 inches of joint YESR 66 20 RFJ Roots Fine .1" ' ' `' _, joint YESR C 75 80 Roots Fine J"int f.nr,. n2 `n "! n•,,*""k ,s:-}4. a oint YESF 100.23 MWL Water Level. 15 %of cross sectional area ,4 19 RFJ Roots i- ine Joint. at 10 o'clock. within 8 inches of jc YESR 0 46 RMJ Roots Medium Joint. from 04 to 08 o'clock 10 % within inches of joint YESR 109.06 115.33 b 795_24A. b TBA Tap Break -In Active, at 03 o'clock, 4", within 8 inches of 795_25A. joint: YES b TB Tap Break -In. at 02 o'clock, 4", within 8 inches of joint: 795_30A. YES b RFJ Roots Fine Joint from 04 tc 08 o clock within 8 inches joint YESR 118 19 RMJ Roots Medium Joint, from 04 to 08 o'clock 5 V within 8 inches of joint. YESR W28 11 Page: 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CI Yakima, WA City of Yakima 207 West Pine City Yakima Tel 509-575-6118 !Wit Inspection Report / Inspection: 1 Date : Job number : Weather : Light Rain Operator : Rich H. Counter : 1 Section name : Present : Vehicle Camera : Preset : Cleaned Not Known Rate : 4. 1:252 Position 120 29 S1 Code Observation RFJ Roots Fine Joint, from 04 to 08 o'clock, within 8 inches of joint: YESR Start 150.53 MWL Water Level, 10 %of cross sectional area MPEG Photo Rate M1 172 58 F1 RFJ Roots Fine Joint, from 04 to 08 o'clock, within 8 inches of M 1 joint YESR Finish 177.89 TF Tap Factory Made, at 10 o'clock, 4", within 8 inches of 795_36A, joint: YES b 179.89 SSS Surface Spalling, from 10 to 12 o'clock, within 8 inches of 795_37A, S 2 180 24 180 68 180.75 joint: YES b RFJ Roots Fine Joint. at 05 o'clock. within 8 inches of joint. M 1 YESR H Hole. 2", from 02 to 03 o'clock. within 8 inches of joint: 795_39A. S 4 YES b SSS Surface Spalling. from 02 to 04 o'clock, within 8 inches of 795_40A, S 2 joint: YES b RFJ Roots Fine Joint, at 07 o'clock. within 8 inches of joint M 1 YESR 03.68 MWL Water Level, 15 %of cross sectional area 07.52 TB Tap Break -In, at 02 o'clock, 4", within 8 inches of joint: 795_43A, YES b 23.19 RFJ Roots Fine Joint. at 07 o'clock, within 8 inches of joint: YESR 28.75 28.75 RFJ Roots Fine Joint, from 04 to 07 o'clock. within 8 inches of joint: YESR TB Tap Break -In, at 02 o'clock, 4", within 8 inches of joint: 795_46A, YES b RBL Roots Ball Lateral, from 01 to 04 o'clock, 65 %, within 8 795_43A, M 4 inches of joint: YES b W28 I! Page: 3 City Yakima, WA City of Yakima 207 West Pine City Yakima Tel 509-575-6118 10411111 Inspection Report / Inspection: 1 Date . Job number : Weather Light Rain Operator : Rich H. Counter : 1 Section name Present : Vehicle Camera Preset Cleaned : Not Known Rate 1:252 Position Code Observation 251.32 MWL Water Level, 5 %of cross sectional area AsOi 1 ■ 66.51 70 38 80.69 MPEG Photo Rate TB Tap Break -In. at 03 o'clock, 4", within 8 inches of joint: 795_46A, YES J 17- b DAGS Deposits Attached Grease. 5 %of cross sectional area. M 2 from 10 to 02 o'clock. . within 8 inches of joint YES TF Tap Factory Made, at 02 o'clock, 4", within 8 inches of 795_50A, joint: YES RML Roots Medium Lateral from 01 to 04 o'clock. 40 % within 8 inches of joint YES :1 78 RMJ Roots Medium Joint. from 08 to 04 o'clock 10 %. within inches of joint YESR 82.98 b TF Tap Factory Made, at 10 o'clock, 4", within 8 inches of 795_53A, joint: YES b RML Roots Medium Lateral. fron, :o 11 o ciocr, 25 _ 8 inches of joint. YES b M °C. S2 RFJ Roots Fine Joint from 08 t- n4 - k ri`h n 8 inches of M c joint YESR Start 03.82 MWL Water Level, 10 %of cross sectional area 8 54 Roots 8 joint YESi�. urst RMJ Roots Medium Joint. from 07 to 05 o'clock 1C. i" 8 M 3 inches of joint YESR RMJ Roots Medium Joint, from 07 to 05 o'clock. 15 `%. within 8 M 3 inches of joint YESR 18 59 S4 DAGS Deposits Attached Grease. 10 %of cross sectional area. M 2 from 05 to 07 o'clock. . within 8 inches of joint YES. Start W28 /1 Page: 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City Yakima, WA Iviem City of Yakima 207 West Pine City Yakima Tel. 509-575-6118 Inspection Report / Inspection: 1 Date : Job number : Weather : Light Rain Operator : Rich H. Counter 1 Section name : Present Vehicle : Camera : Preset : Cleaned : Not Known Rate 1:252 Position Code Observation 320 44 S3 RFJ Roots Fine Joint. from 08 to 05 o'clock, within 8 inches of joint: YESR. Start 327.58 F4 DAGS Deposits Attached Grease. 10 %of cross sectional area. from 05 to 07 o'clock, , within 8 inches of joint: YES. Finish 327 95 F3 RFJ Roots Fine Joint. from 08 to 05 o'clock. within 8 inches of joint: YESR. Finish MPEG Photo Rate 28.45 RMJ Roots Medium Joint. from 07 to 05 o'clock. 15 %, within 8 M 3 inches of joint: YESR 32.23 TFC Tap Factory Made Capped, at 02 o'clock, 4", within 8 inches of joint: YES 32.56 TBA Tap Break -In Active, at 09 o'clock, 4", within 8 inches of joint: YES 32 69 RMC Roots Medium Connection. from 08 to 11 o'clock, 10 %. M 3 within 8 inches of joint: YES 34.33 TB Tap Break -In, at 09 o'clock, 4", within 8 inches of joint: YES 44 80 RFJ Roots Fine Joint. from 10 to 02 o'clock, within 8 inches of M 1 joint. YESR 46 58 S5 RFJ Roots Fine Joint. from 07 to 05 o'clock. within 8 inches of M 1 joint: YESR. Start 53.29 MWL Water Level, 10 %of cross sectional area F5 RFJ Roots Fine Joint. from 07 to 05 o'clock. within 8 inches of joint YESR Finish 78.49 TBA Tap Break -In Active, at 01 o'clock, 4", within 8 inches of 795_70A, joint: YES b RFJ Roots Fine Joint at 12 o'clock. within 8 inches of joint: YESR 02.08 MWL Water Level, 5 %of cross sectional area RFJ Roots Fine Joint. from 10 to 04 o'clock, within 8 inches of joint: YESR 31 81 DAR Deposits Attached Ragging. 10 %of cross sectional area. M 2 from 04 to 07 o'clock. , within 8 inches of joint: YES W28 // Page: 5 City Yakima. WA City of Yakima 207 West Pme City Yakima Tel 509-575-6116 Inspection Report / Inspection: 1 Date Job number : Weather : Light Rain Operator : Rich H. Counter : 1 Section name Present. Vehicle Camera Preset Cleaned Not Known Rate 1:252 Position Code Observation MWL Water Level, 15 %of cross sectional area MPEG Photo Rate AMH Upstream Manhole, Survey Ends / SURVEY ENDS MH71 795_56A QSR QMR SPR MPR OPR SPRI MPRI OPRI 4131 41313 19 94 113 1.54 1.64 W28 11 Page:6 City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima. WA Street Name 102 N NACHES AVE AIMMS ID 7562 Section No 1 Yakima, WA 102 N N• CH E28,11/77 <- E20NH71 Vitrified Clay Pip Photo: 795_1A, MPEG #: 310712_1 OFT, Downstream Manhole, Survey Begins '.maim*, WA 102 N NACRES AVE (2010177 <- E2V1K21 Vitrified Clay rip► Circular 0 UV Photo: 795_3A, MPEG #: 310712_1 4FT, General Photograph Yakima, WA 102 N N• H f 2011H77 <- E 29MH71 Vitrified Clay Pipe Circular 8 Photo: 795_2A, MPEG #: 310712_1 OFT, Water Level, 10 %of cross sectional area Yakima, w. 102 1i. hOotre4 E21MH77 (- f2 1 Vitrified CS i Cir Photo: 795_4A, MPEG #: 310712_1 6FT, General Photograph W28 l/ Page: 7 City : Yakima, WA Ivain City of Yakima 207 West Pne Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 102 N NACHES AVE Date AIMMS ID 7562 Section No 1 Photo: 795_6A, MPEG #: 310712_1 11.45FT, Crack Longitudinal, 6", at 11 o'clock, within 8 inches of joint: YES Photo: 795_7A, MPEG #: 310712_1 11.52FT, Crack Longitudinal, 4", at 11 o'clock, within 8 inches of joint: YES Photo: 795_6B, MPEG #: 310712_1 11.45FT, Crack Longitudinal, 6", at 11 o'clock, within 8 inches of joint: YES Photo: 795_7B, MPEG #: 310712_1 11.52FT, Crack Longitudinal, 4", at 11 o'clock, within 8 inches of joint: YES W28 11 Page: 8 City : Yakima, WA Iwo City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City : Yakima, WA Street Name : 102 N NACHES AVE Date AIMMS_ID 7562 Section No : 1 Photo: 795_14A, MPEG #: 310712_1 45.67FT, Surface Spalling, from 03 to 04 o'clock, within 8 inches of joint: YES Photo• 795_16A. MPEG #: 310712_1 48.43FT. Water Level, 10 %of cross sectional area Photo: 795_14B, MPEG #: 310712_1 45.67FT, Surface Spalling, from 03 to 04 o'clock, within 8 inches of joint: YES Photo: 795_16B, MPEG #: 310712_1 48.43FT, Water Level, 10 %of cross sectional area W28 l/ Page: 9 Cit Y Yakima, WA City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 Yaknna. WA Street Name 102 N NACHES AVE Date AIMMS ID 7562 Section No : 1 Photo: 795_17A, MPEG #: 310712_1 50.3FT, Crack Multiple, 12", 6", from 04 to 08 o'clock, within 8 inches of joint: YES Photo: 795_18A, MPEG #: 310712_1 59.42FT, Crack Longitudinal, 20", at 04 o'clock, within 8 inches of joint: YES Photo: 795_17B, MPEG #: 310712_1 50.3FT, Crack Multiple, 12", 6", from 04 to 08 o'clock within 8 inches of joint: YES Photo: 795_18B, MPEG #: 310712_1 59.42FT, Crack Longitudinal, 20", at 04 o'clock, within 8 inches of joint: YES W28 11 Page: 10 Ci ty Yakima. WA itien City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City : Yakima, WA Street Name : 102 N NACHES AVE Date AIMMS_ID 7562 Section No : 1 Photo: 795_19A, MPEG #: 310712_1 61.98FT, Tap Factory Made, at 10 o'clock, 4", within 8 inches of joint: YES Photo: 795_24A, MPEG #: 310712_1 100.23FT, Water Level, 15 %of cross sectional area Photo: 795_19B, MPEG #: 310712_1 61.98FT, Tap Factory Made, at 10 o'clock, 4", within 8 inches of joint: YES Photo: 795_24B, MPEG #: 310712_1 100.23FT, Water Level, 15 %of cross sectional area W28 11 Page: 11 City : Yakima, WA wit City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 102 N NACHES AVE Date AIMMS_ID 7562 Section No : 1 Photo: 795_25A, MPEG #: 310712_1 109.06FT, Tap Break -In Active, at 03 o'clock, 4", within 8 inches of joint: YES Photo: 795_30A, MPEG #. 310712_1 115.33FT, Tap Break -In, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 795_25B, MPEG #: 310712_1 109.06FT, Tap Break -In Active, at 03 o'clock, 4", within 8 inches of joint: YES Photo: 795_30B, MPEG #: 310712_1 115.33FT, Tap Break -In, at 02 o'clock, 4", within 8 inches of joint: YES W28 N Page: 12 City Yakima, WA wien City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 102 N NACHES AVE Date AIMMS_ID 7562 Section No : 1 Photo: 795_36A, MPEG #: 310712_1 177.89FT, Tap Factory Made, at 10 o'clock, 4", within 8 inches of joint: YES Photo: 795_37A, MPEG #: 310712_1 179.89FT, Surface Spalling, from 10 to 12 o'clock, within 8 inches of joint: YES Photo: 795_36B, MPEG #: 310712_1 177.89FT, Tap Factory Made, at 10 o'clock, 4", within 8 inches of joint: YES Photo: 795_37B, MPEG #: 310712_1 179.89FT, Surface Spalling, from 10 to 12 o'clock, within 8 inches of joint: YES W28 11 Page: 13 City Yakima. WA itien City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name 102 N NACHES AVE Date AIMMS ID 7562 Section No 1 Photo: 795_39A, MPEG #: 310712_1 180.68FT, Hole, 2", from 02 to 03 o'clock, within 8 inches of joint: YES Photo: 795_40A, MPEG #: 310712_1 180.75FT, Surface Spalling, from 02 to 04 o'clock, within 8 inches of joint: YES Photo: 795_39B, MPEG #: 310712_1 180.68FT, Hole, 2", from 02 to 03 o'clock. within 8 inches of joint: YES Photo: 795_40B, MPEG #: 310712_1 180.75FT, Surface Spalling, from 02 to 04 o'clock. within 8 inches of joint: YES W28 11 Page: 14 Ci tY Yakima, WA Iwo City of Yakima 207 West Pone Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City • Yakima, WA Street Name : 102 N NACHES AVE Date AIMMS_ID 7562 Section No 1 Photo: 795_43A, MPEG #: 310712_1 207.52FT, Tap Break -In, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 795_46A, MPEG #: 310712_1 228.75FT, Tap Break -In, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 795_43B, MPEG #: 310712_1 207.52FT, Tap Break -In, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 795_46B, MPEG #: 310712_1 228.75FT, Tap Break -In, at 02 o'clock, 4", within 8 inches of joint YES W28 ii Page: 15 City Yakima, WA City of Yakima 207 West Pine Yakima Tel. 509-575-6118 Inspection photos / Inspection: 1 City • Yakima, WA Street Name 102 N NACHES AVE Date AIMMS_ID 7562 Section No : 1 Photo: 795_43A, MPEG #: 310712_1 228.75FT, Roots Ball Lateral, from 01 to 04 o'clock, 65 %, within 8 inches of joint: YES Photo: 795_45A, MPEG #: 310712_1 266.41FT, Roots Fine Lateral, from 02 to 05 o'clock Photo: 795_43B, MPEG #: 310712_1 228.75FT, Roots Ball Lateral, from 01 to 04 o'clock, 65 %, within 8 inches of joint: YES Photo: 795_456, MPEG #: 310712_1 266.41FT, Roots Fine Lateral, from 02 to 05 o'clock W28 11 Page: 16 City Yakima, WA rwa City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City : Yakima, WA Street Name 102 N NACHES AVE Date AIMMS_ID : 7562 Section No : 1 Photo: 795_46A, MPEG #: 310712_1 266.51 FT, Tap Break -In, at 03 o'clock, 4", within 8 inches of joint: YES Photo: 795_50A, MPEG #: 310712_1 280.69FT, Tap Factory Made, at 02 o'clock, 4", within 8 inches of joint: YES Photo: 795_46B, MPEG #: 310712_1 266.51FT, Tap Break -In, at 03 o'clock, 4", within 8 inches of joint: YES Photo: 795_50B, MPEG #: 310712_1 280.69FT, Tap Factory Made, at 02 o'clock, 4", within 8 inches of joint: YES W28 11 Page: 17 City Yakima. WA Iwo City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima. WA Street Name 102 N NACHES AVE Date AIMMS_ID 7562 Section No 1 Photo: 795_51A, MPEG #: 310712_1 280.75FT, Roots Medium Lateral, from 01 to 04 o'clock, 40 %, within 8 inches of joint: YES Photo: 795_53A, MPEG #: 310712_1 282.98FT, Tap Factory Made, at 10 o'clock, 4", within 8 inches of joint: YES Photo: 795_51B, MPEG #: 310712_1 280.75FT, Roots Medium Lateral, from 01 to 04 o'clock, 40 %, within 8 inches of joint: YES Photo: 795_53B, MPEG #: 310712_1 282.98FT, Tap Factory Made. at 10 o'clock. 4". within 8 inches of joint: YES W28 11 Page: 18 City Yakima. WA Iwo City of Yakima 207 West Pirie Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name 102 N NACHES AVE Date AIMMS ID 7562 Section No : 1 Photo: 795_54A, MPEG #: 310712_1 283.11 FT, Roots Medium Lateral, from 07 to 11 o'clock, 25 %, within 8 inches of joint: YES Photo: 795_70A, MPEG #: 310712_1 378.49FT, Tap Break -In Active, at 01 o'clock, 4", within 8 inches of joint: YES Photo: 795_54B, MPEG #: 310712_1 283.11 FT, Roots Medium Lateral, from 07 to 11 o'clock, 25 %, within 8 inches of joint: YES Photo: 795_70B, MPEG #: 310712_1 378.49FT, Tap Break -In Active, at 01 o'clock, 4", within 8 inches of joint: YES W28 11 Page: 19 City Yakima. WA City of Yakima 207 West Pine Yakima Tel 509-575-6116 Inspection photos / Inspection: 1 City : Yakima, WA Street Name : 102 N NACHES AVE Date AIMMS_ID 7562 Section No 1 Vakiea, MA 102 N NENES AVE E20MN77 E- E211,1H71 Vttr if led Clsy Pip• Circular 0 Photo: 795_56A, MPEG #: 310712_1 460.6FT, Upstream Manhole, Survey Ends W28 11 Page: 20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City Yakima, WA City of Yakima 204 W PINE Yakima .� . Tel 509-575-6118 Inspection Report / Inspection: 1 Date 9/1/2016 P/0. No. Weather Dry Surveyor's Name Greg L. AIMMS_ID 11705 Section No. 1 Certificate No. 0615124 Survey Customer System Owner City of Yakima, WA Date Cleaned Pre -Cleaning Not Known Sewer Category Street Name City Loc. details Location Code 101 N NACHES AVE Yakima, WA Use of Sewer Sanitary Quarter Section E28 Flow Control Length surveyed 21.40 ft Upstream MH E28MH77 Dowstream MH E28MH72 Dir. of Survey Downstream Section Length 21.40 ft Purpose of Survey Routine Assessment Joint Length Year Laid Dia./Height 8.00 inch Year Rehabilitated Material Vitrified Clay Pipe Tape / Media No. Lining Method Add. Information : 1:60 Position Code Observation MPEG Photo Grade 0.00 MWL Water Level, 5 %of cross sectional area 1 2A 0.00 AMH Upstream Manhole, Survey Begins / START SURVEY 00:00:00 MH77 1_1A 4.00 MGP General Photograph / 4FT PIC 1_3A ' 6.00 MGP General Photograph / 6FT PIC 1_4A 1 21.40 AMH Downstream Manhole, Survey Ends / SURVEY ENDS 1_ 5A -�, MH72 QSR QMR SPR MPR OPR SPRI MPRI OPRI 0000 0000 0 0 0 0 0 Y2 2016 /1 Page: 1 City Yakima, WA City of Yakima 204 W PINE Yakima Tel. 509-575-6118 Inspection photos / Inspection: 1 Cty Yakima. WA Street Name 101 N NACHES AVE AIMMS ID : 11705 Section No : 1 v k I A kfiCH E SMH7r -> E211P1/72 Vitrified Clay Pi • Circular ■ Photo: 1_2A, MPEG #: 220116_1 OFT, Water Level, 5 %of cross sectional area Photo: 1_3A, MPEG #: 220116_1 4FT, General Photograph !trifled Cl Pi • Circular Photo: 1_1A, MPEG #: 220116_1, 00:00:00 OFT, Upstream Manhole, Survey Begins _•,�. YakimaauA E2811M77 -> E2IMM72 Vitrified Cla P1•• Circular t Photo: 1_4A, MPEG #: 220116_1 6FT, General Photograph Y2 2016 11 Page: 2 Ci tY Yakima, WA City of Yakima 204 W PINE Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City : Yakima, WA Street Name 101 N NACHES AVE Date AIMMS ID : 11705 Section No : Yakima WA 1 e N NACHES AVE M E2l7}7 -> E2tMH72 Vitrified Clay Pspe Circular t Photo: 1_5A, MPEG #: 220116_1 21.4FT, Downstream Manhole, Survey Ends Y2 2016 11 Page: 3 927%2016 Date: 12/1/2015 9:22:00 AM Asset Location: Distance: 0 Run Number: Pipe Size: 8" Observations. htm I Project Name: E28 Pipe ID: 7563 Start ID: MH72 End ID: 31 Direction: DOWNSTREAM Pipe Type: CONCRETE file:///E:/AAA-M H 72-To-31--12-31-2011--2314444543/HTM LReports/Observations.htm I 1/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 12 8 Start Inspection Severity: None 0 ` `'. -- -'may.' ta, vas . ;�.?' 80.0 Observation Severity: None 02:38 _ , ' ��. Observation 8 0 F T j .ti %� : r,a'<` I ' v ! t-: • .;i 80.6 Roots Severity: None 02 48 • : �,1 f > -.1''' 1 ~r if_% file:///E:/AAA-M H 72-To-31--12-31-2011--2314444543/HTM LReports/Observations.htm I 1/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 9/27/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Observations. htm I file:///E:/AAA-MH72-To-31--12-31-2011--231444-4543/HTMLReports/Observations.html 2/15 82.5 Roots Severity:None 03:24• ► MH MH72 T�.� 12/1/2015' E2B .....r „ +r - ,,-" • r , , ,, -- S, •j, .1.. Roots ,� °" -• - 82.5 F T. _, .. 93.3 Roots Severity: None 03:58 , /ztly 7`2 i j .T 0 h,1H 31 } ,-j. E2.8'.,'OU 44 '. • s - ♦. y ` �� i �,� v.PP,, x j• . ' ' s • kV Root -s:. ;, , , it, o' 1 93 F` � ir .�- w, / G ■ 97.5 Observation Severity: None 03:21 MH'MH72 . 4T.ar`, -... * 12/3/2015 _ '�''tti . .`_ - , Observation 97.5 FT = ,~ _-. I.ka, 1 if irj _ `• •"ro file:///E:/AAA-MH72-To-31--12-31-2011--231444-4543/HTMLReports/Observations.html 2/15 9/27/2016 Observations.html file:///E:/AAA-M H 72-To-31--12-31-2011--231444-4543/HTM LReports/Observations.htm 1 3/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 98.1 Roots Severity: None 0419 MH MH72 TO • ,{e 12/1/2015E241, _=.*•i= • p .. -` �4 • Roots"';' !"f. 98.1 F T .:1. - • kl.:4T r;' `� r.•'i} Fri . ;.' '` �. m • - 145.7 Cracks Severity: None 06:14 MH MH72 M TO .•q 12/1/2 5 .' E28 4 ijr . ,i. q :' Crack , •Zs 145 . 7 - -. , ; M1,t .:. , ' , �, •,,,:,,- y�y�i• » ' f�.r� 181.2 Roots Severity: None 07:41 i r TO a - `28 s J3- ti sk t,, J }< t ^. ,, R \is ..181,. .F•F-;- 4 ' '__ MH 31 09:48 ` ,, , file:///E:/AAA-M H 72-To-31--12-31-2011--231444-4543/HTM LReports/Observations.htm 1 3/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9/27/2016 observations.html fi le ///E /AAA -M H 72-To-31--12-31-2011--231444-4543/HTM LR eports/Obse r v ations. htm I 4/15 Fault C Arvation Time Picture 181.9 Observation Severity: None 6:10 MEI M H 7.2 -TO x;, • MH 3.1 12i-3'2015 E28 1 .12:37 `." ' J. 7 1, f Observati,orr- 181.9 FT 182.1 Observation Severity: None Remarks: after rodder 06:36'''' MH MH72T ;. '1 t MH 31 12/3/2015 +.•~""► 2 - ..,e-. :' i' 3H 4 "• 't .�1 ilk. • -{; , ,t: ' : =t_ , . ', ;_- i .,- ., f, • . i ',, Obs / , ' 182. 1 182.6 Roots Severity: None 07:57 MH MH72 TO - y -l'2'?/2015 E28 _ �; :. aiu `-� 1 gp-�'ytt Mr rJ , ',�` , f r Fr Pi , fi le ///E /AAA -M H 72-To-31--12-31-2011--231444-4543/HTM LR eports/Obse r v ations. htm I 4/15 9/27/2016 Observations.html file:///E:/AAA-M H 72-To-31--12-31-2011--231444-4543/HTM LReports/Observations.htm 1 5/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Roots None 08:11 ' 1 2 72 •r r , 11/2015 Pit' t ' 1 4•`i� X7'4 st•,; r . • s 0e `��^ �•V► ''` +: • 'i ' � MH 31` ''�9I 99 k• t it',183.9 lSeverity: ., �, ��t• 259'2 Observation Severity: None 11:14 LI ! IUB 3 1 � _ 5- ! -1••• i;s 'E'2. l..R, . c 287.4 Lateral Left Position: 10 Severity: None 12:17 MH MH72 12/1/2015 _* ter@ l l -eft`, 4 -FT j: TO 1,-.. E2E ,' , MH 31 09:53 file:///E:/AAA-M H 72-To-31--12-31-2011--231444-4543/HTM LReports/Observations.htm 1 5/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9/27/2016 Observations. htm I fi I e:///E:/AAA- M H72- To- 31--12-31-2011--2314444543/HTM LReports/Observations.htm l 6/15 288.4 Roots Severity: None 12:36,► MH MH72 12/1/2015 Roots$.. 289.4 FT ". y" .TOVi E28 , ' 1 �. . ' = ' IN :" ' 318.4 Observation Severity: None 12:18 - o.s; rvat ion 1 8 . 4' F T 1.0.‘s,"-__ ' .i: Vii .: r w� 7M 322.4 Observation Severity: None 12:32 • yMMH..7 "i2 3�01 { ;, 5 '-'abservat x322'.4 FT T7 • _E'TO r s 711111111r - ' M 12 IPPIP . it •t .1. fi I e:///E:/AAA- M H72- To- 31--12-31-2011--2314444543/HTM LReports/Observations.htm l 6/15 9/27/2016 Observations.html fi I e:///E:/AAA- M H 72-To-31--12-31-2011-231444-4543/HTMLReports/Observations.html 7/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 323.3 Cracks, Severity: None 14:02 r s:.; C4�r Fa 1rr� .'ilf',011 • 1$ : ' 'z•,• , . r ! It 0 • MH 31 09:54 1 .'J ' # 323.4 Observation Severity: None 12:47 H MH72', • t*IP. a'1, 1 .-% ; Observdtion 323.4 FT .' t. �. e ; rr }, ,;'' A. 351.0 Cracks Severity: None 15:34 MH MH72 12/1/2015 Cracks 351 FT.. . _ 4.. �..f�, TO AK E28 -+.om Jam•. MHtt3.1. • ,_ ::96'x: ' t - r` t fi I e:///E:/AAA- M H 72-To-31--12-31-2011-231444-4543/HTMLReports/Observations.html 7/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 9/27/2016 Observations.html 351.4 360.5 380.6 Fault Observation Cracks Severity: None Percent: 0 Cracks Severity: None Roots Severity: None 13:57 16:11 17:00 Ifile:///E:/AAA-MH72-To-31--12-31-2011--231444-4543/HTMLReports/Observations.html Picture 8/15 92-2Cl3 381.6 Roots Severity: None Remarks: AFTER RODDER Observations html 15:38 385.9 386.2 Roots Severity: None 18:09 Roots Severity: None 18:20 fi Ie:///E:/AAA-M H72-To-31--12-31-2011--231444-4543/HTM LReports/Observations.htm I 9/15 ' 9/27/2016 Observati ons. htm l 386.2 386.5 Roots Severity: None Roots Severity: None 18:29 15:57 387.8 End Inspection Severity: None Remarks: UNABLE TO TV THROUGH ROOTS 19:39 Ifile:///E:/AAA-MH72-To-31--12-31-2011--2314444543/HTMLReports/Observations.html MH MH72—" 12/1/2015 10/15 9/27/2016 Observations ntm file:///E:/AAA-M H72-To-31--12-31-2011--2314444543/HTM LReports/Observations.htm 1 11/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 387.8 Roots Severity: None 20:00 'T " [i15 , E 2 *-- • , .... .. •. , .,, l A. e ! t i • •i� N: ) \ !� R4 •,. R . .. 387.8 Roots Severity: None 20:08 S I H hFH f I •t4, 4 .i - . •wr1t J.a • ''y v �' , • t .:. ‘ ‘ A ** .i ‘ J• it . s . 0 `- • ,` . ' t • •. . ,., ill 435.8 Observation Severity: None 21:09 MH MH72 TO ,. 12/3/2015 E28 f"rt . Observat i ori 435.8 FT ti 0 w n 44 , . J`ti,b n ii ,1 0 L ' 4 Q i '* h, t ti r- • f / t d, Ilt file:///E:/AAA-M H72-To-31--12-31-2011--2314444543/HTM LReports/Observations.htm 1 11/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 in 9/27/2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Observations html Ifile:///E:/AAA-MH72-To-31--12-31-2011--231444-4543/HTMLReports/Observations.html 12/15 438.4 Roots Severity: None 21:37 ti �`'� r : `�; - r . l _ T. i iA ,11 • 4 b. V 450.3 Observation Severity: None 22:34 MH MH72 12/3/2015 Observation 450.3 FT`' ") " 1 .--- ~.r"f ,.:., • ,* :A- .., -•+ . € rt 451.5 Observation Severity: None 23:01 MH MH72 - } 12i3i2015 _. '.' 1st "f 1-14411.. Observation' 451.5 F,T - f. . i . ,'• 114, �•�- r;. 1 Ifile:///E:/AAA-MH72-To-31--12-31-2011--231444-4543/HTMLReports/Observations.html 12/15 9/27/2016 Observations. htm I file:///E:/AAA-M H72-To-31--12-31-2011--2314444543/HTM LReports/Observations.htm I 13/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 465.4 Broken Severity: None 23:57 MH MH72 12/3/2015 Broken 465.4 FT ''. TO E28 - . . r ial=, .= __ 473.9 Infiltration Severity: None 25:21 MH MH72`"` •.`, 12/3/2015, Infiltration 473.9 FT _ , • `- �. i';z . v+ i tX, i' • 475.0 Broken Severity: None 25:42 MH MH72 12/3/ •l4 Broken 475 FT ��.�. ar , . �4B^. ti p. .4. ''1 r/s` _ , C-- ;+� � •` �; - , __ try ;.� file:///E:/AAA-M H72-To-31--12-31-2011--2314444543/HTM LReports/Observations.htm I 13/15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9/27/2016 Observations. htm I Ifile ///E /AAA- M H 72 -To- 31-- 12-31-2011--231444-4543/HTMLReports/Observations html 14/15 475.4 Broken Severity: None 25:57 MH 72 ._1.'3/2015 Broken 475.4 FT E28 f 482.1 Cracks Severity: None 27:04 MH MH72 12/3/2015 1 Cracks 482.1 FT 'r • ,A M. s - M' , 484.7 Cracks Severity: None 27:26 MH MH7J 12/3•:(11 ; Cracks 484.7 FT T`0- E20; ,' - ; r MH 31 13:00 Ifile ///E /AAA- M H 72 -To- 31-- 12-31-2011--231444-4543/HTMLReports/Observations html 14/15 527x2016 Observations. htm I Created with the file:///E:/AAA-M H 72-To-31--12-31-2011--231444-45431HTM LReports/Observations.htm I report generator 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 488.3 Material Change Severity: None Remarks: CLAY TO PVC 28:02 • MH MH72 t,q. 12/3/2015 a*, • G "r ,• • Mater i a,ET�; E• ange 48,8.. Itrt eriiik. ,. MH 31 13:00 498.5 Manhole Severity: None 29:07 MH MH72 TO 12/3/2015 E28 Manhole• 498.5 FT -`. MH 31 13:01 499.1 Observation Severity: None Remarks: WEST 29:14 .. MH MH72 TO 12/3/2015 E28 r Observation 499.1 FT e i MH 31 13:03 it Created with the file:///E:/AAA-M H 72-To-31--12-31-2011--231444-45431HTM LReports/Observations.htm I report generator 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City Yakima City of Yakima a■��^� Street Yakima IVY 1 207 West Pine • '..' Tel: 509-575-6118 Fax: Email Inspection Report / Inspection: 1 Date: 3/1/2012 Job # : Weather : Operator : Section # : 1 Section name : Present : Vehicle : Camera : Preset Cleaned Rate Street 1 : Street 2: City : Insp. method Yakima Map # 1 Map # 2 : VCR #: Media # 151013_1 From MH : E28MH28 To MH : E28MH31 Section length : 488.75 ft Joint length Reason of inspection Section type : Sanitary Sewer Area : E28 Pipe shape : Pipe size : Pipe material : Lining : 10.00 inch clay Remarks 1:612 Position Code Observation 0 service connection, at 12 o'clock / OVERFLOW 0 inspection begins at downstream manhole 0 service connection. at 10 o'clock 160 break -in -connection, at 09 o'clock 0 service connection. at 10 o'clock 130 roots light MPEG Photo Rate 3_1A b 3_2A 3_3A, b 34A b 3_5A, b 3_6A, b 160 break -in -connection, at 10 o'clock 3_7A, b 0 service connection capped. at 10 o'clock 3_8A, b 0 service connection capped. at 02 o'clock 3_9A, b 230 roots medium 3_10A. b 130 roots light 3_11A 0 service connection capped, at 10 o'clock 3_12A. b 0 service connection capped, at 02 o'clock 3_13A. b yak 2 /1 Page: 1 City Yakima City of Yakima 207 West Pine City Yakima Tel 509-575-6118 Fax. Email Inspection Report / Inspection: 1 Date : 3/1/2012 Job number : Weather : Operator : Counter : 1 Section name : Present Vehicle . Camera • Preset : Cleaned : Rate : 1:612 Position 148.10 N148.10 178.20 183.35 Code Observation 230 roots medium 3_14A 230 roots medium 3_15A 00:00:00 3_15A 0 service connection, at 10 o'clock 3_15A, b 191.80 0 service connection, at 02 o'clock 3_16A, b 24.80 0 spot repair 3_17A, b 25.80 160 service connection with grease, at 02 o'clock 3_18A, b 33.90 0 Multiple Cracks, from 08 to 04 o'clock 3_19A 41.85 0 service connection, at 10 o'clock 3_20A, b 43.85 0 service connection capped, at 02 o'clock 3_21A, b ►48.90 130 roots light 00:00:00 3_22A Z\--\93.20 0 service connection, at 02 o'clock 3_22A, b 22.05 330 roots heavy 3_23A, b 23.90 360 service connection with roots heavy, at 10 o'clock 3_24A. b 66.00 0 service connection capped. at 02 o'clock 3_25A, b MPEG Photo Rate 130 roots light yak 2 // Page: 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City : Yakima City of Yakima 207 West Pine City : Yakima Tel: 509-575-6118 Fax: Email: Inspection Report / Inspection: 1 Date : 3/1/2012 Job number : Weather : Operator : Counter : 1 Section name : Present : Vehicle : Camera : Preset Cleaned : Rate : 1:612 Position Code Observation 488.75 0 inspection ends at upstream manhole MPEG Photo Rate 3_26A, b yak 2 11 Page: 3 City Yakima rvidu City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 City Yakima Street Date 311/2012 Section # 1 Section name Photo: 3_1A, MPEG #: 151013_1 4.4FT, service connection, at 12 o'clock Photo: 3_2A, MPEG #: 151013_1 6FT, inspection begins at downstream manhole Photo: 3_1B, MPEG #: 151013_1 4.4FT, service connection, at 12 o'clock Photo: 3_3A, MPEG #: 151013_1 21.55FT service connection, at 10 o'clock yak 2 11 Page: 4 City Yakima Yakima City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 Uate 3/1/2012 Section # 1 Section name : Photo: 3_3B, MPEG #: 151013_1 21.55FT, service connection, at 10 o'clock Photo: 3_4B, MPEG #: 151013_1 23.35FT, break -in -connection, at 09 o'clock Photo: 3_4A, MPEG #: 151013_1 23.35FT, break -in -connection, at 09 o'clock Photo: 3_5A, MPEG #: 151013_1 43.85FT, service connection, at 10 o'clock yak 2 11 Page: 5 City Yakima lown City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 City Yakima Street Date 3/1/2012 Section # : 1 Section name : L Photo: 3_5B, MPEG #: 151013_1 43.85FT, service connection, at 10 o'clock Photo: 3_6B, MPEG #: 151013_1 55.85FT, roots light Photo: 3_6A, MPEG #: 151013_1 55.85FT, roots light k a 211 <- E29MH1t cl• :1711' 'il[SR111 Photo: 3_7A, MPEG #: 151013_1 93.1 FT, break -in -connection, at 10 o'clock yak 2 11 Page: 6 City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax: Email City Yakima City : Yakima Inspection Pictures / Inspection: 1 Sheet Ila SFS / a 311/2012 1 Section name : Photo: 3_7B, MPEG #: 151013_1 93.1 FT, break -in -connection, at 10 o'clock Photo: 3_8B, MPEG #: 1510131 94.65FT, service connection capped, at 10 o'clock Photo: 3_8A, MPEG #: 151013_1 94.65FT, service connection capped, at 10 o'clock • -. II i .?.0.1 x:' ., - va (II Photo: 3_9A, MPEG #: 151013_1 96.1FT, service connection capped, at 02 o'clock yak 2 11 Page: 7 City Yakima ivien City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 City Yakima Street : Date 3/1/2012 Section # 1 Section name = Photo: 3_9B, MPEG #: 151013_1 96.1 FT, service connection capped, at 02 o'clock Photo: 3_10B, MPEG #: 151013_1 98.05FT, roots medium YlikIN E21VIH21 C. [2x181 11 clay 63 01 2011 Photo: 3_10A, MPEG #: 151013_1 98.05FT, roots medium Photo: 3_11A, MPEG #: 151013_1 131.3FT, roots light yak 2 /1 Page: 8 City Yakima Inspection Pictures / Inspection: 1 City Yakima Street Date 3/1/2012 City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Section # 1 Section name : rim 211421 <+ E2ta' 431 .10 clay...,..' - Photo: 3_12A, MPEG #: 151013_1 142.2FT, service connection capped, at 10 o'clock Photo: 3_13A, MPEG #: 151013_1 144.25FT, service connection capped, at 02 o'clock Photo: 3_12B, MPEG #: 151013_1 142.2FT, service connection capped, at 10 o'clock Photo: 3_13B, MPEG #: 151013_1 144.25FT, service connection capped, at 02 o'clock yak 2 // Page: 9 City Yakima *en City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax. Email Inspection Pictures / Inspection: 1 City Yakima Street : Date 3/1/2012 Section # 1 Section name : Photo: 3_14A, MPEG #: 151013_1 148.1 FT roots medium Photo: 3_15A. MPEG #: 151013_1, 00:00:00 178.2FT, roots light Photo: 3_15A, MPEG #: 151013_1 148.1FT roots medium Photo: 3_15A, MPEG #: 151013_1 183.35FT, service connection, at 10 o'clock yak 2 1/ Page: 10 City Yakima City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 City : Yakima Street Da'.e 3/1/2012 Section # 1 Section name : Photo: 3_15B, MPEG #: 151013_1 183.35FT, service connection, at 10 o'clock Photo: 3_16B, MPEG #: 151013_1 191.8FT, service connection, at 02 o'clock Photo: 3_16A, MPEG #: 151013_1 191.8FT, service connection, at 02 o'clock Photo: 3_17A, MPEG #: 151013_1 224.8FT, spot repair yak 2 1/ Page: 11 Cit Yakima Inspection Pictures / Inspection: 1 Street • Yakima Date 3/1/2012 City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Section # 1 Section name Photo: 3_17B, MPEG #: 151013_1 224.8FT, spot repair Photo: 3_18B, MPEG #: 151013_1 225.8FT, service connection with grease. at 02 o'clock 1112111111 Photo: 3_18A, MPEG #: 151013_1 225.8FT, service connection with grease, at 02 o'clock Photo: 3_19A, MPEG #: 151013_1 233.9FT, Multiple Cracks, from 08 to 04 o'clock yak 2 /1 Page: 12 City Yakima City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 City Yakima Street Date 3/1/2012 Section # : 1 Section name : Photo: 3_20A, MPEG #: 151013_1 241.85FT, service connection, at 10 o'clock Photo: 3_21A, MPEG #: 151013_1 243.85FT, service connection capped, at 02 o'clock awrimamimmitimiew Photo: 3_20B, MPEG #: 151013_1 241.85FT, service connection, at 10 o'clock Photo: 3_21 B, MPEG #: 1510131 243.85FT, service connection capped, at 02 o'clock yak 2 1/ Page: 13 City Yakima City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 City Yakima Street . Date 3/1/2012 Section name Photo: 3_22A, MPEG #: 151013_1, 00:00:00 248.9FT, roots light Photo: 3_22B, MPEG #. 151013_1 293.2FT, service connection, at 02 o'clock Photo: 3_22A, MPEG #. 151013_1 293.2FT, service connection, at 02 o'clock Photo: 3_23A, MPEG #: 151013_1 322.05FT, roots heavy yak 2 11 Page: 14 City Yakima City Yakima City of Yakima 207 West Pine Yakima Tel: 509-575-6118 Fax: Email: Inspection Pictures / Inspection: 1 Street : Date 31112012 Section # : 1 Section name : Photo: 3_23B, MPEG #: 151013_1 322.05FT, roots heavy Photo: 3_248, MPEG # 151013_1 323.9FT, service connection with roots heavy. at 10 o'clock Photo: 3_24A, MPEG #. 151013_1 323.9FT, service connection with roots heavy, at 10 o'clock Photo: 3_25A. MPEG #: 151013_1 366FT, service connection capped. at 02 o'clock yak 2 11 Page: 15 City Yakima City of Yakima 207 West Pine Yakima Tel 509-575-6118 Fax Email Inspection Pictures / Inspection: 1 City Yakima Street Date 3/1/2012 Section # : 1 Section name : Photo: 3_25B, MPEG #: 151013_1 366FT, service connection capped, at 02 o'clock 11111•01111111111111111111J1k11111111W Photo: 3_26B, MPEG #: 151013_1 488.75FT, inspection ends at upstream manhole Photo: 3_26A, MPEG #: 151013_1 488.75FT, inspection ends at upstream manhole yak 2 // Page: 16 OUNCE ST Sn z I I : '. ,.., / 1 40 = , 't *, `• ; ' " s' ''..iii. ' • .. r •-•.. \ .... t % \ \ PROJECT 1 .3. .,•-, !: A ST c ..... T. ••••• • ' z , 1 ...., ......, ,,...... PADIER .;, nvE A ....2- E E SPRUCE St o ''''''. L 5,,,,.:CL 4S',' IP rr ,•2, ..., "2. , '• 14 S. 1,.. , .i, ., ':, .•.-1- , S' '''i' ''''''''. .,LLH S' i, ".. ,- . f. -,S0k. S• ',. - , 7.77 — —• • 55 14)5 1 • 57 I tApO'R 5' I N.:-'1, All ,C!,. Si ISA.- VICINITY MAP NOT TO SCALE LEGEND EXISTING FEATURES NEW FEATURES RIGHT-OF-WAY SANITARY SEWER SEWER MANHOLE FLOW DIRECTION CIPP INSTALLATION CITY OF YAKIMA YAKIMA COUNTY WASHINGTON NACHES AVENUE SANITARY SEWER REHABILITATION EAST D STREET TO EAST CHESTNUT AVENUE CITY OF YAKIMA PROJECT NO. WW2444 HLA PROJECT NO. 16141 OCTOBER 2016 SHEET INDEX SHEET 1 COVER SHEET SHEET 2 GENERAL NOTES AND SHEET MAP SHEET 3 TRAFFIC CONTROL PLAN SHEET 4 SEWER BYPASS PLAN SHEETS 5 - 9 PLAN SHEETS Know what's below. Cell before you dlg. ALL CONTRACTORS SHOULD CALL 509-248-0202 OR 1-800-424-5555 PRIOR TO ANY EXCAVATION WORK. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE: 16141 10-21-16 FILE NAMES: DRAWING: Sheets.dwg PLAN: 16141.dwg CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH COVER SHEET SHEET 1 OF 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL NOTES 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF IMPROVEMENTS SHALL MEET OR EXCEED THE OWNER'S WORK STANDARDS AND THE STANDAROS AND SPECIFICATIONS SET FORTH IN THE CITY OF YAKIMA PUBLIC WORKS REGULATIONS AND APPLICABLE STATE AND FEDERAL REGULATION. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE HIGHER QUALITY STANDARD SHALL APPLY. ALL WORK WITHIN PUBUC RIGHT OF WAY OR EASEMENTS SHALL BE INSPECTED AND APPROVED BY THE CITY OF YAKIMA. 2. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER. THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48 -HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 3. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON-SITE AT ALL TIMES. 4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING. SHORING. TRAFFIC CONTROL, AND SECURITY. 5. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSOOT/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. 6. 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. 7. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 8. IF DEVIATING FROM THE TRAFFIC CONTROL PLAN PROVIDED, THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA AND ENGINEER FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES. PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER NEEDED ACTIONS 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 11 -IE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 10. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS SHOWN ON THESE DRAWINGS OR DESIGNATED TO BE PROVIDED. INSTALLED, CONSTRUCTED, REMOVED, AND RELOCATED UNLESS SPECIFICALLY NOTED OTHERWISE. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING A5 -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 13. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE ENGINEER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE AS -BUILT RECORD DRAWINGS. 14. 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. 15. THE CONTRACTOR SHALL SUBMIT A PHASING PLAN FOR ALL WORK IN PUBUC ROADS AND RIGHTS OF WAY TO THE CITY OF YAKIMA AND ENGINEER BEFORE BEGINNING ANY WORK WITHIN THESE AREAS. CONTRACTOR SHALL BEGIN WORK ONLY AFTER THE CITY OF YAKIMA APPROVES THE PHASING PLAN, AND A PRECONSTRUCTION MEETING 15 HELD BETWEEN THE CITY, THE ENGINEER, AND THE CONTRACTOR. 16. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE. OR RUNNING OF TRUCKS. EARTHMOVING EQUIPMENT. CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED 8Y THE CITY. 17. ANY DAMAGE TO PUBUC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBIUTY OF THE CONTRACTOR ANO SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY. 18. THE CONTRACTOR SHALL PROTECT ALL WASTEWATER MAINS IN ADDITION TO ALL SIDE SEWERS IN PLACE. ANY UTILITIES DAMAGED DUE TO CONTRACTOR'S OPERATIONS SHALL BE REPLACED AT HIS EXPENSE. 19. 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 UTIUTIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS BY POTHOUNG OR OTHER METHODS PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER, 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. 20. THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWEO. 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. 21. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com N W•I•E t 5 S • 5 16-'1 E E 2 • i 1 y • 1 0"5115-1 • 1 �1A E VNG E. OV- •� a 1 A • • 1 % LP • • 1 ♦ 1 11. # • • • • ♦ .w • JR • V •• E W' 0., • • 1 Z • 01 • t^ • • a 2 .c.• NZ 2 Z' •.. O U+ t • N • w, • • • e, • _,L • E1°t4 WPY c� 51 p 4F SGS 9EN� PSE ES`NV( ‘N• 04-51'4‘) G • • • • • •► %.•••• • • • • • • la • • y • • VA • • a • • co • • • •t_ ••••% •• • • • • • • to • • • • • 2 W P�N�t S�EEt N M SHEET MAP JOB NUMBER: DATE: 16141 10-21-16 FILE NAMES: DRAWING: Sheets.dwg PLAN: 16141.dwg CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH GENERAL NOTES AND SHEET MAP SHEET 2 OF 9 W 2 00 co 0 10 20 100' BEFORE "DETOUR AHEAD" SIGN SS'—'—Si—CC-8i-94—R SSS -SS SS—�SS-SS--SS—SSSS SS WORK ZONE CONES (TYP) DETOUR NACHES AVE q (AT INTERSECTION) ji116111111Ak. q ON ONE—WAY STREETS, TRAFFIC ii NOTE: CONTROL SIGNAGE IS ONLY REQUIRED UPSTREAM OF CLOSURE. TRAFFIC CONTROL AT NACHES AVENUE AND TYPICAL INTERSECTIONS (EXCLUDING YAKIMA AVENUE) TRAFFIC CONTROL PLAN ss—SS—SS-55—ss—SS—ss NACHES AVE 100' i 125' TA ONLY R3 -5R TYPE 3 BARRICADE WITH "ROAD CLOSED" (FYP. YAKIMA AVE) LL dip Li. 6i NOTE: MAXIMUM CONE SPACING SHALL BE 25 FEET. TRAFFIC CONTROL AT NACHES AVENUE AND YAKIMA AVENUE H L A Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: DATE: 16141 10-21-16 FILE NAMES: DRAWING: Sheets.dwg PLAN: 16141. d wg CITY OF YAKIMA NACHES AVENUE SANITARY SEWER REHABILITATION REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH TRAFFIC CONTROL PLAN SHEET 3 OF 9 SEWER BYPASS MAP i o � V ,La: � 12 � •,� .,A t cn, ot: o 1 I ♦♦♦ . .1 LEGEND SEINER MAIN -- ss ss SEWER MANHOLE !;EWER FLOW DATA HIGH FLOW ESTIMATE = 6) GPM 1 NOTE! CONTRACTOR SHALL PROPOSE A BYPASS PLAN FOR THE CITY'S REVIEW AND APPROVAL ALL MANHOLES SHOWN MAY BE USED FOR BYPASS. AN UPSTREAM PLUG AND ONGOING VACTOR OPERATION MAY BE USED WITH THE CITYS APPROVAL NUM JOB NAMES: 4 2803 River Road !, fetal6141 CITY OF YAKIMA elat0-2t—te � L*A HLAYakima, �°� �Y DRAWING: Sheets.dwg NACHES AVENUE 509.966.7000 PLAN: 16141.dw Fax 509,965.3800 g SANITARY SEWER REHABILITATION OF Engineering and Land Surveying, Inc. www1lacivil.00m DESIGNED BY: BAA 9 RENSION DATE ENTERED BY: AJH SEWER BYPASS PLAN n u i O I 9+50 I 1 Ate I I 1 1 DANIEL & JEAN I MARTIN & TERESITA BREWER SOUCY MARIA CHAVEZ CHACON 191318 34448 I 191318 34449 I 91318-34450 II 315 N. NACHES AVE 1 313 N. NACHES AVE 1 311 N. NACHES AVE q q �UI 4� rn I 10+ I 11+00 a ,12E STA. —1-0—+ 07 -HO +4 C INSTALL CIPP IN EXISTING n r- r - i 2 +i� z 8' VITRIFIED CLAY IE 7M 0 + 0F •' F SANITARY SEWER PIPE. ^ 0a= � U�z �` V1 "y�•�7�+��ay,� N � �j. HOUSING AUTHORITY OF I THE CITY OF YAKIMA (-191318-34506 ( -- 314 N..NACHESNACHES AVE 1 I 1 I i I I 1 I I 1 1 I l• I JAMES & LAURIE ELVIRA & M MENDOZA , I JOMAR 1 PROPERTIES LLC BELL DE LA CRUZ TIMOTHY SANCHEZ JAMES BELL I 181318-34451 I 191318.34452 I 191318.34453 I 191318-34454 I 19'318-34455 I I 309 N. NACHES AVE I 307 N. NACHES AVE I 305 N. NACHES AVE I 303 N NACHES AVE ( 301 N NACHES AVE I Q All z pp 12+00 / CITY OF YAKIMA PIPE SEGMENT 7745 Naches Avenue IN SUCCESSFUL CIPP q fALLATION, REINSTALL ACTIVE SEWER LATERALS. INACTIVE PED LATERALS SHALL NOT 0 q REINSTATED UNLESS 0 0 10 20 40 J W r F - w LJ L0 IECTED BY CITY. +o F O O q + 13+00 14+00 15. - In i` +i I STA. 14+39t INSTALL CIPP IN +i E27MH10 Lv In IE; —6.9 EXISTING 8' Z U d cF= d VITRIFIED CLAY SANITARY U SEWER PIPE. I VALHALLA PROPERTIES LLC 191318 34509 I I 405 E. LINCOLN AVE , I NOTES* 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS 'INACTIVE' ARE ACTIVE, THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED, THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. Jae NUM6141 R: DATE: CITY O F YAKIMA S"� 2803 River Road 'E 16141 10-21-16 A A Yakima, WA 98902 �°� V FILE NAMES: HLA DRAWING: Sheeta.dwg NACHES AVENUE 509.966.7000 PLAN: 16141.dwg Fax 509.965.3800 SANITARY SEWER REHABILITATION OF �Engineering and Land Surveying, Inc. www,hlacivil.com DESIGNED BY: BAA PLAN SHEETS 9 REVISION DATE ENTERED BY: AJH a 3 9+50 10+ 11+00 z z STA. 70+03 4 INSTALL CIPP IN EXISTING 9 �+ i ? 8' VITRIFIED CLAY IE27MHoo+F o+� ITRSANITARY SEWER PIPE. z (A Ip (A q a —`— -- -- -- I Y HOUSING AUTHORITY, THE CITY OF YAKIMA 191318-34506 314 N. NACHES AVE 8. 12+DO / CITY OF YAKIMA PIPE SEGMENT 7745 Naches Avenue !—R �N SUCCESSFUL CIPP I •ALLATION, REINSTALL ACTIVE SEWER LATERALS. INACTIVE PED LATERALS SHALL NOT IP44 q REINSTATED UNLESS n IED BY CITY. F F� %A N q —i n 13+00 - 14+00 1b <++ N OF +F +F I I ! I V I I Q I I N DANIEL 6 JEAN ( I MARTIN & TERESITA { JAMES 6 LAURIE ( ELVIRA & M MENDOZA +�I E27MH10 IIE:-6.9 BREWER SOUCY MARIA CHAVEZ CHACON JOMAR 1 PROPERTIES LLC BELL DE LA CRUZ TIMOTHY SANCHEZ JAMES BELL 191316-34448 I 191318 34419 I 191316-34450 I 181318 34451 I 191316.34452 I 191318-34453 I 19131&34454 I 191318.34455 I I 315 N. NACHES AVE 1 313 N. NACHES AVE I 311 N. NACHES AVE I 309 N. NACRES AVE I 307 N. NACHES AVE I 305 N. NACHES AVE I 303 N NACHES AVE I 301 N NACHES AVE I 9+50 10+ 11+00 z z STA. 70+03 4 INSTALL CIPP IN EXISTING 9 �+ i ? 8' VITRIFIED CLAY IE27MHoo+F o+� ITRSANITARY SEWER PIPE. z (A Ip (A q a —`— -- -- -- I Y HOUSING AUTHORITY, THE CITY OF YAKIMA 191318-34506 314 N. NACHES AVE 8. 12+DO / CITY OF YAKIMA PIPE SEGMENT 7745 Naches Avenue !—R �N SUCCESSFUL CIPP I •ALLATION, REINSTALL ACTIVE SEWER LATERALS. INACTIVE PED LATERALS SHALL NOT IP44 q REINSTATED UNLESS n IED BY CITY. F F� %A N q —i n 13+00 - 14+00 1b <++ N OF +F +F N� ( " rt V V Q V N N H 9+50 10+ 11+00 z z STA. 70+03 4 INSTALL CIPP IN EXISTING 9 �+ i ? 8' VITRIFIED CLAY IE27MHoo+F o+� ITRSANITARY SEWER PIPE. z (A Ip (A q a —`— -- -- -- I Y HOUSING AUTHORITY, THE CITY OF YAKIMA 191318-34506 314 N. NACHES AVE 8. 12+DO / CITY OF YAKIMA PIPE SEGMENT 7745 Naches Avenue !—R �N SUCCESSFUL CIPP I •ALLATION, REINSTALL ACTIVE SEWER LATERALS. INACTIVE PED LATERALS SHALL NOT IP44 q REINSTATED UNLESS n IED BY CITY. F F� %A N q —i n NOTES: 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS INACTIVE' ARE ACTIVE. THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED. THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. q VALHALLA PROPERTIES LLC I 19131834509 I i 405 E. LINCOLN AVE i I H W w N W z J a S Yakima, JOB NUMBER: DATE: CITY 4 F YAKIMA s" 2803 River Road 16141 10-21-16 A Yma, WA 98902 �°* (/ FILE NAMES: 5 HLADRAWING: Sheeta.dwg NACRES AVENUE 509.966.7000 PLAN: 16141.dwg Fax 509.965.3800 SANITARY SEWER REHABILITATION of Engineering and land Surveying, Inc. www.macivii.com DESIGNED BY: BAA PLAN SHEETS 9 REVISION DATE ENTERED BY: AJH 13+00 - 14+00 1b t q q ( " rt I n STA. 14+39t INSTALL IN +� +�I E27MH10 IIE:-6.9 CIPP N M EXISTING 8' v, V q VITRIFIED CLAY << d< SANITARY N N I SEWER PIPE. NOTES: 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS INACTIVE' ARE ACTIVE. THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED. THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. q VALHALLA PROPERTIES LLC I 19131834509 I i 405 E. LINCOLN AVE i I H W w N W z J a S Yakima, JOB NUMBER: DATE: CITY 4 F YAKIMA s" 2803 River Road 16141 10-21-16 A Yma, WA 98902 �°* (/ FILE NAMES: 5 HLADRAWING: Sheeta.dwg NACRES AVENUE 509.966.7000 PLAN: 16141.dwg Fax 509.965.3800 SANITARY SEWER REHABILITATION of Engineering and land Surveying, Inc. www.macivii.com DESIGNED BY: BAA PLAN SHEETS 9 REVISION DATE ENTERED BY: AJH 1 11 W, w w 0 I Lo QILr) i V CORPORATION OF THE IP 8 JOSEPH I WILSON REAL CATHOLIC BISHOP HOLLY PETTIT EVA BARTON MANN ESTATE LLC GARY DELANEY JR 9310-214 2151N. NACHES AVE I 2111N�NAC ES AVE I 2091N. NACHES AVE I 2071N?NA HES AVE I 2051N,NA HE 7AYE I 201 N. AVE Yl IA n p q to I +a I 00 +w q Yi+o I N UPC w ? .. 0 10 20 40 ..60 3 I I ~ e . < # Cfl I WILSON COMMERCIAL PROPERTIES LLC � I Y 1115N NACHES AVE 1zl w d2A N dZlx +>+> �` F ^ o F INSTALLATION, REINSTALL ACTIVE F I (I14r P:Naches Avenue ^< I I I `~< SIDE SEWER LATERALS. INACTIVE CAPPED LATERALS SHALL NOT w +� +� +�� rn I < +i� e�ppN �^ BE REINSTATED UNLESS G OTHERWISE DIRECTED BY CITY. OAKSHIRE PROPERTIES FUND V 191319.21424 212 N. NACHES AVE 2803 River Road Yakima w.798902 *L*AlAkHLA 509.966.7000 IfFax 509.965.33 800 Engineering and land Surveying, Inc. www.hlacivil.com VITRIFIED CLAY SANITARY _ < r ~ e . < # SEWER PIPE. �< � I 1zl d2A N dZlx dZq V) I SCHNEIDER I SCHNEIDER 61 l p " dip � p q 16+00 3 I 14+00 I 17+00 ICITY OF YAKIMA PIPE ISEGMENT 7751 If. +F n q +�t! *{51�<R ..{/�� CN I v Z_ co +FI Z I dZ fA I * I �O <p Z -H ck n I I I INSTALL CIPP IN EXISTING 8' F i �" ^ F I I F it OAKSHIRE PROPERTIES FUND V 191319.21424 212 N. NACHES AVE 2803 River Road Yakima w.798902 *L*AlAkHLA 509.966.7000 IfFax 509.965.33 800 Engineering and land Surveying, Inc. www.hlacivil.com VITRIFIED CLAY SANITARY _ < r ~ e . < # SEWER PIPE. N � Ta Et I SCHNEIDER I SCHNEIDER OAKSHIRE PROPERTIES FUND V I DEVELOPMENT CO LLC I DEVELOPMENT CO LLC I 191319-21430 19. 1417 19. 416 206 N. NACHES AVE NACHES I 204 N. NACHES AVE I 202 N. NACHES AVE I NAC SSL 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS "INACTIVE' ARE ACTIVE, THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED, THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. REVISION JOB NUMBER: I DATE: 16141 f 10-21-16 FILE NAMES: DRAWING: Sheete.dwg PLAN: 16141. d wg DESIGNED BY: BAA DATE ENTERED BY: AJH Z `I w ZlLi -H o = In +�'Zi �UZI d<ai o UO Q: + IL =0 N INSTALL CIPP IN ExIsnNG 8" VITRIFIED CLAY SANITARY SEWER PIPE. F----- SCHNEIDER i DEVELOPMENT CO LLC '.94319-2±512 120 N. NACHES AVE Q w Z J U H Q CITY OF YAKIMA �= NACHES AVENUE 6 SANITARY SEWER REHABILITATION OF PLAN SHEETS 9 --- --. _l_ I I I I I I I I I WILSON COMMERCIAL I YAKIMA MALL I YAKIMA MALL f YAKIMA MALL PROPERTIES LLC SHOPPING CENTER SHOPPING CENTER SHOPPING CENTER SEASONS MUSIC FEST VA 19131921478 I 191319-21478 I 107/NNACHESAVE101 N NACHES AVE I 19131921481 I 19t3ts}2ta82 115 N. NACHES AVE I 111 N. NACRES AVE I 105 N, NACRES AVE I W 2 u1 p q q ai q q +� N� Naches Avenue <q <iq O N N<I N<I ++ q q aa q O 00 N +o0 8" � 22+00 r �,- x I � -- -G Q 1 _.. I� q q 44 I23+00 a JPON SUCCESSFUL CIPP NSTALLATION. REINSTALL ACTIVE _ IIIA ;IDE SEWER LATERALS. INACTIVE +i 'APPED LATERALS SHALL NOT N R 3E REINSTATED UNLESS < )THERWSE DIRECTED BY CITY. N Bt319-2/438 N. CITY OF YAKIMA CITY OF YAKIMA PIPE SEGMENT 7562 PIPE SEGMENT 11705 Ln t RINSTALL 8" _211 00 i LLJ CIN 44Z g Y I I V ` YAKIMA MALL I 8PP EXISTI G -NACHES LLC U SHOPPING CENTER INC j<1< 1q VITRIFIED CLAY<q NACHES AVE 1 y N I SANITARY SEWER PIPE. I rn Q < I -- -� -- -.L -- -- -- T --I -- � SCHNEIDER I YAKIMA MALL SHOPPING 1 DEVELOPMENT CO LLC I CENTER CORP 191319-21512 191319-21440 120 N. NACHES AVE I 10808 NO I I� q q 44 I23+00 a JPON SUCCESSFUL CIPP NSTALLATION. REINSTALL ACTIVE _ IIIA ;IDE SEWER LATERALS. INACTIVE +i 'APPED LATERALS SHALL NOT N R 3E REINSTATED UNLESS < )THERWSE DIRECTED BY CITY. N Bt319-2/438 N. I SANITARYNG8SEWER PIPE. CITY OF YAKIMA PIPE SEGMENT 11705 VITRIFIED CLAY 8" _211 00 T —1 STA. 24+00t Y E28MH72 I YAKIMA MALL I vI -NACHES LLC ! SHOPPING CENTER INC 191319-21438 NACHES AVE I 10202 N. I 1 I JEM 1 102 NOTES: 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS 'INACTIVE' ARE ACTIVE, THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED, THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. W 2 ..q co t0 0 40 I SUN MEADOWS TP YAKIMA LLC t913t9-21488 15 N. NACRES AVE E29M�IE:-8.3H77 EXISTI" CONCRETE I SANITARYNG8SEWER PIPE. CITY OF YAKIMA PIPE SEGMENT 11705 VITRIFIED CLAY 8" _211 00 M STA. 24+00t C,4 `� 0 E28MH72 <? f v IE: —8.0 INSTALL CIPP IN EXISTING 8' VITRIFIED CLAY vI SANITARY I SEWER PIPE. • � q I NACHES HOTEL LLC N. NACRES AVEN. NACRES AV 1 i 00 I - w W 2 O 0 + F— JOB NUMBER: I DATE: CITY O F YAKIMA` 2803 River Road 16141 10-21-16 Yakima, WA 98902 FILE NAMES: 7 DRAWING: Sheets.dwg NACHES AVENUE 509.966.7000 PLAN: 16141.dwg HLA Fax 509.95.3800�OF EngineeringandIandSurveying,Inc. www.nkac6vil.com DESIGNED BY: BAA SANITARY SEWER REHABILITATION )l I— REVISION DAIS ENTERED BY: AJH PLAN SHEETS 9 1 �f adw -- --.I'--.--.- - -"4 SUN MEADOWS TP YAKIMA LLC 191319.21488 r Aw 15 N NACHES AVE !! At 18131821453 z t` W LLJ N U , d` �n 0 W Z J U H Q I � I � C s � NI > I Q apow Y w UPON SUCCESSFUL CIPP INSTALLATION, REINSTALL ACTIVE i SIDE SEWER LATERALS. INACTIVE � CAPPED LATERALS SHALL NOT I 4 I + DI * �� BE REINSTATED UNLESS 4 p \ OTHERWISE DIRECTED BY CITY. * Naches Avenue �a OFA "<I STA. 28+881 ✓� a y p yip / p I E28MH31 N 26+00 I 8" 27+00 ,26+00 w 2 ♦.. � 0 1 40 ST MICHAELS PARISH I 19731813413 SS NACHES AVE !t' — — _ _ sa \y % 10" M 31 ^*S c- z - 21 -A -M-- - U-ts - . _ . - --=app-'w- - 1 - -a.�._. _. r_ x _ - . _— . T. 1 PE� 9383 � CITY OF YAKIMA PI SEGMENT I I I �r 4f p * �p JINSTALL CIPP IN / -H p I INSTALL CIPP IN $ r� io I EXISTING 10" VITRIFIED EXISTING 8' CONCRETE / �� ( I it CLAY SANITARY SEWER N NU N SANITARY SEWER PIPE. N` PIPE, dip d<p I�Fp p 7 �/1 F N to v of 1 ---T--- -- --.I'--.--.- - -"4 I YAKIMA MALI NACHES HOTEL LLC I SHOPPING CENTER MORRIER HOTEL LLC 1 18131821453 19131&21455 19131821452 I N NACHES AVE I 402 E. YAKIMA AVE I jI 1 I II I 419 E- YAKIMA AVE 2803 River Road Yakima WA 98902 509.966.7000 HLA Fax 509.965.3800 Engineering and Land Surveying, Inc. www1laciYil.00m NOTESL 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS 'INACTIVE' ARE ACTIVE, THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED, THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. REVISION JOB NUMBER:IDATE: 16141 10-21-16 FILE NAMES: DRAWING: Sheets.dwg PLAN: 16141.dwg DESIGNED BY: BAA ENTERED BY: AJH y' *4 YAKIMA MALL SHOPPING CENTER 1913182MA 424 E. YAKIMA AVE .i W W 2 U7 O O + O Q W Z J U Q 7 CITY OF YAKIMA S~M7 NACHES AVENUE 8 SANITARY SEWER REHABILITATION OF PLAN SHEETS 9 L r 1 C I` -- w w 2 1n O 0 0 n �H I U a~i a 0I ST MICHAELS PARISH 41 191319-13413 6 S. NAC HES AVE Naches Avenue YAKIMA VALLEY WLLMM 8 L WILLIAM & LISA CNCLALCOHOL �� EEN HAGREEN 191319-13412 } 9 13411 191319-13410 9 S. NACRES AVE 11 S. NACHES AVE 503 E. CHESTNUT AVE :t +�a + .H +�+a t~n q, w i qF +CN �a �a �<I �Za rn rn � 31+00 1 1 10" 32+00 1 1 I j YAKIMA MALL SHOPPING CENTER q 191319-24517 424 E. YAKIMA AVE a -T I THE TOWER LLC% I I 191319-24486 S. NACRES A � I A a JPON SUCCESSFUL CIPP NSTALLATION, REINSTALL ACTIVE 31DE SEWER LATERALS. INACTIVE TAPPED LATERALS SHALL NOT 3E REINSTATED UNLESS Z < I -H 0 r + Q CITY OF YAKIMA PIPE'SEGMENT 8887 I .H I Sr� !04 �I 411#7a n +F �i q t a� =z I +�j2 <=q in U-1 \� INSTALL CIPP IN EXISTING 1 O' M y M U M U� 0 V) V) Z �' VITRIFIED CLAY < a a s < a 0 z y U SANITARY SEWER N N V a 2 < PIPE. I j YAKIMA MALL SHOPPING CENTER q 191319-24517 424 E. YAKIMA AVE a -T I THE TOWER LLC% I I 191319-24486 S. NACRES A � I A a JPON SUCCESSFUL CIPP NSTALLATION, REINSTALL ACTIVE 31DE SEWER LATERALS. INACTIVE TAPPED LATERALS SHALL NOT 3E REINSTATED UNLESS THE TOWER LLC t 1 19.24486 I 421 E, TNUT AVE � I NOTES, 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS 'INACTIVE' ARE ACTIVE, THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED, THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. 11 G w i� W 34+00 34+25 �I r cFiq ' STA. 33+771 a E28MH28 �ia a I-ijI 0 a a r JOB NUMBER: I DATE: SHEETCITY O F YAKIMA 2803 River Road 16141110-21-16 AA Yakima WA 98902°* FILE NAMES: DRAWING: 51611.dw9 NACRES AVENUE 509.966.7000 LA4d HLA Fax 509.965.3800 SANITARY SEWER REHABILITATION of Engineering and Land Surveying, Inc. WWW.hlacivil.com DESIGNED BY: BAA PLAN SHEETS 9 REVISION DATE ENTERED BY: AJH Z < a -H 0 r + �a aa�<I I THE TOWER LLC t 1 19.24486 I 421 E, TNUT AVE � I NOTES, 1. EXISTING PIPE MATERIAL MAY CHANGE AT PREVIOUS SPOT REPAIR LOCATIONS. 2. IF CONTRACTOR'S VIDEO INSPECTION DETERMINES SIDE SEWER LATERALS SHOWN AS 'INACTIVE' ARE ACTIVE, THE CONTRACTOR SHALL ADVISE THE CITY FOR REINSTATEMENT CONSIDERATION. 3. OBSTRUCTIONS INCLUDE PLUGGED SIDE SEWER LATERALS AND PROTRUDING LATERALS INTO MAIN. 4. ONCE OBSTRUCTIONS ARE REMOVED, THE CONTRACTOR SHALL VIDEO INSPECT SIDE SEWER LATERALS AND ADVISE CITY IF CONNECTIONS ARE CAPPED OR INACTIVE. VISIBLY CAPPED LATERALS SHALL NOT BE REINSTATED. 11 G w i� W 34+00 34+25 �I r cFiq ' STA. 33+771 a E28MH28 �ia a I-ijI 0 a a r JOB NUMBER: I DATE: SHEETCITY O F YAKIMA 2803 River Road 16141110-21-16 AA Yakima WA 98902°* FILE NAMES: DRAWING: 51611.dw9 NACRES AVENUE 509.966.7000 LA4d HLA Fax 509.965.3800 SANITARY SEWER REHABILITATION of Engineering and Land Surveying, Inc. WWW.hlacivil.com DESIGNED BY: BAA PLAN SHEETS 9 REVISION DATE ENTERED BY: AJH