Loading...
HomeMy WebLinkAboutR-2007-033 Brackett Park Irrigation System Improvements; Jansen, Inc.CITY OF YAKIMA -ORIGINAL CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS City Project No. 1R2179 HLA Project No. 07037 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard SEPTEMBER 2007 Phone (509) 575-6020 Yakima, WA 98902 fax (509) 575-6238 CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS City Project No. 1R2179 HLA Project No. 07037 EXPIRES 9,A,r., 6, 2008 Construction Contract Specifications & Bid Documents SEPTEMBER 2007 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.DOC CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS City Project No |R2179 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS 1-1 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 SCHEDULE 3-4 BID PROPOSAL SIGNATURE PAGE 3-5 BID DEPOSIT 3-6 BID BOND 3'6 NON -COLLUSION AFFIDAVIT 3-7 NONDISCRIMINATION PROVISION 3-8 SUBCONTRACTOR LIST. . 3-9 BIDDERS DATA FORM . .'—.—. . ............ . .— '....... . . WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3-13 RESOLUTION NO. D-4816 3-14 AFFIRMATIVE ACTION PLAN 3-15 BIDDERS CERTIFICATION 3-17 SUBCONTRACTORS CERTIFICATION ....... ...... .'. ........ PROPOSAL 3-21 SECTION 4- CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 CONTRACT BOND SCHEDULE OF WORKING HOURS 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS ''..... . --- 5'1 PREVAILING WAGE RATES 5-2 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 STANDARD SPECIFICATIONS .6'2 SPECIAL PROVISIONS INDEX 6-3 SPECIAL PROVISIONS 6-4 APPENDIX A AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS PARK SPECS.pOC SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 The City of Yakima invites separate sealed BIDS for the construction of the BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS, City of Yakima Project No IR2179, HLA Project No. 07037, including the following approximate major quantities: Irrigation system improvements including sliplining approximately 2,160 linear feet of new 2" HDPE pipe in existing pipes; abandoning existing pipes and installing approximately 900 linear feet of new 2" HDPE pipe; and installing approximately 45 service connections. Work includes installation of new mainline valves, service valves, blow off/flushing valve assemblies, and service pipes; connection to existing booster pump station; abandonment and/or removal of existing pipe and valves; surface restoration including asphalt pavement, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns; and other related improvements. All work to provide unrestricted irrigation water use to system users shall be completed no later than March 14, 2008 Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 p m. on October 3, 2007, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC , 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $50 00 for each set, non-refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Publish• September 19, 2007 September 20, 2007 G:\PROJECTS12007107037\BRACKETT PARK SPECS.doc 1-2 Deborah J. Moore City Clerk SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p m , October 3, 2007, and then at said office publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901 Each sealed envelope containing a BID must be plainly marked on the outside as BID for BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS, CITY PROJECT NO. IR2179, 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 enve- lope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsive BIDDERS. When the Agreement is executed, the bonds of the two remaining 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\2007\07037\BRACKETT PARK SPECS.doc 2-2 A conditional or qualified BID will not be accepted Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Michael T. Battle, PE The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509)966-7000, FAX: (509)965-3800. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 2-3 SECTION 3 - BID PACKAGE G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-1 1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid: (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided (b) Bid Signature Page To be filled in and signed by the bidder. (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal. (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder information. (f) Bidder's Data Form This form to be completed by the bidder (g) MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder Failure to provide this information WILL NOT render the bid non- responsive The following forms are to be executed and/or submitted for approval after the Contract is awarded: (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima (2) Contract Bond to be executed by the successful bidder and his surety company. Provide Power of Attorney. (3) Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors (5) Schedule of Working Hours to be executed by the successful bidder. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-2 City of Yakima 129 North 2nd Street Yakima, Washington 98901 BID PROPOSAL BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2179 A Proposal ofj I nG `herein fter called "BIDDER"), organized tAJ and existing under the laws of the State of CShf n doing business as a C ATO tLOY1 '. To the CITY OF YAKIMA, Washington, (heinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS — City Project No. IR2179, 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 in accordance with Section 1-08 5 of these Special Provisions. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1-08.9 of the Standard Specifications. BIDDER acknowledgesy�receipt of the following ADDENDA. Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OCT -02-2007 TUE 09:02 AM HUIBREGTSE LOUMAN ASSOC, FAX NO, 509 9653800 P. 02/02 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 BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO. IR2179 HLA PROJECT NO. 07037 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT (DOLLARS -CTS DOLLARS -CTS 1 Mobilization LUMP SUM - - - X = '2.► , 250.00 2 Project Temporary Traffic Control LUMP SUM . - - X = 13 " 150, OD 3 Clearing and Grubbing LUMP SUM - -- X - MN.DO 4 Pipe Cleaning and Inspection LF 2,120 X ,9-14S = 6 194,00 5 Obstruction Removal EA 15 X W-1--00 = g 1Lt(0O,OD 6 Access Pit EA LF 19 2,120 X X .345. 00 G.9.5 = = (9555.00 13,950,00 7 Slipllno 2 -Inch HOPE Pipe 8 Install 2 -Inch HDPE Pipe LF 910 X 35-30 = _ 3),, la3.op 5,$Db 01) 9 2 -Inch Gate Valve EA 5 X %I, I, aO 10 Service Saddle EA 45 X X 1194,00 1115 OD = = 9)1 no.do I,S /S, OD 11 Sorvico Valve EA 45 12 Type 1 Valve Box EA 4 X 9.1 •00 = 504-6 D 13 Type 2 Valve Box EA 46 X 12 50 , 14 Service Lateral LF 240 X 3g,15 = (,16 5�5.0D 2.,Q 0J 15 Blow Off/Flushing Valve Assembly EA 4 X i01-1-,50 - 14-11400 16 Shoring or Extra Excavation LS - - - X 0,00 = X50,00 17 HMA Repair, Type 1 (3") SY 40 K { Id -SO _ 14,SDOt(}D 18 Gravel Surfacing Repair SY 5 X c30, op - 1 450,0D 19 Sodded Lawn Repair SY 50 X 9.4--g0 = Ia- O, to 20 Seeded Lawn Repair SY 40 X 9-0.00 = BV 0.00 21 Cement Concrete Curb and Gutter LF 100 X 5S,OD = 5ISDO, O0 22 Concrete Slab, 4 -Inch Thick SY 40 X )3S -c0 - 5,142O.OD 23 Concrete Slab, 6 -Inch Thick SY 10 X 1 )1,N) - 1, 4 1 i) 00 24 Select Backfill TON 40 X -lc COO = 11d).00 25 Minor Changes FA EST. X $5,000.00 = $5,000.00 BID SUBTOTAL X14, 22g •OO STATE SALES TAX 8.2% 1 7, 5k-10 BID TOTAL 9,31,�git.70 G\PRoJ CTS12c071070371BRACKETT PARK SPECS.dac 3=4 r r BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO. IR2179 Project No 07037 Jansen (rc. Ochber 2. BIDDER (CON RACTOR) BY AUTHOR! DATE , 2007 Voce presidevlt L'S SIGNATURE TITLE Oraint raven (Please print or type name) ADDRESS. 91 10 Buchanan ana ► 1 LoQp ( Phone: (2)40) ,33.444-726 44-726 rn da e VvA q?: i g FAX. ,60) 3N-420 E-mail address' Jansen l'^' Jansen -11 C.. Com CONTRACTOR LICENSE NUMBER NOTE: 3ayse- bgSbo- (1) If the bidder is a co -partnership, so state, giving firm name under which business transacted If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to: Huibregtse, Louman Associates, Inc. 801 N. 39th Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-5 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of $ 500,0D , 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 , as Principal, and , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents The condition of this obligation is such that if the Obligee shall make any award to the Principal for BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS — City Project No. IR2179, 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 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc DAY OF , 2007. Principal Surety , 2007 3-6 NON -COLLUSION AFFIDAVIT STATE OF WASHINGTON ) ss. COUNTY OF (/JhatijYY) Can'1f J ,TTrs(n NON -COLLUSION AFFIDAVIT , 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. (Contractor' gnature) Signed and sworn to (or affirmed) before me on OC l» ( Heather Raid Ke G:\PROJECTS\2007107037\BRACKETT PARK SPECS.doc =r:•�41 otArikT r. ':pvek.`o ?•, VNE2ti • 3-7 Glu , 2007, by c�— fy Public ikppointment Expires 0(0.0 ' g01 0 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed bji or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-8 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name: _ CITY OF YAKIMA Project No. 07037 BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name does no -t- awl/ Categories of Work 0 Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-9 1 1 To be Submitted with the Bid Proposal Subcontractor List Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below. 1 Prime Contractor Name la1tO {i) Inc Categories of Work 1 1.1ne, d m - i nsa l i 2„ FP 1"))P 1 une, ItQm 10 - Seiry (c.e Sada' 1 1 1 1 1 1 1 1 t L 1 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-10 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be: AC5`rin_ [NSI Ge CDYvW Pill LF whose address is: 23 main S --L- eet , PD NA 2350, NeW P I t��() , CT 0(00(o0-2250 Street City State Zip BIDDER The name of the Bidder submitting this Bid is Jansen I V\C ano Buchanan t -DAP, Street City %rnda le .MA whose address is: State �Kz�g Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: Pd Ja f Grant jairvo G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-11 BIDDER'S DATA FORM The following information will be verified by the City of Yakima. 1. Past experience with similar type work; include names, addresses, and telephone numbers of clients, locations of jobs performed, project descriptions,.and contract amounts. �► mahnici (r P.QJ , -Tr,. hS) H -a M t h t Tty i Lecd u C Non -39,0-8u �ePorri,t.00) of ore.ek - Ivnsiaa(atD o rn vU,1e ) s ,? r 1 lii oY, ul S Pan & (LO1T uvastOaltr Al t lance) MO if 6-ough 1 Pe (36b) X1(1'3-7625 re char e d rat nas6 r65bnSW 2og, 07)O 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers of clients, locations where service performed, and service descriptions. Pocc~r Govt.firac Mai e )nod resu i Ira ni t t fei>'tair c I-11n01��1� TI,v rl l�1QS rn kW�c� �Ye-aL( tar:06 SySh t- i . J 3. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications. -51,t.peArvi C ci,nnrmi i r v r SefA ppeJr I e oce t,u S -nsn ions c.cmpi P.TQA fro o ') C,OY tYOI CPrdt-t ca y course_ rse_ !1 and c ravtt ) Cat i rl U d ioArpO 1 prnicCt h(le,fro v yt 5. Provide Washington state Contractor's registration (license) number TANS 1- GSSVA NOTE: Complete this Bidder's Data Form and submit with Bid Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-12 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000 Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-13 RESOLUTION NO. 1) — 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with.Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY Lii.e. CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. 1D� ADOPTED BY THE CITY COUNCIL this .� 4 WL day of 1983. ATTEST: 7'c<A-z---- )41- City Clerk .A 0,, A AAA,Lt -1-‘ cat Mayor 1 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this Contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employment to minority youth The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-16 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Jan\1iC (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract: n,n1Sc pe 1 �I r`erS dine m I ` (aYxnyeArs 1 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: AI t-e4thve and; 2. It will obtain from each of its subco tractors and submit to the contracting or administering agency prior to the award of any sub -contra t nder t. Contract the Subcontractor Certification required by these Bid Conditions. (Signature of £'t . .-d Representative of Bidder) G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-17 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: ih& w i A P Leser i h'INPILD (SUBCONTRACTOR) certifies that: 1 It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being. and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Subcontractor) G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-18 Materially and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid Failure to submit the certification will render the bid non-responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor of subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. 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 securty and that its award /4I i 1 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-19 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\2007\07037\BRACKETT PARK SPECS.doc 3-20 PROPOSAL BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2179 The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto. CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND ❑ IN THE AMOUNT OF ( 1250 O �f wP i ve, hhouSJn� Fi v2 {/1d vt DOLLARS ❑ ($ ) PAYABLE TO THE STATE TREASURER ❑ IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) (OlY,1 , and PHONE NUMBER FAX NUMBER SIGNATURE OF AUT RI . ED OFFICIALS FIRM NAME (ADDRESS) SeN (O•JC • 2 J i O 15uCfrt-Q ti LSP) Per nasule wry cig2L1g (300) C 3(00) L 148 OO STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER: J7Lv)Se1 Ogg b0 - FEDERAL ID NO. vl i -og ls1 Note (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 4-1 THIS AGREEMENT, ns 6r, I Inc. CONTRACTOR, WITNESSETH: CONTRACT made and entered into in triplicate, this day of , 2007, by and between the City of Yakima, hereinafter called the OWNER, and hereinafter called the That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS— City Project No. IR2179, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Work shall start within ten (10) calendar days after Notice to Proceed and shall be completed by the dates set forth in Section 1-08.5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08 9. The CONTRACTOR shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifi- cations to be furnished by the OWNER. II. The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 4-2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. OWNER: C. Yakima, Washing‘\ By. Name. R. A. Zais, Jr. Title. City Manager CONTRACTOR: By: Name. /� �aix + Ja/t' h (Please Print or Type) Address: ZII0 Zut(,‘naAn.0..14 LT_ I E ra.i-e, Lon. g82'I8 Phone: (Sup) 240- ‘-I-3-20 FAX: ( P) 34-6'1 E-mail Address' Ljrayeicunsen-inc.wfr Employer Identification Number: 41- O 8S 16 `d G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 4-3 (SEAL) ATTEST: Name: Deborah J. Title: City Clerk e4011111111100. INERM (SEAL) �Z` •��gSIOA9 s a OT +m ATTE q . A ~ Go' L. • .yam' �` •••�{,F ? ?0,0.��0 •S 10110%CJizi.a..,"nvir.ri, It_ Name: I-)eLl l'ke.r M ac� (Please Print or Type) CONTRACT BOND BOND TO CITY OF YAKIMA BOND NO. F19746 KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, JANSEN, INC., 2110 Buchanan Loop #1, Ferndale, Washington , as principal, and ACSTAR INSURANCE COMPANY, 233 Main Street, New Britain, Connecticut a corporation organized and existing under the laws of the State of Illinois , as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Yakima in the penal sum of $ 231,795.00** for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. ** Two Hundred Thirty One Thousand, Seven Hundred Ninety Five and 00/100 Dollars This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima Dated at , Washington, this 22nd day of October , 2007. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on r�co's-t—_ Cc, , 2007, the Mayor of said City of Yakima has let or is about to let to the said JANSEN, INC. - , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No. IR2179, and providing for the construction of BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said JANSEN, 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, subcontrac- tors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. SURETY: ACSTAR INSURANCE COMPANY Name* Henry W. Nozko, Jr., President (Please Print or Type) Agent: Address- G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 4-4 (SEAL) ATTEST* /7744/ Name: (Please Print or Type) CONTRACTOR: JANS DI, NC. f By: Name. (1raLY\ Q,litse_r) (Please Print or Type) Approved as toForm; City Attorney G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 4-5 BOND NO. F19746 ACSTAR INSURANCE COMPANY 233 MAIN STREET • P.O. BOX 2350 NEW BRITAIN, CT 06050-2350 (860) 224-2000 BOND NO. F19746 POWER OF ATTORNEY N2 26319 This Power of Attorney must have original corporate seal, and red and blue ACSTAR logo to be valid. Know all men by these presents: That ACSTAR Insurance Company, a corporation of the State of Illinois, having its principal office in the City of New Britain, Connecticut, pursuant to the following Resolution, which was adopted by the Board of Directors of the said Company on September 28, 2006. RESOLVED, That the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the Chairman, the President, any Vice President and General Counsel, or any Attomey-in-Fact, may execute for and on behalf of the Company any and all bonds, under- takings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Corporate Secretary, or any Assistant Corporate Secretary, and the seal of the Company affixed thereto; and that the Chairman or President may appoint and authorize any other Officer (elected or appointed) of the Company, and Attomeys-in-Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested to by the Corporate Secretary. (3) The signature of the Chairman, the President, or a Vice President of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, O and the signature of a facsimile to any certificate of any such power, and any such power or certificate bearing such fascimille signature and seal shall be valid and binding on the Company. (4)Such other Officers of the Company,and Attorneys -in -Fact shall have authorityto certifyor verifycopies of this Resolution, the By -Laws of the Company, and anyaffidavit or Y Uj P Y- P Y� Nrecord of the Company necessary to the discharge of their duties. la -172 does hereby nominate, constitute and appoint a al HENRY W NOZKO, JR , ROBERT H FRAZER, DAVID A. PRICE, MICHAEL P CIFONE, JOAN C FORTIER, HENRY W NOZKO III each i7) individually, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, under - 0 m takings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION DOLLARS ($10,000,000.00) each, O and the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, as if they had been > duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, Henry W Nozko, Jr., President, has hereunto subscribed his name and affixed the corporate seal of ACSTAR -p Insurance Company this 28th day of September 2006. c) rn O N N O c by dj Henry W. ko Jr., N a) STATE OF CONNECTICUT ) ss. NEW BRITAIN O C COUNTY OF HARTFORD ) E On this 28th day of September 2006, before me, a Notary Public of the State of Connecticut came, Henry W Nozko, Jr., President of ACSTAR Insurance Company, to me personally known to be the individual and officer who executed the preceding instrument, and he >, acknowledged that he executed the same, and the seal affixed to the preceding instrument is the corporate seal of said Company; that the said 2corporate seal and his signatures were duly affixed by the authority and direction of the said corporation, and the Resolution adopted by the Board > N of Directors of said Company, referred to in the preceding instrument, is now in force. O ` Z U IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of New Britain the day and year first above written. ACSTAR Insurance Company g0. aleL Ii''d 4 OTS o `s n UBLIC VIIIECTi`-,"� ra•l.ce„te, g. P)4 t Notary Public - Diane L. Plante I, the undersigned, Secretary or Assistant Secretary of ACSTAR Insurance Company, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy, is in full force and effect. In witness whereof, I have hereunto subscribed my name as Secretary or Assistant Secretary, and affixed the corporate seal of the Corporation, this 22nd day of October 200 7 Roberti -I. Frazer/Mico P. Cifone Secretary/ Assistant Secretary ■ ACORD CERTIFICATE OF LIABILITY INSURANCE CSR BG JANIN-1 DATE(MM/DD/YYYY) 10/30/07 PRODUCER Snapper Shuler Kenner Insurance L . L . C . P.O. Box 551 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lyndon WA 98264 Phone: 360-354-4488 Fax: 360-354-1946 INSURERS AFFORDING COVERAGE NAIC # A INSURED INSURER A: Ohio casualty Insurance Co. 24074 52903914 INSURER B: Progressiva insurance Company 42919 Jansen, Inc. INSURER C: X 2181 Buchanan Loop Suite 1 INSURER D: Ferndale WA 98248 INSURER E: $5,000 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSF( LTR Awn INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DDIYY) LIMITS A X GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 52903914 01/01/07 01/01/08 EACH OCCURRENCE $1,000,000 X UAMAbt I U IitN I tUPREMISES(Eaoccurence) $ 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $5,000 PERSONAL 8 ADV INJURY $ 1, 000 , 000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: POLICY ^ PRO JECT F-7 LOC PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 7 $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 1872661-4 10/20/07 10/20/08 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ --{l OTHER THAN EA ACC $ AUTO ONLY* AGG $ A EXCESS/UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ 10 , 000 52903914 08/07/07 01/01/08 EACH OCCURRENCE $2,000,000 X AGGREGATE $ 2,000,000 $ X $ $ A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below 52903914 (STOP GAP) 01/01/07 01/01/08 WC SIAM- TORY LIMITS X ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1, 000 , 000 E.L. DISEASE - POLICY LIMIT $ 1, 000 , 000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Brackett Park Irrigation System Improvements - Project #07037-C The Contracting Agency and its officers, elected officials, employees, agnets, and volunteers and Huibregtse, Louman Associates, Inc. are additional insureds per form CG8330 attached. OCP Policy #53689254 was never issued. *** THIS CERTIFICATE REPLACES CERTIFICATES DATED 10/26/07 *** City of Yakima 128 North Second Street Yakima WA 98902 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILLINXIMUK5D MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,XP�¢lm{Q{IR¢m¢§tj{ 114419611=136011106315CLIARICOXSCOMMEWR96MitI0 7Q1K9i }1 RED AQQiE • AUTHORIZE ENTAT ACORD 25 (2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION 1S WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25 (2001/98) 1 1 COMMERCIAL GENERAL LIABILITY CG 83 30 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 GENERAL LIABILITY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MASTER PAK ® This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 NON -OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 8 CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission ISO Properties, Inc., 2003 Page 1 of 8 1. BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provision) Who Is An Insured - Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury " The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architects, engineer's or surveyor's rendering of or failure to render any professional 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, and (2) Supervisory, inspection, architectural or engineering activities b. "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, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have 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 part of the same project. B. 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 C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. Includes copyrighted material of ISO Properties, Inc , with its permission. CG 83 30 12 03 ISO Properties, Inc., 2003 Page 2 of 8 D. As respects the coverage provided to the additional insured under this endorsement, Section IV- Conditions is amended as follows 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. i Agree to make available any other insurance which the additional insured has for a Toss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured 3. The following is added to Paragraph a , Primary Insurance of Condition 4. Other Insurance If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover 4. The following is added to Paragraph b , Excess Insurance of Condition 4. Other Insurance Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the•following applies CG 83 30 12 03 A. The last paragraph of 2. Exclusions of Section 1- Coverage A is replaced by the following. If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. Includes copyrighted material of ISO Properties, Inc., with its permission. ISO Properties, Inc., 2003 Page 3 of 8 B. Paragraph 6. of Section III - Limits Of Insurance is replaced by the following 6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV — Conditions) is replaced by the following. (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a of the definition of "insured contract' in Section V- Definitions is replaced by the following 9. "Insured contract" means. a. A contract for the lease of premises However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract"; E. The following definition is added to Section V - Definitions - "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone "Explosion" does not include any of the following 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires, 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following: (2) A watercraft you do not own that is (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge, 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and B provision. The limit for the cost of bail bonds in Paragraph 1.b is changed from $250 to $1000 CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission ISO Properties, Inc., 2003 Page 4 of 8 1 ' 5. PERSONAL AND ADVERTISING INJURY —ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Section V - Definitions are replaced by the following. b. Malicious prosecution or abuse of process, d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or ' organization or disparages a person's or organization's goods, products or services, e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; 111 The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is (1) Not done intentionally by or at the direction of: (a) An insured, or (b) Any "executive officer" director, stockholder, partner or member of the insured, and ' (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b and c of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are 1 replaced by the following: b. Material Published With Knowledge Of Falsity 1 "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy period; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) I The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a 1 street, roadway, waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) 1 The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you 1 'Includes copyrighted material of ISO Properties, Inc., with its permission. CG 83 30 12 03 ISO Properties, Inc., 2003 Page 5 of 8 1 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations The most we will pay for this coverage is $500 each "occurrence " The "loss" must occur during the policy period The "occurrence" must take place in the "coverage territory" "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to. 1. Damage arising out of the use of any "auto", 2. Property you own, occupy, rent or lease from others, or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage The limit of coverage stated above shall not be reduced by the amount of this deductible 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D and E. below B. Exclusions This insurance shall not apply to 1. "Property damage" of property at premises owned, rented, leased, operated or used by you, 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing. (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "products -completed operations hazard" C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9 is $5,000 for each "occurrence" The most we will pay for the sum of all damages covered under this Section 9. because of "property damage" is an annual aggregate limit of $25,000 The Limits Of Insurance provided under this Section 9 are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250 If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250 E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. ISO Properties, Inc., 2003 Page 6 of 8 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4. of Section II - Who Is An Insured is deleted and replaced by the following 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity However a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions, Paragraph 2.a., that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to 1. You, if you are an individual, 2. A partner, if you are a partnership, 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation, 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization B. The requirements in Section IV - Conditions Paragraph 2.b that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to. 1. You, if you are an individual, 2. A partner, if you are a partnership, 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation, 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee" CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission ISO Properties, Inc., 2003 Page 7 of 8 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V - Definitions is replaced by the following 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of. A. $10,000, or B. The amount shown in the Declarations. All other terms and conditions of your policy remain unchanged CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. ISO Properties, Inc., 2003 Page 8 of 8 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08.0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from 1%06 a.m. to iQ-da p m., Fv-e— days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 4-6 Signature to (i Loi - Date SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS a\PROJECTS \2007\07037\BRACKETT PARK SPECS.doc 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 5-2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29 00 1H 5D BOILERMAKERS JOURNEY LEVEL $47 47 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35 72 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $34 10 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $43 34 1M , 5D CARPENTER $34 10 1M 5D CREOSOTED MATERIAL $34 10 1M 5D DRYWALL APPLICATOR $34 10 1M 5D FLOOR FINISHER $34 10 1M 5D FLOOR LAYER $34 10 1M 5D FLOOR SANDER ' $34 10 1M 5D MILLWRIGHT $44 34 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43 54 1M 5D SAWFILER $3410 1M 5D SHINGLER $3410 1M 5D STATIONARY POWER SAW OPERATOR $34 10 1M 5D STATIONARY WOODWORKING TOOLS $34 10 1M 5D CEMENT MASONS JOURNEY LEVEL $32.59 1N 5D DIVERS & TENDERS DIVER $85 75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44 59 1T 5D 8L ASSISTANT MATE (DECKHAND) $44.08 1T 5D 8L BOATMEN $44 59 1T 5D 8L ENGINEER WELDER $44 64 1T 5D 8L LEVERMAN, HYDRAULIC $46.21 1T 5D 8L MAINTENANCE $44 08 1T 5D 8L MATES $44 59 1T 5D 8L OILER $44.21 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $30 44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 Page 1 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $46 52 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $54 37 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $35 93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 89 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 89 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 65 1 LABORER $7 93 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $27.20 1H 5D GLAZIERS JOURNEY LEVEL $21 51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $29 50 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $910 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 93 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $44 52 10 5A Page 2 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18 12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $29.00 1H 5D PIPE LAYER $29 50 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9 00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $9 00 1 LATHERS JOURNEY LEVEL $34 10 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $9 80 1 LAYEROUT $37 42 1 MACHINE OPERATOR $14 59 1 PAINTER $12.46 1 WELDER $15 71 1 MODULAR BUILDINGS JOURNEY LEVEL $1411 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $4310 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7 93 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.24 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42 14 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44.92 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $45 41 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45 96 1T 5D 8L BACKHOES, (75 HP & UNDER) $44 50 1T 5D 8L BACKHOES, (OVER 75 HP) $44.92 1T 5D 8L BARRIER MACHINE (ZIPPER) $44 92 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $44 92 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $44 50 1T 5D 8L BOBCAT (SKID STEER) $42 14 1T 5D 8L BROOMS $42.14 1T 5D 8L BUMP CUTTER $44.92 1T 5D 8L CABLEWAYS $45.41 1T 5D 8L CHIPPER $44 92 1T 5D 8L COMPRESSORS $42.14 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $42 14 1T 5D 8L CONCRETE PUMPS $44 50 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L CONVEYORS $44 50 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45.41 1T 5D 8L WITH ATACHMENTS) Page 3 Classification YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $42.14 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $44 50 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47 09 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44 92 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $45 41 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46 53 1T 5D 8L CRUSHERS $44 92 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 5D 8L DERRICK, BUILDING $45 41 1T 5D 8L DOZERS, D-9 & UNDER $44 50 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 5D 8L DRILLING MACHINE $44 92 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $42 14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 5D 8L GRADE ENGINEER $44 50 1T 5D 8L GRADECHECKER AND STAKEMAN $42.14 1T 5D 8L GUARDRAIL PUNCH $44 92 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $44 50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44.50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45 41 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $45 96 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44 92 1T 5D 8L LOCOMOTIVES, ALL $44 92 1T 5D 8L MECHANICS, ALL $45 41 1T 5D 8L MIXERS, ASPHALT PLANT $44 92 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $44.92 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $44 50 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45 41 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L OPERATOR PAVEMENT BREAKER $42.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $42 14 1T 5D 8L POWER PLANT $42.14 1T 5D 8L PUMPS, WATER $42.14 1T 5D 8L QUAD 9, D-10, AND HD -41 $45 41 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45 41 1T 5D 8L EQUIP RIGGER AND BELLMAN $42.14 1T 5D 8L Page 4 1 1 1 1 1 1 1 1 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $45 41 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $44 50 1T 5D 8L ROTO -MILL, ROTO -GRINDER $44 92 1T 5D 8L SAWS, CONCRETE $44 50 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44 92 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $45 41 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $44.50 1T 5D 8L SCREED MAN $44 92 1T 5D 8L SHOTCRETE GUNITE $42.14 1T 5D 8L SLIPFORM PAVERS $45 41 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $44.92 1T 5D 8L SUBGRADE TRIMMER $44.92 1T 5D 8L TOWER BUCKET ELEVATORS $44 50 1T 5D 8L TRACTORS, (75 HP & UNDER) $44.50 1T 5D 8L TRACTORS, (OVER 75 HP) $44.92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44 92 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45 41 1T 5D 8L TRENCHING MACHINES $44 50 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $44 50 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $44 92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44 92 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $42 14 1T 50 8L YO YO PAY DOZER $44 92 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $54.24 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14 58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11 86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19 08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 00 1 Page 5 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL Page 6 $13 89 1 $1556 1 $30 87 1B 5A $17 55 1 $17 00 1 $17 40 1 $33 18 2P 51 $42 78 1B 5A $14 65 1 $23 11 1N 5A $7.93 1 $42.60 1R 5Q $13.23 1 $9.25 1 $12.05 1 $15 05 1 $20 00 1 $30 66 28 5A $1719 2B 5A $29 41 2B 5A $28 53 2B 5A $30.66 2B 5A $30 05 2B 5A $30 66 2B 5A $28 53 28 5A $16 31 2B 5A $21 68 2B 5A $35 78 2B 5A $23 19 2B 5A $28 53 2B 5A $27.82 2M 5A $23 87 2M 5A $36 40 1K 5A 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $31 77 2G 61 DUMP TRUCK & TRAILER $31.77 2G 61 OTHER TRUCKS $31 77 2G 61 TRANSIT MIXER $31 77 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25 44 1 OILER $9.20 1 WELL DRILLER $18 00 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08-31-07 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY PATE 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. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK 1S LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-07 -2- 1 • THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6.00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. BENEFIT CODE KEY - EFFECTIVE 08-31-07 -3- ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY • M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (1 I). G HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N HOLIDAYS• NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-07 -4- 5 S. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). V PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS• NINE (9) PAID HOLIDAYS X. HOLIDAYS• AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 1. PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY, PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS. NEW YEARS DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS• NEW YEARS DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). BENEFIT CODE KEY - EFFECTIVE 08-31-07 -5- NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET 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 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39 12 The production, in the State of Washington, of non- standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12 If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12 If not, go to question 4 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12 If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902- 5330 Supplemental To Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges. For use with Catch Basin type 2 The casting to meet AASHTO-M-105, class 30 gray iron casting See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1 L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B -2a, and B -2b. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std Plan B -4b or B -4h. Frames & Grates to be galvanized. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch, to 120 inches in diameter. May also be treated, 1 thru 5 X Supplemental To Wage Rates 2 ITEM DESCRIPTION YES NO 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5. X 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3) X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05 3(3) of the Std. Spec X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones See Std Plans. Supplemental To Wage Rates 3 ITEM DESCRIPTION YES NO 15 Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, including risers, frames maybe cast into riser See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans 18 Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std Plans B -4f and B -4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X Supplemental To Wage Rates 4 ITEM DESCRIPTION YES NO 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std Spec Section 6-02.3(25)c. X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02.3(25)c. X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 31. Prestressed Precast Hollow -Core Slab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02.3(25)c. X Supplemental To Wage Rates 5 1 ITEM DESCRIPTION YES NO 32 Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders. See Std Spec. Section 6-02.3(26)A. X 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std Plan H-7. 34 Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std Plan G-8. Shop drawings for approval are to be provided prior to fabrication X 38 Light Standard -Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b See Special Provisions for pre -approved drawings. X Supplemental To Wage Rates 6 ITEM DESCRIPTION YES NO 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking Tots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X Supplemental To Wage Rates 7 ITEM DESCRIPTION YES NO 50. Girder pads (elastomeric bearing) X 51 Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54 Guide Posts X 55 Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60 Steel pipe for concrete pile casings X 61 Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental To Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered ADAMS Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $14 47 1 PAINTER $10.20 1 WELDER $13 71 1 Counties Covered• ASOTIN FITTER $16.06 1 FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $19 00 1 PAINTER $10.20 1 WELDER $13 04 1 Counties Covered BENTON FITTER $12.93 1 LABORER $13 50 1 LAYEROUT $13 75 1 MACHINE OPERATOR $18 12 1 PAINTER $12.70 1 WELDER $16.26 1 Counties Covered• CHELAN FITTER $15 04 1 LABORER $13 05 1 LAYEROUT $21 01 1 MACHINE OPERATOR $13 05 1 PAINTER $15 66 1 WELDER $17 80 1 Supplemental To Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered CLALLAM Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15 16 1 LABORER $9.50 1 MACHINE OPERATOR $26 90 1 PAINTER $11 41 1 Counties Covered. CLARK FITTER $25 84 1 LABORER $17 56 1 LAYEROUT $27 46 1 MACHINE OPERATOR $27 12 1 PAINTER $23.66 1 WELDER $25.24 1 Counties Covered. COLUMBIA, FERRY, GARFIELD, KITTITAS, LINCOLN, PEND OREILLE AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $12 66 1 PAINTER $10.20 1 Counties Covered• COWLITZ FITTER $24.46 1B 6V LABORER $17 46 1 MACHINE OPERATOR $24 46 1B 6V WELDER $24 46 1B 6V Counties Covered DOUGLAS FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $16 54 1 PAINTER $10.20 1 Counties Covered. FRANKLIN FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $26 15 1 Supplemental To Wage Rates 10 Classification Code FITTER/WELDER PAINTER METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Counties Covered. GRANT Over PREVAILING Time Holiday WAGE Code Code $10 79 1 $7.93 1 Counties Covered. GRAYS HARBOR AND MASON FITTER/WELDER $15 16 1 LABORER $11.13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Counties Covered ISLAND FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $12.59 1 PAINTER $11 41 1 Counties Covered: JEFFERSON FITTER/WELDER $20 00 1 LABORER $9.58 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 WELDER $20.00 1 Counties Covered. KING FITTER $24 94 1 LABORER $25 45 1 LAYEROUT $37 15 1 MACHINE OPERATOR $30 96 1 PAINTER $25 15 1 WELDER $30 12 1 Counties Covered KITSAP FITTER $30 85 1 LABORER $7.93 1 LAYEROUT $47 37 1 MACHINE OPERATOR $35 79 1 WELDER $13 83 1 Supplemental To Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered: KLICKITAT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $20 00 1 LABORER $20 00 1 MACHINE OPERATOR $20 00 1 PAINTER $20 00 1 Counties Covered LEWIS FITTER $20.58 1 LABORER $10.00 1 MACHINE OPERATOR $25.21 1 PAINTER $9 72 1 WELDER $15 48 1 Counties Covered: OKANOGAN FITTER/WELDER $12.76 1 LABORER $9 00 1 MACHINE OPERATOR $12 66 1 PAINTER $10.20 1 WELDER $12.98 1 Counties Covered PACIFIC FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $15.00 1 PAINTER $11 41 1 WELDER $15 00 1 Counties Covered PIERCE FITTER $47 19 1 LABORER $28.96 1 LAYEROUT $47.89 1 MACHINE OPERATOR $27 80 1 PAINTER $30.22 1 WELDER $30.22 1 Counties Covered SAN JUAN FITTER/WELDER $20.00 1 LABORER $20 00 1 MACHINE OPERATOR $20 00 1 PAINTER $20 00 1 Supplemental To Wage Rates 12 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered SKAGIT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $18 12 1 PAINTER $11 41 1 Counties Covered SKAMANIA AND WAHKIAKUM FITTER/WELDER $16 99 1 LABORER $10 44 1 MACHINE OPERATOR $17.21 1 PAINTER $17 03 1 Counties Covered SNOHOMISH FITTER $30 64 1 FITTER/WELDER $37.31 1 LABORER $30 61 1 LAYEROUT $31 77 1 MACHINE OPERATOR $28.84 1 PAINTER $11 10 1 WELDER $49.02 1 Counties Covered SPOKANE FITTER $12.59 1 LABORER $9.02 1 LAYEROUT $17.93 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $14.77 1 Counties Covered• STEVENS FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $12.66 1 PAINTER $11 37 1 WELDER $10 00 1 Counties Covered. THURSTON FITTER $24 88 1A 6T LABORER $16 61 1A 6T LAYEROUT $26.95 1A 6T MACHINE OPERATOR $22.81 1A 6T WELDER $19 72 1A 6T Supplemental To Wage Rates 13 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Counties Covered• WALLA WALLA Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $14 90 1 LABORER $14 09 1 MACHINE OPERATOR $13 00 1 PAINTER $17.21 1 WELDER $14 90 1 Counties Covered WHATCOM FITTER $43 12 1 FITTER/WELDER $25 66 1 LABORER $9 00 1 MACHINE OPERATOR $28 14 1 PAINTER $15 57 1 WELDER $24 48 1 Counties Covered. YAKIMA FITTER $12.00 1 LABORER $9 80 1 LAYEROUT $3742 1 MACHINE OPERATOR $14 59 1 PAINTER $12.46 1 WELDER $15 71 1 Supplemental To Wage Rates 14 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 ******************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday WAGE Code Code Classification Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS Counties Covered CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $9.96 1 $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11 50 1 Counties Covered: KING ALL CLASSIFICATIONS $12.70 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Supplemental To Wage Rates 15 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 (See Benefit Code Key) Classification Code Counties Covered. YAKIMA CRAFTSMAN LABORER Supplemental To Wage Rates Over PREVAILING Time Holiday WAGE Code Code $8 65 $7.93 16 1 1 11 1 1 I 1 1 1 1 1 1 1 i 1 1 1 1 11 WSDOT's List of State Occupation not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 17 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127- 018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc Supplemental to Wage Rates ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental to Wage Rates 19 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT. Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc. Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 20 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON STANDARD SPECIFICATIONS FOR BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2179 Project No. 07037 The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-2 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS City ofYakima Project No. 1R2179 HLA Project Number 07037 TABLE OF CONTENTS CONTENTS PAGE NO. SPECIAL PROVISIONS '6'4 DESCRIPTION OF WORK 6-4 1-01 DEFINITIONS AND TERMS 6-5 1-02 BID PROCEDURES AND CONDITIONS 6-7 1-03 AWARD AND EXECUTION OF CONTRACT 6-10 1-04 SCOPE OF THE WORK 6-12 1-05 CONTROL OF WORK 6-14 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-21 1-08 PROSECUTION AND PROGRESS 6-33 1-09 MEASUREMENT AND PAYMENT 6-38 1-10 TEMPORARY TRAFFIC CONTROL 6-45 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-46 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-47 2-07 WATERING ---- 6-48 2-09 STRUCTURE EXCAVATION 6-48 2-11 TRIMMING AND CLEANUP 6-48 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 6-48 3-02 STOCKPILING AGGREGATES 6-49 4-04 BALLAST AND CRUSHED SURFACING 6-49 5-04 HOT MIX ASPHALT 6-49 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 6-51 7-09 WATER MAINS 6-52 7-12 VALVES FOR WATER MAINS 8-54 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 6-54 8-04 CURBS, GUTTERS, AND SPILLWAYS 6-60 8-14 CEMENT CONCRETE SIDEWALKS 6-61 APPENDIX A AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS PARK SPECS.doc 6-3 SPECIAL PROVISIONS FOR CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2179 HLA Project No. 07037 The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific Special Provisions types are differentiated as follows: (date APWA GSP) (******) (Regions date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows - Regions ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. DESCRIPTION OF WORK City of Yakima Project No. IR2179 Irrigation system improvements including sliplining approximately 2,160 linear feet of new 2" HDPE pipe in existing pipes; abandoning existing pipes and installing approximately 900 linear feet of new 2" HDPE pipe; and installing approximately 45 service connections Work includes installation of new mainline valves, service valves, blow off/flushing valve assemblies, and service pipes; connection to existing booster pump station; abandonment and/or removal of existing pipe and valves; surface G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-4 restoration including asphalt pavement, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns; and other related improvements. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2006, referenced codes and organizations, and these Special Provisions. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS Section 1-01.3 is supplemented as follows. The terms defined in SECTION 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: Engineer: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchange- able. Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Inspector: The Engineer's Resident Engineer who observes the Contractor's performance. Standard Specifications: Working Drawings: The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation. Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. 1-01.3 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and"State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-5 Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract" Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-6 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically and Contract Provisions upon award Large plans (22" x 34") 2 Furnished only upon and Contract Provisions request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures, date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration G:\PROJECTS\2007\07037\BRACKETT PARK SPECa..doc 6-7 1 Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02 6 are deleted 1-02.6 PREPARATION OF PROPOSAL (******) Delete the second paragraph and replace with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following. Bid bonds shall contain the following• 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. G'\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-8 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Prosect Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. This section is supplemented with the following. Clearly identified sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02.6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. Add the following to Item 2: f If changes to proposal form entries are not initialized 1-02.14 Disqualification of Bidders (July 31, 2007 APWA GSP) Revise this section to read• 1 A bidder may be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on pastor current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship, progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-9 e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond 1-03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-10 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Add the following: Failure to return the required documents within the allotted time shall be considered as non-responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1- 03 5 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2 Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-11 Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of two years from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and 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 (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combina- tion of the following methods: a. Unit bid prices previously approved b. An agreed lump sum. c The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-12 Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09 6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.4(1) Minor Changes Replace with the following: Payments or credits for changes amounting to $5,000 or less may be made under the bid item "Minor Change." At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, CHANGES. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1-04.5. Payments or credits will be determined in accordance with Sections 1-09.4. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 VARIATION IN ESTIMATED QUANTITIES Add the following: The quantities of the following Bid Proposal Items are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04 6 shall not apply to the Bid items listed below Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1-04.11 FINAL CLEANUP (******) Add the following• Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor Final cleanup for all work within private property is required for completion of the "Property Owner Release Form," as described in Section 1-05 11(2), prior to establishing a physical completion date for the project. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-13 1-04.12 WASTE SITE (NEW SECTION) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461. 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05: SECTION 1-05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7. SECTION 1-05.6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5 SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS (******) Replace the second, third, and fourth paragraphs of SECTION 1-05.3 of the Standard Specifications with the following: The Contractor shall submit to the Engineer for review and approval, six copies of all Shop Drawings required in the project documents. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable the Engineer to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifica- tions. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Shop Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Shop Drawing, or other means, that he (the G:\ PROJECTS \ 2007\07037\BRACKETT PARK SPECS.doc 6-14 Prime Contractor) has checked the Shop Drawing. The Contractor's stamp of approval on the Shop Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents Shop Drawings shall be submitted in sufficient time to allow the Engineer not less than 20 working days for review. The practice of submitting incomplete or unchecked Shop Drawings for the Engineer to correct or finish will not be acceptable, and Shop Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form. The Engineer will review with reasonable promptness Shop Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto. The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions. When the Shop Drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Shop Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Shop Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Shop Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Shop Drawings. Where a Shop Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer 1-05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Section 1-05.4 of the Standard Specifications shall be revised as follows: No construction staking is required for this project. The Contractor shall be responsible for construction staking where deemed necessary by him 1-05.5 SURVEY MONUMENTS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-15 1 1 1 11 11 11 1 11 11 1 1 The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: If, within two years after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non - defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05 7 of these Specifications. The Contractor agrees the above two-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after two (2) years, but prior to the expiration of the legal time period set forth in the laws of the State of Washington limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-16 1-05.11 FINAL INSPECTION Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. Add the following: To be considered substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2 Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. G.\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-17 (******) Add the following• The Contractor shall submit to the Engineer a completed and signed release form (see attached) from all property owners prior to final inspection by the Engineer. A physical completion date will not be set until all installation, final restoration, and final cleanup has been completed to the satisfaction of the Engineer, Contracting Agency, and property owner(s). G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-18 Water / Irrigation Division Working Together Toward Excellence in Service and Quality 2301 Fruitvale Blvd. Yakima, WA 98902 PROPERTY OWNER RELEASE FORM / We, , the property owner(s) of (address) Yakima, WA, hereby accept as complete the final restoration of all surfaces, landscaping, and all other minor repairs or replacements made to my property by the City's contractor as part of the City of Yakima's Brackett Park Irrigation System Replacement Project (No. IR2179). The restoration, repairs and replacements included the following items: I understand that it will be my responsibility to provide adequate care, such as watering, in maintaining newly established landscaping and lawn installed by the contractor. I understand that the City's contractor is required to provide the City with a Warranty Bond upon final acceptance of the project. If repairs or restoration completed by the contractor on my property as part of the project fail during the stipulated two-year warranty period, the contractor will be required to make additional repairs or replacements as deemed necessary by the City. Signed (print name) Date 1-05.11(3) OPERATIONAL TESTING It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows: Water Supply Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 TESTING (NEW SECTION) (******) The following shall be added to the Standard Specifications: The Contractor shall be responsible for placing all materials as required by the Standard Specifications and these Contract Documents. All materials testing shall be performed by the Owner to assure G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-20 compliance with the Specifications. The Contractor shall provide access and equipment (backhoe, etc.) for testing as required. Trench Backfill All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor). Roadway Embankment Roadway embankment compaction shall be as specified in SECTION 2-03.3(14) Roadway Subqrade Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Compaction of ballast and crushed surfacing shall be as specified in SECTION 4-04.3(5). Cement Concrete Curb, Gutter, and Sidewalk Concrete strength cylinders shall be taken and tested as determined by the Owner. Asphalt Paving Compaction of asphalt concrete pavement shall be as specified in SECTION 5-04.3(10)B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED Add the following: Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-21 maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following• 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28 050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-22 not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 0706.GR1 Permits And Licenses Section 1-07.6 is supplemented with the following. 07061.GRI (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1-07.9(5) REQUIRED DOCUMENTS Add the following: If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10-0010 Yak.E. 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1-07.17 UTILITIES AND SIMILAR FACILITIES 07171. FR1 (April 2, 2007) Utilities and Similar Facilities Section 1-07.17 is supplemented with the following. Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. City of Yakima Water Distribution 2301 Fruitvale Blvd , Yakima, WA 98902 (509) 575-6196 City of Yakima Irrigation 2301 Fruitvale Blvd , Yakima, WA 98902 (509) 575-6194 City of Yakima Wastewater 204 W. Pine, Yakima, WA 98901 (509) 576-6302 Pacific Power 500 N Keys Road, Yakima, WA 98901 (509) 575-3146 Charter Communications 1005 No 16th Ave , Yakima, WA 98902 (509) 494-7715 Cascade Natural Gas P 0 Box 1286, Yakima, WA 98907 (509) 457-5905 Qwest 8 S 2nd Avenue, Yakima, WA 98902 (509) 575-7183 Naches-Cowiche Canal 5461 W. Powerhouse Road, Yakima, WA 98908 (509) 930-9001 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-23 1 1 1 1 1 1 1 Add the following: It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not Tess than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed D. The insurance polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-24 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Huibregtse, Louman Associates, Inc. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07 18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07 18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. (*******) This section is supplemented with the following The Certificate of Insurance shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Contracting Agency. The Certificate shall not contain the following or similar wording regarding cancellation notification• G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-25 1 "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including. Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.18(5)D Coverage for Working On, Over, or Near Navigable Waters (May 10, 2006 APWA GSP) Not required for this contract. 1-07.18(5)E All Risk Builder's Risk (May 10, 2006 APWA GSP) Contractor shall purchase and maintain Builders Risk insurance covering interests of the Contracting Agency, the Contractor, Subcontractors, and Sub -subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site. Such insurance shall cover "soft costs" including but not limited to design costs, licensing fees, and architect's and engineer's fees. Builders Risk insurance shall be written in the amount of the completed value of the project, with no coinsurance provisions G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-26 The Builders Risk insurance covering the work shall have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor Higher deductibles for flood, earthquake and all other perils may be accepted by the Contracting Agency upon written request by the Contractor and written acceptance by the Contracting Agency. Any increased deductibles accepted by the Contracting Agency will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the Contracting Agency The Contractor and the Contracting Agency waive all rights against each other any of their Subcontractors, Sub -subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 1-O7.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1-O7.18(5)G Pollution Liability (May 10, 2006 APWA GSP) The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of: • Contractor's operations related to this project; and/or • Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos; and/or • Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage. $1,000,000 each Toss and annual aggregate 1-O7.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design -related non -construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits: $1,000,000 per Claim If the scope of such design -related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-27 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4 Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights Add the following paragraph. It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-28 3. Temporary approaches. And add the following to the third paragraph: 5 The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway 6. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall: a. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; b. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; c. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; d. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious, and e. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. f When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occu- pant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. Add the following: Local access shall be maintained to the residents within the project limits at all times 0723012.FR1 (April 2, 2007) Work Zone Clear Zone 1 1 1 1 1 1 1 1 1 1 1 1 1 j 1 The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to I I G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows. Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-30 The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: When construction activities will take place on private property or affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 48 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification on the provided "Property Access Notification" form G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-31 _Water / Irrigation Division Working Together Toward Excellence in Service and Quality 2301 Fruitvale Blvd. Yakima, WA 98902 PROPERTY ACCESS NOTIFICATION As part of the Brackett Park Irrigation System Improvements Project, the City of Yakima and our contractor will need to access our existing irrigation lines that are located on your property beginning (day, date(s) and time) We will be replacing the existing irrigation line and service connection as part of the project. Replacement of the line and service will require excavation on your property. During the time we need access to and will be working on your property, please arrange to keep pets or children out of the area where the work is taking place. The City of Yakima and our contractor are responsible for any damage to your property as a result of digging, trenching, boring and any other methods used to install the new irrigation line and service, and all damage will be repaired. If you have any concerns regarding the location of the new irrigation line or new irrigation service, damage and repair of your property, or any other issues regarding the irrigation replacement project, please contact the one of the representatives listed below. Contact Information • City Project Manager - Mike Shane - 576-6480 or 728-3939 • City Irrigation Supervisor — Alvie L. Maxey — 575-6194 or 728-2320 • Huibregtse, Louman Associates, Inc. Project Inspector — TBD — 966-7000 • Huibregtse, Louman Associates, Inc. Project Engineer — Mike Battle — 966-7000 Thank you for your patience during this project while we improve the irrigation service to your area! 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 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 meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3 A list of material sources for approval if applicable. This section is supplemented with the following: All payments for Lump Sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before T00 a m or after 6.00 p m on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7.00 a.m and 6:00 p m. is not required Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-33 Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. Add the following to the first paragraph of the May 25, 2006 APWA GSP: The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08.0(3) 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08.0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1-08.1 SUBCONTRACTING (******) Add the following: The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-34 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 V71II Washington State Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D. Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 6/97 Distribution. White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 PROGRESS SCHEDULE (******) Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. Delete the next to the last sentence of the second paragraph. 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Revise this section to read Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed By not G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-36 filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e Property owner releases per Section 1-07.24 Add the following paragraph: The Contractor is advised that all BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS required to provide customers with unrestricted irrigation water use shall be completed no later than March 14, 2008. Final paving and other repair work may be completed following March 14, 2008, but shall be completed no later than April 11, 2008. 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 fore engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. 1-08.9 LIQUIDATED DAMAGES (******) The provisions of SECTION 1-08 9 of the Standard Specifications shall be modified as follows: Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following: If irrigation system piping improvements are not completed sufficiently to provide unrestricted use by irrigation customers by March 14, 2008, the Contractor agrees to pay the Owner the sum of $1,500 00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-37 If unrestricted irrigation use is provided by the date required, but remaining Contract work is not completed by April 11, 2008, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT (******) This section is supplemented with the following• Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Inspector the morning following the day's construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES (******) Add the following• The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress The Contractor shall provide the platform scales and any tickets required for self -printing scales Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.3 SCOPE OF PAYMENT (******) Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.3(1) DESCRIPTION OF BID ITEMS (NEW SECTION) (******) Add the following: Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the following: 1. The lump sum price bid for "Mobilization" shall be full compensation for all labor, materials, tools, and equipment necessary to mobilize to the project site as defined in the Standard Specifications. Payment will be made in accordance with the Standard Specifications. 2. The lump sum price bid for "Project Temporary Traffic Control," shall be full compensation for all labor, materials, tools, and equipment necessary to provide Traffic Control Plans and traffic control for all project areas, as defined in Section 1-10 Temporary Traffic Control. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-38 3. The lump sum price bid for "Clearing and Grubbing," shall be full compensation for all labor, materials, tools, and equipment necessary for removal and replacement of fences; removal, protection, and replacement of landscaping including shrubs, bushes, and plants, removal of trees and root balls, including backfill and compaction of imported top soil; removal of all surfaces encountered as required to accomplish the construction; removal of deleterious materials found during excavation; and potholing, including hauling to and disposal of waste material at an approved waste site. 4. The unit price bid for "Pipe Cleaning and Inspection" per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to locate, inspect, and clean existing irrigation pipes including, but not necessarily limited to, cleaning all sand, silt, gravel, or other material from existing irrigation mains; de -rooting; removal and disposal of debris; providing televised pipe inspection, and providing a DVD recording and log of the inspection for review by the Owner. 5. The unit price bid for "Obstruction Removal," per each, shall be full compensation for all labor, materials, tools, and equipment for removal of all pipe obstructions that cannot to be removed through cleaning efforts and will prevent the sliplining process, including existing service connections from existing irrigation pipe work including, but not necessarily limited to, locating obstructions, excavation, dewatering, cutting existing piping of whatever the nature of material encountered, removal and disposal of pipe obstruction, and backfill and compaction. If the obstruction occurs at a location where a new service is to be installed, then no measurement will be made for this bid item, and all work shall be paid under the bid item "Service Saddle," per each. No additional payment shall be made for removal of more than one obstruction if located within the same excavation area. 6. The unit price bid for "Access Pit," per each, shall be full compensation for all labor, materials, tools, and equipment necessary to construct launching and receiving access pits and prepare for insertion of liner pipe, including, but not necessarily limited to, sawcutting, excavation, dewatering, removal and disposal of existing pipe and materials, all equipment, equipment set- up and removal, temporary closures and reinstatements of the pit, connection of new piping, backfill, plugging abandoned pipes, and compaction. 7. The unit price bid for "Slipline 2 -Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings in existing irrigation piping of various materials and diameters including, but not necessarily limited to, pipe, fittings, fusing equipment, technical service, pipe connections, pipe zone bedding at access and service locations, concrete blocking, testing, and removal of existing sliplined pipe where required. 8. The unit price bid for "Install 2 -Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings including, but not necessarily limited to, horizontal directional drilling or other trenchless construction methods approved by the Engineer, dewatering, laying and joining the pipe and fittings, fusing equipment, technical service, pipe connections, pipe zone bedding at access and service locations, concrete blocking, backfill and compaction, and testing. 9. The unit price bid for "2 -Inch Gate Valve," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the gate valve in place including, but not necessarily limited to, excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans. 10. The unit price bid for "Service Saddle," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service saddle including, but not necessarily limited to, excavation, dewatering, preparation and fusion connection to the HDPE irrigation main, fusing equipment, technical service, testing, sealing the remaining annulus between the new pipe and existing irrigation main, connection to the new service lateral, backfill, and compaction. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-39 11. The unit price bid for "Service Valve," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the service valve in place including, but not necessarily limited to excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans. 12. The unit price bid for "Type 1 Valve Box," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new cast iron valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, backfill, compaction, valve box collar, and adjustment to grade, as shown on the Plans. 13. The unit price bid for "Type 2 Valve Box," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new PVC valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, backfill, and compaction, adjustment to grade, as shown on the Plans Concrete valve caps to be provided by the City. 14. The unit price bid for "Service Lateral," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install irrigation service pipe including, but not necessarily limited to, excavation, dewatering, removal and disposal of existing service valve and piping, connection to piping and valves, locating wire from service saddle to service valve, protection of existing service piping into private property, connection to new and existing service lines, backfill, and compaction. 15. The unit price bid for "Blow Off/Flushing Valve Assembly," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new valves, rectangular valve box and galvanized pipe and fittings, at locations shown on the Plans or as directed by the Engineer. The unit price shall include, but not necessarily be limited to, excavation, dewatering, backfill, compaction, supply and placement of drain rock, adjustment of valve box to grade, removal and disposal of existing blow -off and connection to new piping, coordinate work with "Cement Concrete Curb and Gutter," per linear foot. 16. The unit price bid for "Shoring or Extra Excavation," per lump sum, shall be full compensation for all labor, equipment, tools, and materials required to construct shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, compaction, as shown on the drawings and as specified herein. When extra excavation is used by the Contractor in lieu of constructing the shoring, cofferdam, or caisson, the unit price shall be full pay for all additional excavation, backfill, compaction, and other work required. If select backfill material is required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 17. The unit price bid for "HMA Repair, Type ," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, sawcutting, removal and disposal of existing asphalt concrete surfacing from public or private property, surface preparation, placement of aggregate base, placing asphalt, compacting, trimming, sloping, backfill, tack coat, or any other work required to complete the work, in place. This item also includes furnishing, installing, and maintaining cold mix asphalt on a temporary basis until hot mix asphalt becomes available. 18. The unit price bid for "Gravel Surface Repair," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the material to the compacted depths shown on the Plans including, but not necessarily limited to, surface preparation; placing aggregate, spreading, shaping, watering, and compacting; and any other work required to complete the work, in place. 19. The unit price bid for "Sodded Lawn Repair," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new sod, including, but G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-40 not necessarily limited to, finished grading, surface preparation, fertilizing, placing sod, and monitoring the newly placed sod area for three weeks following completion. 20. The unit price bid for "Seeded Lawn Repair," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new seeded lawn, including, but not necessarily limited to, finished grading, surface preparation, top soil, fertilizing, placing seed and mulch and/or hydroseeding, and monitoring the newly seeded area until grass has been established and exhibits vigorous growth. 21. The unit price bid for "Cement Concrete Curb and Gutter," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new cement concrete curb and gutter, including, but not necessarily limited to, sawcutting, removal and disposal of existing curb and gutter, surface preparation, placement of aggregate base, placement of cement concrete curb and gutter, rebar in depressed sections, finishing, jointing, and curing. 22. The unit price bid for "Concrete Slab, -Inch," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new concrete slab including, but not necessarily limited to, sawcutting, removal and disposal of existing concrete surfacing from public or private property, surface preparation, placement of aggregate base, placement of cement concrete, rebar (6" slabs), finishing, jointing, and curing. 23. The unit price bid for "Select Backfill," per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install imported crushed rock material for trench backfill and sub -base in roads and alleyways, at locations shown on the Plans, and as directed by the Engineer including, but not limited to, placement, watering and compaction. 24. For the bid item "Minor Change," refer to Section 1-04.4(1) Minor Changes of the Technical Specifications. 1-09.4 EQUITABLE ADJUSTMENT (******) Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification: (******) The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1-09.9 PAYMENTS (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-41 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following. 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1 Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Add the following: The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. The estimated cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made Payment to the Contractor will be made within approximately 30 calendar days from said meeting Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-09.9(1) RETAINAGE Add the following to the fourth paragraph: 5. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-42 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05 6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08 0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc , or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05 7) d Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 - calendar day period: 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-43 If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) FINAL PAYMENT (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner 1-09.11(3) TIME LIMITATIONS AND JURISDICTION (******) Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following. The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read• The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-44 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place 1002.GR1 TRAFFIC CONTROL MANAGEMENT Traffic Control Management 1002012.GR1 (August 2, 2004) Section 1-10.2(2) is supplemented with the following. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 1-10.2(2) Traffic Control Plans This section is supplemented with the following: The Contractor shall be required to prepare traffic control plans required to complete the work. The Contractor shall designate a Traffic Control Supervisor who shall prepare signing plans to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plans shall be prepared by a Traffic Control Supervisor and shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. If the construction, repair, or maintenance work includes or uses grooved pavement, abrupt lane edges, steel plates, or gravel or earth surfaces, the construction, repair, or maintenance zone shall be posted with signs stating the condition, as required by current law, and in addition, must warn motorcyclists of the potential hazard. The sign shall include at least the following language: "MOTORCYCLES USE EXTREME CAUTION." G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-45 All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum 1-10.4 MEASUREMENT 100401.GR1 (August 2, 2004) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. Add the Following. There will be no separate measurement or payment for the Traffic Control Supervisor. All costs associated with the Traffic Control Supervisor shall be included in the unit price for "Project Temporary Traffic Control," per lump sum. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION (******) This section is supplemented with the following. The Contractor may be required to clear and grub beyond the right of way line, where specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility All work beyond the right of way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all fences, mail boxes, small trees, shrubs, plants, street signs, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. 2-01.3(2) GRUBBING (******) Add the following: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 2-01.3(4) ROADSIDE CLEANUP (******) Add the following: Roadside cleanup shall include all project areas outside of the road right-of-way, including utility easements and private property, as shown on the Plans. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-46 proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2-01.3(5) FENCING (NEW SECTION) (******) Add the following. The Contractor shall be required to carefully remove all existing fencing located within or near the proposed work. All fencing materials to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. The removal and replacement of all fencing shall be done at the Contractor's expense. Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer. Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental. 2.01.4 MEASUREMENT (******) This section is supplemented with the following: No unit of measurement shall apply to Roadside Cleanup. 2-01.5 PAYMENT (******) This section is supplemented with the following: All costs incurred to complete the requirements of SECTION 2-01, including partial roadside cleanup, will be considered as incidental work to the lump sum bid item "Clearing and Grubbing." 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS (******) This section is supplemented with the following: Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc., which are outside the right of way line and are required to be removed for construction of the improvements In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take precautions to preserve the integrity of this neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. No separate payment shall be made for saw -cutting pavement. 2-02.5 PAYMENT (******) This section is supplemented with the following• Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-02 including sawcutting will be considered as incidental work to the various bid items and no separate payment will be made G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-47 2-07 WATERING 2-07.1 DESCRIPTION (******) This section is supplemented with the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Engineer from any and all such claims When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-09 STRUCTURE EXCAVATION 2-09.4 MEASUREMENT (******) Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section. Section 2-09.4 is supplemented as follows. No unit of measurement shall apply to Shoring or Extra Excavation 2-09.5 PAYMENT (******) Section 2-09.5 is supplemented as follows. Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per lump sum. Measurement and Payment shall be per SECTION 1-09.3(1) Description of Bid Items. 2-11 TRIMMING & CLEANUP 2-11.5 Payment (******) This section is supplemented with the following: When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items. 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS (******) This section is supplemented with the following: No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved G:\PROJECTS\2007\07037\BRACKETT PARK SPECS doc 6-48 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR (******) This section is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) This section is supplemented with the following: Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D698 (Standard Proctor). The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with failed testing shall be the responsibility of the Contractor Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5-04 HOT MIX ASPHALT 5-04.1 DESCRIPTION Add the following: An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. The Contractor will be required to patch existing street surfaces which are to remain, where utility trenches were excavated and backfilled prior to or along with this project. The Contractor shall be required to furnish, install, and maintain cold mix asphalt pavement at all pavement repair locations until or unless Hot Mix Asphalt is available. No area requiring pavement repair shall remain unpaved for more than 5 working days following the initial excavation, unless otherwise directed by the Engineer. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to existing adjacent elevations and the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications. 5-04.2 MATERIALS (******) This section is supplemented with the following. Hot mix asphalt used on this project shall be HMA Class 3/8 -Inch PG64-28 conforming to the provisions of Section 5-04 of the Standard Specifications. 5-04.3(2) HAULING EQUIPMENT (******) This section is supplemented with the following• Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-49 5-04.3(5)A PREPARATION OF EXISTING SURFACE This section is supplemented with the following: The Contractor will be required to patch existing asphalt pavement street surfaces which are to remain, where utility trenches were excavated and backfilled prior to or along with this project. Trench patching with Hot Mix Asphalt (HMA) shall be completed within five (5) days of backfilling, and all patch joints shall be sealed per 5-04.3(5)E. No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer. 5-04.3(5)E PAVEMENT REPAIR General (******) This section is supplemented with the following: After the completion of trench and patch repairs, the Contractor shall seal the joints with CSS -1 and concrete sand. The cost of sealing shall be included in the unit contract price for HMA Repair, Type . 5-04.3(7)A MIX DESIGN General (******) This section is supplemented with the following: The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design has been approved within the previous twelve month period using aggregate and asphalt binder from the same sources The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving. Delete Paragraph 1 in Subsection 2. Statistical or Nonstatistical Evaluation. The Contractor shall be responsible for the verification of the mix design. 5-04.3(9) SPREADING AND FINISHING (******) Section 5-04.3(9) of the Standard Specifications is revised with the following: Unless otherwise approved by the Engineer, the nominal compacted depth of any layer of HMA shall not exceed 0.25 feet. 5-04.3(10) COMPACTION 5-04.3(10)B CONTROL (******) Section 5-04.3(10)B CONTROL, of the Special Provisions shall be deleted and replaced with the following: Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice density, ASTM 2041. 5-04.3(11) REJECT HMA (******) This section is supplemented with the following: Delete all references to Combined Pay Factor (CPF). Payment will be made on the basis of the unit contract price for HMA Cl. 3/8 -inch for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-50 5-04.3(13) SURFACE SMOOTHNESS (******) This section is supplemented with the following: Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth -riding connection to the existing pavement. HMA Cl. 3/8 -inch shall be utilized in the construction of the feathered connections to existing pavement. All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Repair, Type . All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7-05.3(1). 5-04.3(15) HMA ROAD APPROACHES (******) This section is supplemented with the following: Any portion of the existing driveway (road approach) beyond the construction limits that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer. Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to provide safe ingress and egress and shall be constructed of materials in kind, as shown on the plans, or as otherwise directed by the Engineer. AH transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth and no damage occurs to the pavement which is to remain 5-04.3(17) PAVING UNDER TRAFFIC (******) This section is supplemented with the following. Delete the following in paragraph 5: "except the costs of temporary pavement markings" 5-04.3(21) ASPHALT BINDER REVISION (******) Section 5-04 3(21) is deleted. 5-04.5 PAYMENT (******) This section is supplemented with the following: Measurement and Payment shall be per SECTION 1-09.3(1) Description of Bid Items. The following sections are deleted: 5-04.5(1) Quality Assurance Price Adjustment 5-04.5(1)A Price Adjustment for Quality of HMA 5-04.5(1)B Price Adjustment for Quality of HMA Compaction 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE (******) This section is supplemented with the following: G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-51 Manholes, water valve boxes, catch basins and similar utility appurtenances and structures shall not be adjusted until the Asphalt pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. Adjustment work shall be completed within five (5) working days following paving. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of frame plus 2 feet. The frame shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1'/2 inches below the finished pavement surface On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. HMA CL 3/8" shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Utility structures outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure The Contractor shall form an area a minimum of one foot outside the edges of the structure one foot deep, and pour and finish neatly with Class 3000 concrete to match the slope and grade of the adjacent area. The utility lid shall be cleaned of all concrete prior to acceptance. 7-09 WATER MAINS 7-09.1 DESCRIPTION Add the following This work shall consist of constructing HDPE irrigation lines in accordance with the Plans and Specifications. 7-09.1(1)C GRAVEL BACKFILL FOR PIPE ZONE BEDDING (******) Add the following: Imported pipe zone bedding for flexible pipes shall be crushed surfacing top course meeting the requirements of section 9-03.9(3), and shall be placed and compacted in layers as designated by the Engineer Pipe zone bedding for rigid pipes shall be native or imported gravel bedding material meeting the requirements of SECTION 9-03.12(3), oras approved by the Engineer. 7-09.1(1)E TRENCH BACKFILL (******) Add the following: Imported select backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers. The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of SECTION 9-03.9(3), or as approved by the Engineer. 7-09.2 MATERIALS (******) Revise this section as follows: G'\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-52 Bedding Materials (Flexible Pipes) 9-03.9(3) Top Course Bedding Materials (Rigid Pipes) 9-03 12(3) Gravel Backfill Imported Select Backfill 9-03.9(3) Base Course 7-09.3(9) BEDDING THE PIPE (******) The first sentence shall be replaced with the following: Bedding material shall be imported pipe bedding meeting the requirements of SECTION 7-09.2 of these Special Provisions. 7-09.3(10) BACKFILLING TRENCHES (******) Add the following: Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with imported select backfill meeting the requirements of SECTION 7-09.2 of these Special Provisions 7-09.3(11) COMPACTION OF BACKFILL (******) Delete the first paragraph and add the following: Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor) The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line. Density tests shall be taken by the Owner at various depths in the trench, as required. The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes. The cost of the backhoe and operator shall be considered incidental to the other bid items. All costs associated with failed tests shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements have been met. The first five (5) trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and the Owner will arrange for in-place density tests to be taken on the completed test section in accordance with the above require- ments. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.4 MEASUREMENT Supplement this section with the following: There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work. 7-09.5 PAYMENT (******) Payment shall be per Section 1-09.3(1) Description of Bid Items. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-53 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS (******) Add the following to SECTION 7-12.2 of the Standard Specifications. Gate Valves. All gate valves size 2 -inch and larger shall be resilient seated gate valves conforming to the latest AWWA Standard C 509. Valves shall be Mueller, Dresser, Clow, or equal. All gate valves 4 -inch and larger shall have non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type. Valves smaller than 4 -inch shall have screw type end connections and be non -rising stem, screwed bonnet, solid wedge disc type having a minimum working pressure of 200 psi. Valves shall be Crane 438, Stockham 103, or equal. Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high The bottom section shall be a Rich Model R-36, or equal, 36 inches high; extension sections shall be Rich Model 044, or equal, 12 inches high. 7-12.3 CONSTRUCTION REQUIREMENTS (******) Add the following to SECTION 7-12.3 of the Standard Specifications: Upon completion of all work in connection with this Contract, all valves involved in this work shall be opened and the Engineer so notified The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt paving, gravel surfacing, or topsoil surfacing. 7-12.5 PAYMENT (******) Payment shall be per Section 1-09 3(1) Description of Bid Items 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 7-20.1 DESCRIPTION (******) The intent of this Specification is to provide general requirements for the rehabilitation of the existing irrigation system piping with new HDPE piping These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is the rehabilitation of the existing irrigation system piping to provide leakproof, pressurized irrigation service. Therefore, the precise materials and the methods outlined are not described in detail in the following Sections. All materials and methods used shall be approved by the Engineer prior to beginning work. 7-20.2 MATERIALS (******) High Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 3408 polyethylene resin. The Standard Dimension Ratio (SDR) shall be SDR 11 for all pipe sizes. Pipe material shall be provided such that the pipe cross-section is uniformly round No out -of -round pipe shall be allowed on the project. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-54 The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications. The certificate shall state the specific resin used, its source, and list its compliance with these Specifications. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date. Polyethylene fittings shall comply with all appropriate requirements of AWWA C901, AWWA C906, or CSA B137.1. Socket type fittings shall comply with ASTM D2683. Butt fusion fittings shall comply with ASTM D3261. Electrofusion fittings shall comply with ASTM F1055. Fabricated fittings shall be designed and manufactured to be as strong or stronger than the pipe to which the fittings will be joined. Mechanical fittings shall be approved only after submission of appropriate test data and service histories indicating their acceptability for the intended service. In all cases, the Specifications and requirements for the fittings supplied shall comply with the appropriate sections of AWWA C901, AWWA C906, or CSA B137.1. Pipe stiffeners shall be used in conjunction with mechanical restrained fittings. Pipe stiffeners shall be designed to support the interior wall of the HDPE and maintain pipe round. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed for 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE 7-20.2(1) HANDLING OF HDPE PIPE The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed or the section of pipe rejected. 7-20.3 CONSTRUCTION REQUIREMENTS 7-20.3(1) PREPARATION OF EXISTING LINES (******) It shall be the responsibility of the Contractor to clean and clear the existing irrigation lines of obstructions, solids, roots, collapsed pipe, or any other impediment or material which prevents proper insertion of the sliplining pipe. If inspection reveals an obstruction that is not at the location of an access pit or new service connection, the Contractor shall make an excavation to expose and remove or repair the obstruction. Such excavation shall be approved by the Owner prior to the commencement of the work. 7-20.3(1)A CLEANING EXISTING PIPE (******) The Contractor shall be required to furnish all labor, equipment, appliances, and materials necessary for cleaning the irrigation system pipes including the removal of all debris, roots, solids, roots, sand, rock, etc , from the existing irrigation lines. The existing irrigation mains shall be cleaned using mechanical, hydraulically -propelled, and/or high velocity cleaning equipment. The cleaning process shall remove all debris from each irrigation main segment. All G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-55 cleaning equipment and devices shall be operated by experienced personnel. Satisfactory precautions shall be taken to protect the irrigation mains from damage that might be inflicted by the improper use of the cleaning process equipment. The Contractor shall be responsible for collection and disposal of all materials collected or accumulated during the cleaning process and shall comply with all Federal, State, and local environmental and anti -pollution laws, ordinances, codes, and regulations. Under no circumstances shall materials generated from pipe cleaning activity be improperly disposed, dumped onto streets or ditches, catch basins, storm drains, or sanitary sewers The Contractor shall be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. If the results obtained by the proposed pipe cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet the specifications. 7-20.3(1)B INSPECT EXISTING PIPE The Contractor shall be required to furnish all labor, materials, and equipment necessary for television inspection and video recording operations. The Contractor shall provide a DVD recording and logs of the televised inspection for review by the Engineer a minimum of 72 hours prior to sliplining work. If the Contractor provides a video recording of such poor quality that it cannot be properly evaluated, the Contractor shall re -televise as necessary and provide a video of good quality at no additional cost to the Owner No sliplining shall take place until videos have been reviewed by the Engineer and written approval has been provided to the Contractor. The television unit shall have the capability of displaying in color, on DVD, pipe inspection observations such as pipe defects, sags, points of root intrusion, offset joints, service connection locations, and any other relevant physical attributes. Each DVD shall be permanently labeled with the following: project name; date of television inspection; location and size of irrigation main; street/easement location; name of Contractor; date video submitted; and video number. The Contractor shall provide a line diagram area sketch and written log for each completed segment of televised irrigation main describing the section being televised, camera direction, position of service connections, description and location of failures, pipe type and condition, weather conditions, and other significant observations. The television inspection equipment shall have an accurate footage counter which displays on the monitor the exact distance of the camera from the center of the starting point. A camera with rotating and panning lens capabilities is required. The camera height shall be centered in the conduit being televised. The speed of the camera through the conduit shall not exceed 40 feet per minute. 1 1 1 1 1 1 I 1 1 There may be occasions during televised inspection when the camera will be unable to pass an obstruction. At that time, and prior to proceeding, the Contractor shall contact the Owner's project observer If the length of irrigation main cannot be televised due to obstruction, the Contractor shall clean the system as is necessary. If, in the opinion of the Owner's project observer, the obstruction is attributed to blockage non -removable by cleaning, televising shall be suspended, payment shall be made based on the actual televised length, and the remaining televising of irrigation piping shall be continued upon successful correction of the blockage by the Contractor No additional payment shall be made for additional setups required due to obstructions encountered during televising. No separate payment will be made for any excavations or any other method which may be required to retrieve video equipment that may have been hung up, destroyed, and/or lost during the operation. 7-20.3(1)C OBSTRUCTION REMOVAL (******) The Contractor shall be required to remove in entirety all full and partial obstructions discovered during the cleaning and televising work, including existing service connections, prior to sliplining work. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-56 At existing service connections, the Contractor shall excavate and remove the existing service connections from the existing irrigation main. If a new service connection is proposed for the location, the Contractor shall remove a minimum two (2) foot section of the existing main, centered on the location of the proposed service connection. Blockages and obstructions shall be removed using non -intrusive methods where possible If the blockage or obstruction cannot be removed using non -intrusive methods, the Contractor shall excavate and remove the blockage. The Contractor shall notify the Engineer and receive approval prior to beginning excavation for blockage. 7-20.3(2) INSTALLING HDPE PIPE 7-20.3(2)A JOINING HDPE PIPE Sections of polyethylene pipe shall be joined into continuous lengths on the job site, above ground. The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM -F-585. The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400°F and interface fusion pressure of 75 psi Socket fusion, hot gas fusion, threading, or solvent -cement joints and epoxies are not permitted. The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained and certified within the past twelve months. Copies of certifications shall be provided to the Engineer prior to construction. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure. The Contractor shall maintain a log of all fusion activity on the project. At a minimum, the fusion log shall indicate the following parameters: Name of technician, plan location, time, ambient temperature, fusion temperature, fusion pressure, fusion duration, and cool -down time All fused joints shall be watertight and shall have a tensile strength equal to that of the pipe. All joints are subject to acceptance by the Owner prior to insertion. All defective joints shall be cut out and replaced at no additional cost to the City. The Contractor shall remove all HDPE trimmings or other miscellaneous material from the inside of the pipe being butt fused prior to installation. All pipe, both new and existing, shall be adequately covered at the end of each working day to prevent entry by animals (i.e. rodents, cats, etc ). If pipe is left open and unattended by the Contractor, he shall be responsible for verifying no animals have entered the pipe and provide suitable evidence to the Engineer. The Contractor shall not continue work until such evidence is provided and accepted by the Engineer. 7-20.3(2)B SLIPLINING WITH HDPE PIPE (******) Sliplining shall be accomplished with a power winch and steel cable connected to the end of the liner by use of an appropriate nose -cone pulling head During insertion of the new HDPE pipe, precautions should be taken to protect the liner pipe as it is pulled into the existing irrigation main piping Any cuts, gouges, or scrapes equal to 10% of the liner wall thickness shall be cause for rejection of that portion of the liner pipe. Once the insertion is initiated, the pull shall be completed without interruption At the Contractor's option, as recommended by the pipe manufacturer, the liner pipe may be pushed into position, or a combination of pushing and pulling techniques may be used to insert the liner. The manufacturer's recommendations shall be followed regarding relaxation and thermal equilibrium of the liner prior to terminal and service connections, but shall not be less than 2 hours. Following the required time, terminal and service connections may be made, the annulus of the existing pipes shall be sealed, and backfilling of open pits may be completed. 7-20.3(2)C HORIZONTAL DIRECTIONAL DRILLING (HDD) (******) Horizontal directional drilling shall be performed under the guidelines of ASTM F1962, the ASCE Manual of Practice 108 and the "Horizontal Directional Drilling Good Practices Guidelines," as published by the North American Society for Trenchless Technology (NASTT). HDD shall be used where indicated on the Plans and G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-57 as specified herein The Contractor shall be responsible for all necessary traffic control and safety devices at all times during drilling operations and new pipe pull back. Bore pit set up area shall be established as part of the Contractors drilling plan. The contractor shall make all necessary assessments and investigations of the soil conditions by means of researching existing records of nearby construction sites or visual inspection, prior to beginning drilling operations. Any obstructions or potential hazards shall be identified and avoided and/or removed by the Contractor as directed by the Engineer. Determination of all required drilling equipment (e.g. drill rig, bits, reamers, drilling fluid, etc.) is the responsibility of the Contractor. Underground utilities shall be located prior to establishing final drill path, refer to Section 1-07.17 of the Special Provisions. The Contractor's drilling plan shall be submitted to and approved by the Engineer prior to beginning construction. The pilot bore hole shall be closely tracked to ensure that the new pipe is installed at the proper depth and location to meet the requirements of the Plans and Specifications. The bore head shall be tracked electronically to properly guide the hole where new pipe will be placed. Detailed records of depth, pitch, fluids used and special site conditions shall be kept on each pipeline drilled. A copy of the drill records shall be submitted to the Engineer as part of the project record drawings (Section 1-05.3(1) of the Special Provisions). The receiver and transmitter used for guiding the bore head shall be calibrated prior to beginning construction Proper equipment and procedures shall be used to change the tooling at the exit pit. The size of the pilot hole reaming tool depends on the size of pipe being pulled back and the soil conditions. Determination of reaming tool size and type shall be the responsibility of the Contractor. A final reaming pass shall be made prior to pull- back of the new pipe to ensure the bore hole is clear of any remaining fine gravels or soil clumps that wciuld interfere with' pipe pullback. Drilling fluids or "drilling mud" shall be used to stabilize the hole and remove soil during boring and reaming operations. Drilling fluid type and viscosity shall be determined by the Contractor and tested periodically during drilling so that adjustments can be made to ensure the borehole remains open, the drill rig pumps are not overworked and fluid circulation is maintained throughout the bore hole. Water for drilling shall be provided by the Contractor. Proper removal and disposal of soil and borehole fluids shall be the responsibility of the Contractor. During pipe pullback the axial tension forces shall be monitored to avoid stressing the pipe. The tension force readings, constant insertion velocity, drill fluid circulation and exit rates, and length of pipe installed shallbe recorded by the driller. Proper handling, bending and fusion welding of HDPE pipe shall meet the requirements of Section 7-20.2(1) and 7-20 3(2). 7-20.3(2)D PNEUMATIC BORING (******) Some project areas may require pneumatic boring technology ("Mole" or "Missile") to install new HDPE irrigation pipe Where pneumatic boring is required and approved by the Owner, the following shall apply: 1 1 1 1 1 1 The pneumatic tool shall be designed and manufactured to force its way through a wide range of soil conditions and shall displace soil during advancement. The size of tool shall be as recommended by the tool manufacturer for size of pipe to be pulled and installed. Sufficient air hose shall be provided to !I I achieve maximum boring lengths. Pneumatic boring depths shall be as recommended by the tool manufacturer for the size of pipe to be pulled, and shall not exceed minimum depths shown on the Plans or specified herein. Ground heaving during boring operations will not be allowed. All damage as a result of ground heaving, includinglall required repair, shall be the responsibility of the Contractor Bore pit locations are shown on the Plans For pneumatic boring operations, only planned bore 1pit locations and new irrigation service locations may be used for verification of required depth and direction. Additional excavations required by the Contractor for locating misguided equipment or retrieval of lost or damaged equipment shall be the responsibility of the Contractor. The Owner shall take no responsibility for lost or damaged equipment. All existing underground utilities shall be located by the Contractor prior to pneumatic boring operations. Installation of new piping shall be coordinated with existing utility locations, and clearance from existing G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-58 utilities shall be as recommended by the tool manufacturer for the size of pipe to be pulled and installed. Damage to existing utilities shall be the responsibility of the Contractor. 7-20.3(2)E WINCHING The winch shall be of the constant load type but shall be fit with a direct reading load gauge to measure the winching load. At the end of each day's winching, the Contractor shall provide the Owner with copies of the forces recorded in winching at the start of any pull and during the pull at increments of 50 feet of winching distance and at any restart after temporary stops. The winch shall be fitted with a device to automatically disengage when the Toad exceeds a preset maximum load to be approved by the Owner. Under no circumstances will the pipe be stressed beyond its elastic limit. The Contractor shall supply sufficient cable in one continuous length so that the pull may be continuous between approved winching points. The winch, cable, and cable drum shall be provided with safety cage and supports so it may be operated safely without injury to persons or property. The Contractor shall provide a system of guide pulleys and bracings at each access pit to minimize cable contact with the existing irrigation piping. The nose cone at the head of the slipline pipe shall be fitted with a swivel attachment to prevent or minimize the twist transmission between the winch cable and the nose cone. The excavation supports at the launch site shall remain completely separate from the pipe support system and must be so designed that neither the pipe nor the winch cable is in contact with them. Lubrication to ease the pull shall be as recommended by the HDPE pipe manufacturer, shall not be harmful to piping materials, and shall be approved by the Owner. 7-20.3(2)F INSERTION OR ACCESS PITS The Contractor shall construct insertion or access pits at locations which maximize pulling distances and directions, and which minimize disruption to traffic and impacts to adjacent properties. Proposed access pit locations are shown on the Plans for the Contractor's consideration. The final number and location of insertion or access pits shall be proposed by the Contractor and approved by the Owner prior to excavation. The length of the access pit shall be a minimum of 12 times the diameter of the liner plus the sloping ends of the pit. The ends of the pit shall be sloped ata minimum of 2.5 to 1 slope from the ground surface to the top of the existing irrigation main The sides of the pit shall be properly braced per local, state, and federal regulations. The width of the access pit shall be a minimum of the outside diameter of the existing irrigation main plus 12 inches, but shall not exceed 3 feet in width The access pit shall allow insertion of continuous pipe length without bending to a smaller radius of curvature than permissible by the manufacturer. The top of the existing irrigation main shall be exposed to the spring line and the crown of the pipe shall be removed for the full length of the insertion pit. Care shall be taken not to disturb the bottom portion of the existing irrigation main. In addition, the top of the pipe length to be inserted shall be protected from damage at the entry into the pipe to be sliplined. 7-20.3(2)G SERVICE CONNECTIONS New irrigation service connections shall be made at locations as shown on the Plans or as otherwise directed by the Owner All existing and new service connections shall be identified and located prior to pipe rehabilitation work. All existing service connections shall be removed in entirety from the existing main and all locations requiring new service connection shall be prepared by removing a minimum of a two (2) foot section of the existing main, centered on the location of the proposed service connection, prior to the pipe rehabilitation work. G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-59 The Contractor shall allow a sufficient pipe relaxation period, as recommended by the pipe manufacturer! but not less than 2 hours, following the insertion of the HDPE liner prior to completing new service connections. Service connections shall be manufactured by Friatec or approved equal and shall be installed by fusion of service saddles onto the new HDPE irrigation pipe Unless otherwise shown on the Plans, service saddles shall provide a 3/4 -inch service and shall match the size and type of pipe of the new irrigation main. A mechanical -assist tool shall be used to fuse saddles to new irrigation pipe and all fusing shall be done in strict accordance with the pipe manufacturer's recommendations. Holes made in the HDPE irrigation main for services shall be full circle and match the service size (i.e. 3/4" hole for 3/4" service, etc.). Following sufficient cooling time, all service saddle connections shall be pressure tested by the Contractor and approved by the Owner prior to tapping the main, completion of the service, and backfilling operations. The Contractor shall prove new service connections are connected to the intended private irrigation system using compressed air, or other method as proposed by the Contractor and approved by the Engineer 7-20.3(2)H LEAK TESTING Pressure testing shall be conducted in accordance with ASTM F2164, Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic Pressure The HDPE pipe shall be filled with water raised to test pressure and allowed to stabilize. The test pressure shall be 60 psi. The pipe shall pass if the final pressure is with 5% of the test pressure for 1 hour. The service shall pass if the final test pressure maintains for a minimum of 10 minutes For safety reasons, hydrostatic testing only will be used. The Contractor shall maintain a log of all pipe and service testing on the project. At a minimum, the testing log shall indicate the following parameters: Name of technician, time, test pressure, test duration, and whether the test passed or failed. 7-20.4 MEASUREMENT AND PAYMENT Measurement and payment shall be per Section 1-09.3(1) Description of Bid Items 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS (******) This section is supplemented with the following: Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter. The template shall extend from the bottom of curb to the top of the curb, and shall have a minimum length of 8 feet, with the 6 -foot long transition centered in the template. The Contractor shall also be required to use a template at the back of Driveway/Depressed curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. The new concrete curb and gutter shall be cured in accordance with SECTION 5-05.3(13)B of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. First-class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. The Contractor shall be required to construct a minimum 10 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer This G\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-60 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 "model" section will be referenced during construction for comparison to newly poured curb. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods 8-04.5 PAYMENT (******) This section is supplemented with the following: Payment for "Cement Concrete Curb and Gutter" shall be per Section 1-09.3(1) Description of Bid Items. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(3) PLACING AND FINISHING CONCRETE (******) This section is supplemented with the following: All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness All concrete approaches located behind a Depressed curb and gutter section shall be six (6) inches in thickness. Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with SECTION 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. First-class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. 8-14.5 PAYMENT This Section is supplemented with the following: Payment for "Concrete Slab, -Inch Thick," shall be per Section 1-09 3(1) Description of Bid Items STDPLANS.GR9 STANDARD PLANS January 3, 2006 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 06-001, effective January 3, 2006 is made a part of this contract. The Standard Plans are revised as follows: G:\PROJECTS12007\07037\BRACKETT PARK SPECS.doc 6-61 All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot' Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA" C-1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from 1". C-11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C -14h In the TABLE, in column "B": 3'- 0", 3'- 2'/", and 3'- 4 W are revised to 2'- 0", 2'- 2 '/4", and 2'- 4 '/2" respectively. In the TABLE, in column "C": 2'- 4", 2'- 6 1/4", and 2'- 8' /2" are revised to 3'- 4", 3'- 6 1/4", and 3'- 8'/2" respectively. G -8q Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the parenthetical specification "12 GAGE" is revised to "7 GAGE". K-1 through K-27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-1 . . . 5/13/02 A-4 ................. 3/07/97 A-7 .................10/04/05 A-2 5/09/02 A-5 2/24/03 A-3 5/30/02 A-6 .....................2/24/03 B-1 11/08/05 B -4h 5/09/97 B -21a 7/13/05 B-1 a . 11/08/05 B-7 11/23/04 B-22 7/21/03 B -lb ... 11/08/05 B -7a ................... 2/09/05 B -22a 8/01/97 B -le 5/20/04 B-8 6/23/04 B -23a 2/25/05 B-lz ... 6/23/04 B -8a 6/23/04 B -23b ...... 2/25/05 B-2 .2/25/05 B-9 11/23/04 B -23c 5/20/04 B -2a 2/25/05 B -9a 11/23/04 B -23d 5/09/97 B -2b 6/17/02 B -9b 11/23/04 B-25 6/30/04 B -2c 6/17/02 B -9c 11/23/04 B -25a 11/08/05 B -2d 6/17/02 B -9d 11/23/04 B-26 .11/08/05 B -2e . 2/25/04 B-11 2/25/05 B-27 11/08/05 B-3 .............. 1/28/02 B-13 2/25/05 B -27a 11/08/05 B -3a 5/09/97 B-18 2/25/05 B -27b 11/08/05 B -4b 2/09/05 B -18a 7/13/05 B-28 11/08/05 B -4c 2/09/05 B -18b 7/13/05 B-29 ................11/08/05 B -4d 9/16/02 B-19 .5/30/97 B-30 ...11/08/05 B -4f 5/09/97 B -20d ... 6/30/04 B-34 3/03/05 B -4g ..7/18/97 B-21 . ...7/13/05 C-1 10/31/03 C -2t..... 3/03/05 C -8d. 11/08/05 C -la 7/31/98 C-3 . ............... 10/04/05 C -8e . 11/08/05 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-62 11 11 11 11 11 1 1 1 1 C -lb .10/31/03 C -3a ................. 10/04/05 C -8f 6/30/04 C -lc .... 5/30/97 C -3b . . 10/04/05 C-10 7/31/98 C -1d 10/31/03 C -3c .... 10/04/05 C-11 5/20/04 C-2 .. ....................1 /06/00 C -3d 3/03/05 C-11 a 5/20/04 C -2a 7/17/98 C-4 7/13/01 C-11 b 5/20/04 C -2b 6/12/98 C -4a .................. 2/25/05 C-12. 7/27/01 C -2c 2/20/03 C -4b .................. 6/23/00 C-13 4/16/99 C -2d ...5/22/98 C -4e ................. 2/20/03 C -13a... 4/16/99 C -2e 3/07/97 C -4f 6/30/04 C -13b 4/16/99 C -2f 3/14/97 C-5 ... 10/31/03 C -14a 7/26/02 C -2g . 7/27/01 C-6 ... 5/30/97 C -14b ...... ....7/26/02 C -2h 3/28/97 C -6a 3/14/97 C -14c. .. 7/26/02 C -2i 3/28/97 C -6c 1/06/00 C -14d. 7/26/02 C -2j 6/12/98 C -6d 5/30/97 C -14e 7/26/02 C -2k ..7/27/01 C -6f 7/25/97 C -14f 9/02/05 C -2n 7/27/01 C-7 10/31/03 C -14g.... 9/02/05 C -2o 7/13/01 C -7a 10/31/03 C -14h . 12/02/03 C -2p ....... 10/31/03 C-8 4/27/04 C -14i 12/02/03 C -2q . 3/03/05 C -8a 7/25/97 C -14j ... 12/02/03 C -2r 3/03/05 C -8b 7/17/98 C -16a 11/08/05 C -2s 3/03/05 C -8c .................11/08/05 C -16b. 11/08/05 D -la ... ...1 /23/02 D-2.30-00 11/10/05 D-2.80-00 11/10/05 D -1b 10/06/99 D-2.32-00 11/10/05 D-2.82-00 11/10/05 0-1c 10/06/99 D-2.34-00 11/10/05 D-2.84-00... ..11 /10/05 D-1 d 10/06/99 D-2 36-00 11/10/05 0-2.86-00 11/10/05 D -le 1/23/02 D-2.38-00 .......... 11/10/05 0-2.88-00 11/10/05 D-1 f ....... .. 10/06/99 D-2.40-00 11/10/05 D-2.92-00 11/10/05 D-2.02-00... 11/10/05 D-2 42-00........... 11/10/05 D-3 7/13/05 D-2.04-00 11/10/05 D-2.44-00 11/10/05 D -3a 6/30/04 D-2.06-00 11/10/05 0-2.46-00 11/10/05 D -3b 6/30/04 0-2.08-00 11/10/05 0-2.48-00 11/10/05 D -3c 6/30/04 0-2.10-00 11/10/05 D-2.60-00 11/10/05 D-4 12/11/98 0-2.12-00 11/10/05 0-2.62-00... 11/10/05 0-6. 6/19/98 0-2.14-00 ... 11/10/05 D-2.64-00 . 11/10/05 D-7... 10/06/99 D-2.16-00 11/10/05 D-2.66-00.........11/10/05 D -7a 10/06/99 0-2.18-00 11/10/05 0-2.68-00 11/10/05 0-9 12/11/98 0-2.20-00 11/10/05 0-2.78-00 11/10/05 E-1 ...7/25/97 E-4 8/27/03 E-5 5/29/98 E-2 .... ..... ........5/29/98 E -4a ... .............. 8/27/03 F-1 12/17/02 F -2c ................ 6/23/04 F -3c 2/09/05 F -la 12/17/02 F -2d. .6/23/04 F -3d 2/09/05 F-2 .... 8/27/99 F-3 . 1/13/03 F -3e 2/09/05 F -2a 6/23/04 F -3a .2/09/05 F-4 1/13/03 F -2b ...... 2/09/05 F -3b ................ 9/02/05 G-1. . 9/12/01 G-6 8/27/03 G -8e 8/18/04 G-2 6/04/02 G -6a 8/27/03 G -8f. 11/09/05 G -2a. 6/04/02 G -6b 8/27/03 G -8g 11/09/05 G-3 11/09/05 G-7 7/18/97 G -9a 6/25/02 G -3a .. 11/09/05 G -8a . .. 12/15/04 G -9b . 2/09/05 G -3b . 11/09/05 G -8b . .. 11/09/05 G -9c .............. 11/23/04 G -4a 11/09/05 G -8c 8/18/04 G -9d 2/09/05 G -4b 6/30/04 G -8d 12/15/04 H-1 . . .... ..1/10/02 H-4 ...... .......8/18/04 H-10 5/29/98 H-1 a . ...........4/14/00 H -4a .... ........... 2/25/05 H-12.. . .. 2/25/05 H -lb 3/04/05 H -4b 2/25/05 H -12a .2/25/05 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-63 .................3/04/05 H-6 10/29/03 H -12b ' .... 2/25/05 H-ld 1/10/02 H-7 8/10/98 H-13 2/25/05 H-1 e .. 4/14/00 H-8 ................... 9/18/98 H -13a .... . . ... . ..2/25/05 H-2 3/04/05 H-9. ....... 4/18/97 H-14 2/09/05 1-1 ... 7/18/97 1-6 .... 7/17/03 1-11 . . ..... 9/11/03 1-2 4/23/99 1-7 7/17/03 1-12 . 7/17/03 1-3 8/20/99 1-8 . 7/17/03 1-13 . 7/17/03 1-4 7/17/03 1-9 .. 7/17/03 1-14 7/17/03 1-5 .7/17/03 1-10 7/17/03 1-15 7/13/05 J -lb 10/08/99 J -6g . .... 12/12/02 J-11 a... ..9/02/05 J -lc .... 4/24/98 J -6h .. . 4/24/98 J-11 b.. 9/02/05 J -le 8/01/97 J -7a 9/12/01 J-11 c 9/02/05 J-lf 6/23/00 J -7c . • ...... 6/19/98 J-12..... 11/08/05 J-3.. 8/01/97 J -7d. 4/24/98 J -15a 10/04/05 J -3b....... 3/04/05 J -8a... 5/20/04 J -15b 10/04/05 J -3c .. . 6/24/02 J -8b 5/20/04 J -16a 3/04/05 J -3d 11/05/03 J -8c 5/20/04 J -16b 9/02/05 J-5...... 8/01/97 J -8d 5/20/04 J-18. 9/02/05 J -6c 4/24/98 J -9a 4/24/98 J-19 9/02/05 J -6f ....4/24/98 J-10 7/18/97 J-20 9/02/05 K-1 . . 12/20/02 K-10 12/20/02 K-19 12/20/02 K-2 12/20/02 K-11 12/20/02 K-20 12/20/02 K-3 12/20/02 K-12 12/20/02 K-21 12/20/02 K-4 ............... ....12/20/02 K-13 ................ 12/20/02 K-22 12/20/02 K-5 . 12/20/02 K-14 ..12/20/02 K-23 12/20/02 K-6 12/20/02 K-15.. 12/20/02 K-24 12/20/02 K-7 .... 12/20/02 K-16 .. 12/20/02 K-25 .... 12/20/02 K-8 12/20/02 K-17 ......... .....12/20/02 K-26.... ......12/20/02 K-9 12/20/02 K-18 ..................12/20/02 K-27 12/20/02 L-1 ....7/18/97 L-3 7/18/97 L -5a 7/31/98 L-2 ...............7/18/97 L-5....................7/31/98 L-6 7/25/97 M-1.20-00 2/25/05 M-3.30-00 12/15/04 M-20.10-00 3/04/05 M-1.40-00 . 2/25/05 M-3.40-00.. . .. .... 12/15/04 M-20.20-00 ....... 3/04/05 M-1.60-00 ....... ... .. 2/25/05 M-3.50-00.........12/15/04 M-20.30-00 3/04/05 M-1.80-00 .. ........2/25/05 M-5.10-00 12/15/04 M-20 40-00 3/04/05 M-2.20-00 2/25/05 M-7.50-00... .... .3/04/05 M-20.50-00 . .. ..3/04/05 M-2.40-00 2/25/05 M-9.50-00 .........3/04/05 M-24.20-00 3/04/05 M-2.60-00 .2/25/05 M-11.10-00 3/04/05 M-24.40-00. 3/04/05 M-3.10-00 12/15/04 M-15.10-00 2/25/05 M-24.60-00 3/04/05 M-3.20-00 12/15/04 M-17.10-00 .......... 3/04/05 G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 6-64 APPENDIX A AMENDMENTS TO THE 2006 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2007\07037\BRACKETT PARK SPECS.doc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VICINITY MAP CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO.1R2179 HLA PROJECT NO. 07037 SEPTEMBER 2007 SHEET INDEX SHEET 1 COVER SHEET SHEET 2 GENERAL NOTES AND LEGEND SHEET 3 OVERALL PLAN AND AERIAL PHOTOGRAPH SHEET 4 - 10 PLAN SHEETS SHEET 11 - 12 DETAILS CONTACT INFORMATION CITY OF YAKIMA MIKE SHANE ALVIE L. MAXEY 576-6480/728-3939 575-6194/728-2320 PROJECT ENGINEER MICHAEL T BATTLE, PE 966-7000 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000* FAX (509) 965-3800 ExPiRES fw.. 6, 2008 JOB NUMBER: 07037 DATE. 9-19-07 FILE NAMES. DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY' EPC COVER SHEET SHEET 1 OF 12 P \Projects\2007\07037\SHEETS.dwg plotted by justin on Tue, September 18 2007 HAMS - �+ ---1 i `— — FOLSOM 4%e < 3 . to m BROWNE AVE g KNOBEL ; € e ; c� I IT' �Z I IHSS i3 _ _ _ : SUMMITVIEW AVE 4 = n� /1 = I = _ : Q� R _ a N _ tmY _ N _ _ H _ N _ I l — ELEANOR a OR WAST v � < = w N g y PARK LN J BAFGE S 1Ij+le_i W YAKIMA AVE 6 i W CHESTNUT AVE n— H N1 HOME DR M° m 9 J ST WALNUT (n W WMLNU[ AVE W WA.NUT AVE . V� ` TIETON DR 1/0.' �CATI =g� < $ S 40TH AVE MEADOW N SHELTON H s n € V CH s WEBSTER to WEBSTER i BRAC<ETT AVE co uAc w N n N va WEBSTER L i ARU ST. H SST ` V < ST �' �lS ST GTO} ST 3 BONNIE DIJON ARUNG LANE S 33RD AVE S 32ND AVE ARU NG Tr :ST's sy.' •'.s „ :,4 '. .'> LOMB II ARD ART S le i i ! w �, •INIE )OON AVE l 0 n n N H IE N ur u, N n IA IA a ii v, S T ST W NOB HILL B VD AVE PRASC i < co—HCJNTON W PR A y vt HAMYI AVE W PRASCH AVE W VIOLA AVE < CJNTON WAY WAY - A a 0 —Df W KOLA _ AVE GRANT S - N tn.CA$ .� W VIDLA AVE W VIOLA VE LJ > — W VI PLA VE CREENWAY < ROYER A"E SUSAN AVE ULA AVE GREGORY \YE LOGAN ULA AVE —% W LOGAN AVE I W OGAN AVE LOGAN IPLATI. CLIA I I < < < € r N < n W PLAIN AVE U1 n fo < w < n x < N ; , 17F1 le CV ,Th W w in co W MEAD AVE N = H Q LOREN KING ST W KING S1 2 N YW W IGNG ST TAHOMA JOH ST NS W WASHINGTON N co All1- AVE ., VICINITY MAP CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO.1R2179 HLA PROJECT NO. 07037 SEPTEMBER 2007 SHEET INDEX SHEET 1 COVER SHEET SHEET 2 GENERAL NOTES AND LEGEND SHEET 3 OVERALL PLAN AND AERIAL PHOTOGRAPH SHEET 4 - 10 PLAN SHEETS SHEET 11 - 12 DETAILS CONTACT INFORMATION CITY OF YAKIMA MIKE SHANE ALVIE L. MAXEY 576-6480/728-3939 575-6194/728-2320 PROJECT ENGINEER MICHAEL T BATTLE, PE 966-7000 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000* FAX (509) 965-3800 ExPiRES fw.. 6, 2008 JOB NUMBER: 07037 DATE. 9-19-07 FILE NAMES. DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY' EPC COVER SHEET SHEET 1 OF 12 P \Projects\2007\07037\SHEETS.dwg plotted by justin on Tue, September 18 2007 1 1 1 1 1 1 1 1 1 GENERAL NOTES 1 THE CONSTRUCTION DRAWINGS PROVIDE ONLY SCHEMATIC AND APPROXIMATE INFORMATION REGARDING THE EXTENT AND LOCATION OF NEW AND EXISTING IRRIGATION SYSTEM COMPONENTS. LIMITED TOPOGRAPHIC SURVEY HAS BEEN CONDUCTED EXISTING PUBLIC AND PRIVATE IMPROVEMENTS, STORM DRAINS AND CULVERTS, ASPHALT, CONCRETE, AND GRAVEL SURFACES, ROCKERIES, RETAINING WALLS, FENCES, AND GATES, SHEDS, SHELTERS, DECKS, PATIOS, WOODPILES, GARBAGE CANS, AND OTHER MISCELLANEOUS ITEMS, VEGETATION AND TREES, AND PARKED VEHICLES, RVS, AND BOATS, ETC. ARE NOT INDICATED ON THE DRAWINGS BUT MAY BE PRESENT THROUGHOUT THE PROJECT AREA, IN AND ADJACENT TO THE RIGHT OF WAY AERIAL PHOTOS ARE PROVIDED IN THE PLANS FOR GENERAL INFORMATION, ALTHOUGH ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. ALL DISTURBANCE, REMOVAL, REPLACEMENT, AND RESTORATION OF EXISTING FEATURES SHALL BE COMPLETED BY THE CONTRACTOR. 2. THE CONTRACTOR IS ADVISED THAT SURFACE REPAIR IS NOT SPECIFICALLY IDENTIFIED ON THE PLANS FOR EACH REPAIR LOCATION. ALL REPAIR LOCATIONS HAVE BEEN REVIEWED FOR SPECIFIC REPAIRS AND OVERALL QUANTITIES CALCULATED REPAIR QUANTITIES IN THE BID SUMMARY ARE APPROXIMATE, AND ALL FINAL REPAIR TYPES SHALL BE DIRECTED BY THE ENGINEER. 3 THE CONTRACTOR IS ADVISED THAT A SIGNIFICANT PORTION OF THE PROJECT OCCURS WITHIN EASEMENTS ON PRIVATE PROPERTY THE CONTRACTOR SHALL EXERCISE CARE TO NOT DAMAGE PRIVATE PROPERTY AND SHALL LIMIT EXCAVATIONS TO AREAS DESIGNATED FOR SERVICE REPLACEMENT OR ACCESS PIT THE CONTRACTOR SHALL UTILIZE LOW IMPACT CONSTRUCTION METHODS AND EQUIPMENT AND SHOULD ANTICIPATE THE USE OF HAND TOOLS IN THESE AREAS. 4 ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 5 THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555 PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 6 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. 7 THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 8. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF 9 A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION CITY INSPECTOR SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 10. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS NEEDED FOR THE JOB, ON—SITE AT ALL TIMES. 11 IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09 3(3)B, IT SHALL BE SHOREO AND CRIBBED THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 4917 RCW. 12. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue '•Yakima, WA 98902 (509) 966-7000 4 FAX (509) 965-3800 IEXIERES fu» 6, 2008 ) 13. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 14 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT ALL SECTIONS OF THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 16, THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS—BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 17 ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTH MOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7 00 A.M. AND 7 00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY 18. ALL RIGHT OF WAY, PARCEL CONFIGURATIONS, AND OWNER INFORMATION WAS DEVELOPED FROM THE LATEST CITY OF YAKIMA'S G.I.S. NO FIELD SURVEYS HAVE BEEN CONDUCTED THE CONTRACTOR SHALL VERIFY WITH OR REQUEST ADDITIONAL INFORMATION FROM THE ENGINEER WHERE RIGHT OF WAY OR PROPERTY LINES ARE IN QUESTION. 19 WHERE EXISTING IRRIGATION PIPING IS CALLED OUT TO BE ABANDONED IN PLACE AND NEW HDPE PIPE INSTALLED, IT IS INTENDED THAT THE NEW PIPING BE INSTALLED BY MEANS OF HORIZONTAL DIRECTIONAL DRILLING. PNEUMATIC BORING, OR OTHER TRENCHLESS CONSTRUCTION METHODS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO COMMENCING WORK. JOB NUMBER: DATE. 07037 9-19-07 FILE NAMES. DRAWING. SHEETS.dwq PLAN: N/A PROFILE. N/A LEGEND EXISTING FEATURES IRRIGATION GAS LINE SANITARY SEWER DOMESTIC WATER UNDERGROUND TELEPHONE OVERHEAD POWER UNDERGROUND POWER FENCE IRRIGATION VALVE UTILITY POLE MANHOLE CATCH BASIN FIRE HYDRANT WATER VALVE R.O.W. OR PROPERTY LINE UTILITY EASEMENT LINE STEEL P0LE/BOLLARD PULL BOX STREET LIGHT WATER METER GAS METER ANCHOR TRAFFIC SIGNAL HOSE BIB CLEANOUT MAILBOX DECIDUOUS TREE EVERGREEN TREE SHRUB/HEDGE (SIZE, TYPE) aa SS SS Ut Baa ff 0 m 0 UT OPP 0 83 0 b . 0 0 NEW FEATURES SLIPLINE IRRIGATION PIPE ABANDON EXIST IRRIGATION PIPE AND INSTALL NEW IRRIGATION PIPE IRRIGATION VALVE IRRIGATION BLOW OFF PAVEMENT REPAIR CONCRETE REPAIR CONCRETE CURB AND GUTTER REPAIR —1-1-1-1-1—C— nru-u- IAN 11-11— c CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB EPC GENERAL NOTES AND LEGEND SHEET 2 OF 12 P \Projects\2007\07037\SHEETS.dwg plotted by: justin on Tue, September 18 2007 at -. -..- - - - NOTES: 1 THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS, VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS SEE ALSO THE GENERAL NOTES ON SHEET 2 2. THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. LEGEND SLIPLINE IRRIGATION PIPE 1111111M1M111181=111111111 ABANDON EXIST. IRRIGATION PIPE AND INSTALL NEW IRRIGATION PIPE Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •. Yakimo, WA 98902 (509) 966-7000 FAX (509) 965-3800 1 E.RES y.» 6. tape JOB NUMBER: DATE: 07037 9-19-07 FILE NAMES: DRAWING: SHEETS.dwq PLAN N/A PROFILE: N/A CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: EPC OVERALL PLAN AND AERIAL PHOTOGRAPH SHEET 3 OF 12 P:\Projects\2007\07037\SHEETS.dwg plotted by Justin on Tue, September 18 2007 01 09.48 AM ARLINGTON STREET ( 181326-22466 ) DEIBERT 2909 ARLINGTON AVE EX. CONC. CURB & GUTTER ( 181326-22465 ) ELLIS 805 S 30TH AVE. -1-PLANTER HEDGE r EDGE OF GRAVEL --NSW — —GRAVEL -'— z LU w w EDGE OF CONCRETE AC � / ARLINGTON STREET (181326-22467) RUDICK 2815 FRASER WY 00 (181326-22468) HAYS 2813 FRASER VVY FRASER WAY (181326-22515 ) FREEMAN 2811 FRASER WY '1 EX. Wpp NCE gyp\ lAV✓N_'` pq 1 �oHa ,///r PO DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/ RECEIPT OF NEW PIPE. ACTUAL LOCATION(S) SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION. EDGE OF LAWN EX. WOOD FENCE EDGE OF GRAVEL ENLARGED ALLEY VIEW 0 5 10 MEI Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yakima, WA 98902 (509) 966-7000* FAX (509) 965-3800 20 I EXPIRES f..... 6. 2008 I V7 ( 181326-22471) ERICKSON 2809 FRASER WY NOTES. / (181326-22472 ) / CATON 2807 FRASER WY TYP MA TCHLINE N1 IRRIGATION PIPE LINE SIZE AND LOCATION HAS BEEN BASED ON EXISTING CITY RECORDS AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL POTHOLE TO VERIFY EXISTING PIPE SIZE AND MATERIAL PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION LINE SIZE OR MATERIAL DIFFERS FROM THAT SHOWN 0 PROVIDE SURFACE REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATION(S) WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAP MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/ OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWERMAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AT ALL TIMES. NS REMOVE EXISTING BLOW OFF VALVE AND INSTALL NEW BLOW OFF/ FLUSHING VALVE ASSEMBLY AT EXISTING CURB AND GUTTER, SEE DETAIL SHEET 12. JOB NUMBER: DATE. 07037 9-19-07 FILE NAMES: DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A \® jP•CD 1 1 STA. 6+50 SEE SHEET 5 0 10 20 40 INSTALL APPROX. 235 L.F OF NEW 2'HDPE IRRIGATION PIPE FROM STA. 1+15± TO STA. 3+50± ABANDON EXISTING G.I. PIPE IN PLACE. INSTALL NEW 2" HDPE 45• ELBOW Pf20TECT EXISTING CONCRETE RETAINING WALL DURING INSTALLATION OF NEW IRRIGATION PIPE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR/REPLACEMENT OF DAMAGED WALL. 0 LOCATE AND REMOVE EXISITNG 3" WOOD TO 1-1/4" G.I. PIPE TRANSITION AS REQUIRED FOR INSTALLATION OF NEW HDPE PIPE. SLIPLINE EXISTING 3" PIPE WITH APPROX. 230 L.F OF NEW 2" HDPE PIPE. LOCATE EXISTING PIPE BEND, REMOVE SECTION OF EXISTING PIPE AND FITTINGS, AND INSTALL 2" HDPE ELBOW(S) AND FITTING(S) AS REQUIRED TO ACHIEVE DEFLECTION INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER AND CONNECT TO EXISTING SERVICE PIPING (APPROX. 7 THIS SHEET). SEE SERVICE CONNECTION DETAIL ON SHEET 11 SLIPLINE EXISTING 4" PIPE WITH APPROX. 165 L.F OF NEW 2" HDPE PIPE. SEE ALSO SHEET 5. CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY' MTB EPC STA. 1+00 TO STA. 6+50 PLAN SHEET 4 OF 12 0 s N 6 P• \Projects\2007\07037\SHEETS. dwg 0181326-22473 ) ( 181326-22474 ) P 0/3p- —___ OHP ________ — OHP I I I I I I I I I I 0 10 20 40 ------------- NACHES-COWICHE CANAL o- , , ���_.�•� 0HP OHP NES W 2�F1DPE Ham ��AWN� G e.c•x EX. WOOD FENCE _ EX. WOOD FENC tk W 0A+,\ \ Fe �O \\ / \ 1 \ _ i4,../ JOHNSON 2805 FRASER WY NOTES: TYP CASSEDY 2803 FRASER WY (181326-22475 KRIEGER 2801 FRASER WY CD IRRIGATION PIPE UNE SIZE AND LOCATION HAS BEEN BASED ON EXISTING CITY RECORDS AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL POTHOLE TO VERIFY EXISTING PIPE SIZE AND MATERIAL PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION LINE SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACE REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AT ALL TIMES. N4 SLIPLINE EXISTING 4" WOOD STAVE PIPE WITH NEW 2" HDPE PIPE. SEE ALSO SHEET 4 N5 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER AND CONNECT TO EXISTING SERVICE PIPING (APPROX. 7 THIS SHEET). SEE SERVICE CONNECTION DETAIL ON SHEET 11 N6 LOCATE EXISTING PIPE BEND, REMOVE SECTION OF EXISTING PIPE AND FITTINGS AND INSTALL NEW 2" HDPE ELBOW(S) AS REQUIRED TO ACHIEVE DEFLECTION. ( 181326-22476 ) SHALTON 2709 FRASER WY ( 181326-21443 ) FERREIRA 2707 FRASER WY 0 SLIPLINE EXISTING 4" PIPE WITH APPROX. 300 L.F OF NEW 2" HDPE PIPE. N8 SLIPLINE EXISTING 4" PIPE WITH APPROX. 265 L.F OF NEW 2" HDPE PIPE. 1 I ( 181326-21444 VLIEGER 2705 FRASER WY Poo • \ / \ OhP \ \ Ohp 000 / / (181326-21445 ) PONTO 2703 FRASER WY DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/ RECEIPT OF NEW PIPE. ACTUAL LOCATION(S) SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION 0 Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4Yakima, WA 98902 (509) 966-7000 0 FAX (509) 965-3800 JOB NUMBER: DATE. 07037 9-19-07 FILE NAMES. DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY EPC STA. 6+50 TO STA. 12+00 PLAN SHEET 5 OF 12 0 0 Justin on Tue, September 18 2007 P•\Projects\2007\07037\SHEETS.dwg plotted b GROVE OF EVERGREEN TREES STA. 13+33.28 = STA. 30+00.50 S. 27TH AVE NEW 2' H-DPE -4 0 0 E 20 40 TYP (181326-21446 ) LAYN E 2701 FRASER:VVY NOTES. 0 IRRIGATION PIPE LINE SIZE AND LOCATION HAS BEEN BASED ON EXISTING CITY RECORDS AND MAY VARY FROM THE ACTUAL FIELD LOCATION. THE CONTRACTOR SHALL POTHOLE TO VERIFY EXISTING PIPE SIZE AND MATERIAL PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION LINE SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. 0 PROVIDE SURFACE REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AT ALL TIMES. 0 LOCATE EXISTING PIPE BEND, REMOVE SECTION OF EXISTING PIPE AND FITTINGS AND INSTALL NEW 2" HDPE ELBOW(S) AS REQUIRED TO ACHIEVE DEFLECTION NS SLIPLINE EXISTING 4" PIPE WITH APPROX. 40 L.F OF NEW 2" HDPE PIPE. N6 REMOVE EXISTING PIPE AND FITTINGS AS REQUIRED AND INSTALL NEW 2" HDPE 45° ELBOW 0 REMOVE SECTION OF EXISTING PIPE AND INSTALL APPROX. 15 L.F OF NEW 2" HDPE PIPE. �1 Huibregtse, Louman Associates, Inc. '` CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue4•Yokim0, WA 98902 (509) 966-7000 FAX (509) 965-3800 °S70NAL Er - 02 EXPIRES 6, 0008 I S -c 0 S�E S' —i r z m Ln D (P 0 (n m m (n m m —{ 0 REMOVE EXISTING VALVE, VALVE BOX AND PIPING FROM PUMP OUTLET PIPE TO EXISTING DISTRIBUTION PIPING. INSTALL (3) NEW 2" FLG. R.S. GATE VALVES WITH VALVE BOXES, (1) 2" HDPE CROSS AND 2" HDPE FLANGE(S) AS REQUIRED MAKE CONNECTION TO EXISTING 2" STEEL PUMP OUTLET PIPE OUTSIDE OF VAULT WITH 2" TRANSITION COUPLING. SPACE VALVES AS REQUIRED TO PROVIDE ADEQUATE SEPARATION BETWEEN VALVE BOXES. 0 SLIPLINE EXISTING 3" PIPE WITH APPROX. 180 L.F OF NEW 2" HDPE PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER AND CONNECT TO EXISTING SERVICE PIPING (APPROX. 2 THIS SHEET) SEE SERVICE CONNECTION DETAIL ON SHEET 11 REMOVE AND REPLACE EXISTING CHAIN-LINK FENCE AND ROSE BUSHES, AS REQUIRED FOR INSERTION/RECEIPT OF NEW HDPE PIPE SLIPLINE EXISTING 4" PIPE WITH NEW 2" HDPE, SEE SHEET 5 SLIPLINE EXISTING 3" PIPE WITH APPROX. 210 L.F OF NEW 2" HDPE PIPE. DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/ RECEIPT OF NEW PIPE. ACTUAL LOCATION(S) SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION W +++ E EXISTING PUMP WET WELL JOB NUMBER: DATE: 07037 9-19-07 �—A FILE NAMES. DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A S. 27TH AVE. EXISTING IRRIGATION BOOSTER PUMP \iii\�N POyyr \ yam' 'IP' s11‘ m. \`\ \ \ i ENLARGED PUMP STATION VIEW 0 5 10 20 \ �► v \ ',x► \ CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY' ENTERED BY. MTB EPC STA. 12+00 TO STA. 15+50 PLAN SHEET 6 OF 12 Ft on Tue. September 18 2007 of P'\Projects\2007\07037\SHEETS.dwg plotted by: /WA rc'y (181326-21468 ) SIMPSON 802 S 26TH AVE. ( 181326-21467 ) YOUNGBLOOD 804 S. 26TH AVE. S. 26TH AVENUE (181326-21466 ) MC MANIGAL 806 S 26TH AVE. ( 181326-21465 ) ZELZER 808 S. 26TH AVE. EX. RETAINING WALL (EX. 1" G.I ) STA. 1,7±20±' LT, END EX.l3��rWOOD:� TYP x (EX. 3" 55 SS SS /N S7 EX./6" SEWER / DEPj H = ±6.5' SEE 6 EX. WOOD FETE EX. 6" SEWER -NEIN 2"—Hf77PE (EX. 2°'. PVC) (181326-21459 ) MC ELROY 803 S 27TH AVE. NOTES. N1 IRRIGATION PIPE LINE SIZE AND LOCATION HAS BEEN BASED ON EXISTING CITY RECORDS AND MAY VARY FROM THE ACTUAL FIELD LOCATION. THE CONTRACTOR SHALL POTHOLE TO VERIFY EXISTING PIPE SIZE AND MATERIAL PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION LINE SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. N2 PROVIDE SURFACE REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATION(S) WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAP MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/ OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWERMAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AT ALL TIMES. NS LOCATE EXISTING PIPE BEND, REMOVE SECTION OF EXISTING PIPE AND FITTINGS AND INSTALL NEW 2" HDPE ELBOW(S) AS REQUIRED TO ACHIEVE DEFLECTION Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ''Yakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 1 EXPIRES i"'u 0. 2008 1 N10 ( 181326-21460 ) MARSHALL 805 S 27TH AVE. ss SS EX. WOOD FENCE EX. 6" SEWER DEPTH = ±6.8' (181326-21461 ) KLINGELE 807 S 27TH AVE. S. 27TH AVENUE Ss ss EX. 6" SEWER ( 181326-21462 ) OJANEN 809 S 27TH AVE. INSTALL APPROX. 380 L.F OF NEW 2" HDPE IRRIGATION LINE ABANDON EXISTING PIPES IN PLACE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER AND CONNECT TO EXISTING SERVICE PIPING (APPROX. 8 THIS SHEET). SEE SERVICE CONNECTION DETAIL ON SHEET 11 INSTALL NEW SERVICE CONNECTION AT EASEMENT LINE, COORDINATE ACTUAL LOCATION WITH EXISTING SERVICE PIPING LOCATION (APPROX. 2 THIS SHEET) ABANDON EXISTING SERVICE VALVE LOCATION. SEE TYPICAL SERVICE CONNECTION DETAIL. REMOVE EXISTING BLOW OFF VALVE AND INSTALL NEW BLOW OFF/ FLUSHING VALVE ASSEMBLY AT EXISTING CURB AND GUTTER, SEE DETAIL SHEET 12. PROTECT EXISTING TREE AT ALL TIMES DURING CONSTRUCTION SLIPLINE EXISTING 3" PIPE WITH NEW 2" HDPE. SEE SHEET 6 ( 181326-21464 ) EDMONDSON 810 S 26TH AVE. EX. CHAINLINK FENCE t4' d'76 - ss ss EX. WOOD FENCE EX. CONC. CURB & GUTTER SSMH RIM: 1128.0 IE. 1117.5± ( 181326-21463) RAMSEY 811 S 27TH AVE. ARLINGTON STREET O DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/ RECEIPT OF NEW PIPE. ACTUAL LOCATION(S) SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION. JOB NUMBER: DATE. 07037 9-19-07 FILE NAMES. DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A 0 10 20 40 CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY* ENTERED BY MTB EPC STA. 15+50 TO STA. 19+59 PLAN SHEET 7 OF 12 \Projects\2007\07037\SHEETS.dwg plotted by justin on Tue, September 18 2007 at 10:00 AM ARLINGTON STREET (181326-22481 ) CONTRERAS / 2810 FRASER WY 0+0 0 SSMH RIM: 1125.4 IE. 1118.0± EX. CONC. CURB & GUTTER NOTES: EX. TREE/ BRUSH 5 ( 181326-22480 ) BOYD 2808 FRASER WY EX. 6" SEWER ssT"- — ss ss EX. xWOOD FENCE NEW 2" HDPE (EX. 3" WOOD) 0181326-22482 ) MAXEY 810 S. 28TH AVE. ( 181326-22479 ) LESLIE 2806 FRASER WY SSMH ( 181326-22478 ) RIM: 1130.2 TON EY IE. 1121.0± 2804 FRASER WY `ry ( 181326-22483 ) CHURCH 808 S. 28TH AVE. N1 IRRIGATION PIPE LINE SIZE AND LOCATION HAS BEEN BASED ON EXISTING CITY RECORDS AND MAY VARY FROM THE ACTUAL HELD LOCATION. THE CONTRACTOR SHALL POTHOLE TO VERIFY EXISTING PIPE SIZE AND MATERIAL PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION LINE SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACE REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATION(S) WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAP MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/ OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWERMAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AT ALL TIMES. Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING• 801 North 39th Avenue •>Yakima, WA 98902 (509) 966-7000<• FAX (509) 965-3800 07 NEW 2" HDPE (EX. 3" WOOD) ( 181326-22484 ) BUSH 806 S. 28TH AVE. TYP. 0 0 0 X EDGE OF EX. PLANTER ( 181326-22477 ) WILSON 802 S. 28TH AVE. G CONCRETE /;! \ ® / \ \\\_ v \ c \ c \ \ 4 2 EX. 2" GAS EX. 6 W WATER w S. 28TH AVE. ASPHALT r MATCHLINE REMOVE EXISTING BLOW—OFF VALVE AND INSTALL NEW BLOW OFF/ FLUSHING VALVE ASSEMBLY AT EXISTING CURB AND GUTTER, SEE DETAIL SHEET 12. REMOVE EXISTING TREE AND BRUSH TO PROPERTY FENCE AS REQUIRED FOR INSTALLATION OF NEW BLOW OFF/ FLUSHING VALVE ASSEMBLY SLIPLINE EXISTING 3" PIPE WITH APPROX. 170 L.F OF NEW 2" HDPE PIPE. LOCATE EXISTING PIPE BEND, REMOVE SECTION OF EXISTING PIPE AND FITTINGS AND INSTALL NEW 2" HDPE ELBOW(S) AS REQUIRED TO ACHIEVE REQUIRED DEFLECTION OF NEW PIPE. SLIPLINE EXISTING 3" PIPE WITH APPROX. 45 L.F OF NEW 2" HDPE PIPE. SLIPLINE EXISTING 3" PIPE WITH APPROX. 100 L.F OF NEW 2" HDPE PIPE. STA. 24+50 SEE SHEET 9 SLIPLINE EXISTING 3" PIPE WITH APPROX. 65 L.F OF NEW 2" HDPE PIPE. LOCATE EXISTING PIPE BEND, REMOVE SECTION OF EXISTING PIPE AND FITTINGS AND INSTALL NEW 2" HDPE 90° ELBOW SLIPLINE EXISTING 3" PIPE WITH APPROX. 355 L.F OF NEW 2" HDPE PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER AND CONNECT TO EXISTING SERVICE PIPING (APPROX. 8 THIS SHEET). SEE SERVICE CONNECTION DETAIL ON SHEET 11 OP DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/ RECEIPT OF NEW PIPE. ACTUAL LOCATION(S) SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION JOB NUMBER: DATE. 07037 9-19-07 FILE NAMES. DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A m 0 10 20 z 40 =- CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB EPC STA. 20+00 TO STA. 24+50 PLAN SHEET 8 OF 12 on Tue, September 18 2007 at 10:00 AM P.\Projects\2007\07037\SHEETS.dwg plotted by. ju SEE SHEET 8 (181326-21443 FERREIRA 2707 FRASER WY I ( 181326-21444 ) VLIEGER 2705 FRASER WY G I G ( 181326-21449 ) HANCOCK 2706 FRASER WY ` .aa:> _E ' W001 MATCHLINE TYP FEN ( 181326-21445) PONTO 2703 FRASER WY 7 G G 1 G FRASER WAY (181326-214483 JONES 2704 FRASER WY MATCHLINE STA. 28+50 SEE SHEET 6 CONCRETE DRIVEWAY ( 181326-21447 ) ESCHBACH 2702 FRASER WY CO EX. 8" SEWER 01 w SSMH RIM: 1128.8 IE. 1120± CONCRETE ' NEW 2" HDPE (EX. 3" WOOD) r RET—WALL 0 0 0 1 SEE SHEET 10 FOR CONTINUATION Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4. Yakima, WA 98902 (509) 966-7000* FAX (509) 965-3800 [EXPIRES 6, 0008 1 _tI CARPORT NEW 2" HDPE (EX. 3" WOOD) EX. PRIVATE IRRIG. VALVE EX. CONC. CURB & GUTTER[ SSMH RIM: 1132.4 IE. 1124.9± EX. CONC. CURB & GUTTER JOB NUMBER: DATE. 07037 9-19-07 FILE NAMES: DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A W _ E 10 20 40 NOTES. 0 IRRIGATION PIPE LINE SIZE AND LOCATION HAS BEEN BASED ON EXISTING CITY RECORDS AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL POTHOLE TO VERIFY EXISTING PIPE SIZE AND MATERIAL PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION LINE SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACE REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CIT3) SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATION(S) WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAP MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/ OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWERMAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AT ALL TIMES. N5 SLIPLINE EXISTING 3" PIPING WITH NEW 2" HDPE PIPE. 0 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER AND CONNECT TO EXISTING SERVICE PIPING (APPROX. 5 THIS SHEET) SEE SERVICE CONNECTION DETAIL ON SHEET 11 0 LOCATE AND REMOVE EXISTING TEE AND INSTALL NEW 2" HDPE TEE AND (2) EA. 2" FLANGED R.S. GATE VALVES WITH VALVE BOXES. 0 LOCATE EXISTING PIPE BEND, REMOVE SECTION OF EXISTING PIPE AND FITTINGS, AND INSTALL NEW 2" HDPE 90• ELBOW N9 SLIPLINE EXISTING 3" PIPE WITH NEW 2" HDPE. SEE SHEET 6 (N10� INSTALL NEW 2" HDPE PIPE. SEE SHEET 10. PO DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/ RECEIPT OF NEW PIPE. ACTUAL LOCATION(S) SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY. MTB ENTERED BY EPC STA. 24+50 TO STA. 28+50 PLAN SHEET 9 OF 12 ed by justin an Tue, September 18 2007 at ( 181326-21452 ) ( 181326-21457 ) IRR N STREET ( 181326-21453 ) HURLBURT 811 S 28TH AVE. EX. CONC. CURB & GUTTER SSMH RIM: 1121 4 IE. 1113.1± `!I L ss o+oom®Em��pgzg ,.22=1 S. 28TH AVENUE SMITH 809 S 28TH AVE. 55 55 EXE. 8" SEWER SS H SS 00 ( 181326-21451 ) JONES 807 S 28TH AVE. TYP EX. WOOD FENCE _ x IRTII-.]�L� IRR i� Z N—JJ I..V ( 181326-21454 ) MARSH 812 S 27TH AVE. NOTES: ( 181326-21455 ) PITT 810 S 27TH AVE. S. 27TH AVENUE IRRIGATION PIPE LINE SIZE AND LOCATION HAS BEEN BASED ON EXISTING CITY RECORDS AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL POTHOLE TO VERIFY EXISTING PIPE SIZE AND MATERIAL PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION LINE SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACE REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATION(S) WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAP MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/ OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWERMAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AT ALL TIMES. ( 181326-21450 ) WOODWARD 805 S 28TH AVE. SSMH v, RIM: 1128.8 IE. 1120± 55 2 SSI 00 „, iP IRR LI +� RR i' 1; : ,; (-ERTS-7/7,—�I� '^ \II ( 181326-21456 ) PORTER 808 S 27TH AVE. EX. 8" SEWER BRIGGS 806 S 27TH AVE. EX. PRIVATE IRRIG. VALVE LO • «_ STA. 42+90 00 = STA. 25+87 20 0 REMOVE EXISTING BLOW OFF VALVE AND INSTALL NEW BLOW OFF/ FLUSHING VALVE ASSEMBLY AT EXISTING CURB AND GUTTER, SEE DETAIL SHEET 12. N6 INSTALL APPROX. 270 L.F OF NEW 2" HDPE PIPE. ABANDON EXISTING PIPES IN PLACE. N7 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER AND CONNECT TO EXISTING SERVICE PIPING (APPROX. 6 THIS SHEET) SEE SERVICE CONNECTION DETAIL ON SHEET 11 REMOVE AND REPLACE EXISTING GARBAGE CAN HOLDER AS REQUIRED FOR REMOVAL AND INSTALLATION OF BLOW OFF/ FLUSHING VALVE ASSEMBLY 0 SEE SHEET 9 FOR CONTINUATION DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/ RECEIPT OF NEW PIPE. ACTUAL LOCATION(S) SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION m 0 10 20 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 JOB NUMBER: DATE. 07037 9-19-07 FILE NAMES: DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB EPC STA. 40+00 TO STA. 42+90 PLAN HEETS.dwg plotted by justin on Tue, September 18 2007 SHEET 10 n 0 OF 12 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6_ LENGTH VARIES NOTE. 1 1/2" HMA FOR VEHICLE TRAFFIC AREAS NOTE. FOR NON -VEHICLE TRAFFIC AREAS CONCRETE VALVE BOX EXISTING CAPS TO BE PROVIDED GROUND BY THE CITY SEE PLAN �Z ce -' FINISHED GRADE ±6" CL 3/8"' PG 64-28 PAVED UNPAVED CAST IRON LID W/ "IRR" "IRRIGATION" a CL 3000 CEMENT CONCRETE FULL DEPTH OF PVMT AREAS FINISHED GRADE AREAS OR MIN. 6"THICK CL 3000 CEMENT CONCRETE z Q I +LI o w I-III--III-I -III '141111111g111111111-=111-R11�IJII�II = 'EWE IL11I =1 IL -III -EWE' IHII 711=1 II III 1=I VIII III -I - - I -III -III -III -I' IIHIL=III--"'III=III=III=U'" -III-11' "'_'�'_"'_- III=11 HETI= =1 IIJIE FOR LAWNS OR 111=1 UNSURFACED AREAS, 11=111= INSTALL 5' DIA. 111-aSCH. 40 PVC PIPE, VIII° LENGTH AS REQUIRED I1-=1 Ili li a NOPE o zo c� 1 INALLOTRAFFCEAREAISSANDE TYPE 2 IN NON -TRAFFIC AREAS. SEE DETAILS. w ol LESS 1 1 2' �Q" / v / * ,�, i d - • , _ • F`%�" 3/4" HDPE TAPPING TEE LOCATING WIRE SECURE N / /;\K\'`•� !��.�i a> i i ivy! SERVICE SADDLE FUSED CONNECTION SEE SERVICE SADDLE CONNECTION DETAIL. 3/4" SERVICE PIPE SDR -9 CTS 200 LB POLYETHYLENE- OLYETHYLENE OR EQUAL. TYPICAL TO SIDE OF VALVE BOX AS APPROVED BY ENGINEER. w M z %\\\\\/A1 •.•,, %T`^� >\i UPPER TYPE C.I. VALVE E BOXLNG J> =‘,.„\./ (RICINCHODEHIGH) -B %< 1 y\. \� ^/\%. LOWER SECTION RICH MODEL, HEIGHT �_ SLOPE TO DRAIN •,..41,........____ s SLOPE TO DRAIN EQUIREMENT VARIES) ■ o- 1111 I: II _____L_ 0PE EXISTING �`..,,, RECEIVING PIPE BEYOND NEW HDPE IRRIGATION MAIN TYPICAL SERVICE /4" CURB STOP VALVE FOR NEW HDPE SERVICE LATERAL. PIPE FORD B66 -333-G EXTEND FOR CONNECTION TO OR APPROVED EQUAL. EXISTING SERVICE PIPING. EXISTING PIPE MATERIALS MAY VARY USE FITTINGS AS REQUIRED FOR A COMPLETE, LEAK PROOF CONNECTION. INSTALLATION Q d401 a TYPE 2 SEE TYPICAL SERVICE INSTALLATION DETAIL VALVE BOX C�1\\I d TYPE 1 VALVE SEE TYPICAL SERVICE INSTALLATION DETAIL BOX NOT TO SCALE NOT TO SCALE NOT TO SCALE _• PAYMENT LINE LIMIT FOR ALL 3/4 -INCH HDPE TAPPING TEE WITH FULL CIRCLE SERVICE SADDLE III CAST IRON LID W/ 1 1/2" HMA CL 3/8" "IRR" OR "IRRIGATION" SAW CLASS 3000 CEMENT CONCRETE CUT 4. 2 -0 j FULL LLION PTH OF PAVEMENT RENCH 1'-0" TSURFACING REPAIR PIPE O.D. + 24" 1-0" HMA FUSED CONNECTION. . �■� MAX. SEE DETAILS FOR SURFACING REPAIR MAX. � N5 N, V NT �''' TOP OF SUBGRADE EXISTING 6" MIN. LOWER SECTION (RICH WIIWII� CAST IRON LID W/ "IRR" OR "IRRIGATION" IN --II • —_ PAVEMENT 2' UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940-B, 18 INCHES HIGH) VALVE NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 -INCHES HIGH) 6" THICK CLASS O" .� 3000 CEMENT CONCRETE RECEIVING PIPE BEYOND NEW HDPE IRRIGATION MAIN SECTION m \,,,,,„:„.„<x„.i %i T`T; i `, n z \ w z \ CC w z = d N 3 co x o , < a > o_ a w �•• •�� "-1 ALTERNATE BACKSLOPE AT CONTRACTOR'S OPTION ':\ CONTRACTOR :`i� RESPONSIBLE FOR ALL LTRENCH >>ij 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 0 m N x F).) 0 0 a F I I-- O I ©©O 4 _ _ 5 OO _ 1 _ I 0 I 11 HMA PATCH . EXISTING PAVEMENT SURFACING DEPTH VARIES GRAVEL REPAIR EXISTING GRAVEL ING DEPTH 1'-0" PAYMENT LIMITS EXCAVATION ► 1'-0" 1'-0" . PAYMENT LIMITS ► 1=p" VARIES 1'-0" PAYMENT LINE TSYMMETRICAL ABOUT —" OF PIPE .4 (MIN) ► .... EXCAVATION PAYMENT LINE _ ' (MIN) AMIE HMA REPAIR, TYPE 1 ALLEYWAYS, DRIVEWAYS, AND OTHER AREAS DIRECTED BY THE ENGINEER. ...k> 2" HMA CL 3/8° //� PG 64-28 \j • 6" CSBC HMA REPAIR, TYPE 2 STREETS AND OTHER AREAS DIRECTED BY THE ENGINEER. SELECT (BASE HOT MIX ASPHALT /\\% BACKFILL `/v COURSE) —ALTERNATE AT CONTRACTORS HOT MIX ASPHALT SURFACING UNSURFACED REPAIR j\ ,/< BACKSLOPE �\i OPTION �\moi 3" CRUSHED SURFACING /\/ TOP COURSE ALTERNATE BACKSLOPE AT CONTRACTORS OPTION GRAVEL SURFACING NOTES. I __ I I 111 G IBM IEC�IM(IIR I I I I -;IpI11I - ® s .1C 1 � 1 0 �` i0�1 I 0 MI I L , 1 L J 1 2" HDPE IRRIGATION MAIN. 2 2" FPT x SLP COUPLING. 10 2" THREADED BALL VALVE.\�i\\/a 4 2" G.I. NIPPLE, TYPICAL. U © 2" G.I. UNION. PLAN 111 • 3" HMA CL 3/8" PG 64-28 • 6" SELECT BACKFILL (CSBC) 1,-O" PAYMENT LIMITS EXCAVATION 1'-0" _ 1'-0" 1 CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION PAYMENT LINE _ BEYOND THE PAYMENT LIMITS SHOWN, EXISTING GROUND INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH / /, �\�.//\/ // �/\\/j\� \ \S� \i\ \� 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN / SIDES AT THE CONTRACTORS OPTION. NO MEASUREMENT OR PAYMENT WLL BE MADE FOR SURFACE REPAIR BEYOND THE PAYMENT LIMITS. REMOVED DURING TRENCHING OPERATIONS. REPLACE TO MINIMUM THICKNESS SHOWN. _ /� IF EXISTING GROUND SURFACE ADJACENT�FOR TO TRENCH DOES NOT INCLUDE SILT /�/AREAS. OVERBURDEN, THEN BACKFILL TO SURFACE �/j WITH NATIVE MATERIAL EXCAVATED FROM �\ TRENCH. 2. NO MEASUREMENT OR PAYMENT WIL BE MADE TRENCH SURFACING REPAIR IN UNSURFACED LRNATEBACKSLOPE AT CONTRACTORS OPTION UNSURFACED AREAS SURFACING REPAIR 2" x 2" x 1" G.I. TEE. 2" G.I. 45' ELBOW. 0 2" G.I. PIPE. 0 PROVIDE RECTANGULAR HDPE VALVE BOX, MODEL MSBC 1730-18, AS MANUFACTURED BY MID -STATE PLASTICS, INC., OR APPROVED EQUAL. SUPPLY VALVE BOX WITH SOLID CAST IRON LID MARKED "IRRIGATION" 0 12" MIN. DEPTH DRAIN ROCK BELOW VALVE BOX. 2" G.I. B.O. PIPE CAST INTO NEW CEMENT CONCRETE CURB AND GUTTER. ® 1" G.I. NIPPLE. 1" BRASS BALL VALVE. ® 2'-0" NOT TO SCALE * PANEL SIZE MAY EXCEED * 10' WHERE MATCHING o• EXISTING CONDITIONS OR 4 ✓'4 s AS DIRECTED BY THE 44, St_.' - ENGINEER. <4 s CONCRETE �� * AS DIRECTED DEPENDING UPON DRIVEWAY BEYOND BY ENGINEER. MAY VARY GRADE OF SIDEWALK AND CURB. r 1 I 1/2" R 1 1 = D' COMPACTED ``` /J DEPTH CSTC ` 0 0 0 2" MAX. CONSTRUCTION �, JOINT � m < n I • 4" THICK CONCRETE SLAB SECTION AT SIDEWALKS AND OTHER AREAS AS DIRECTED BY THE ENGINEER • 6" THICK CONCRETE SLAB SECTION AT DRIVEWAYS _ --monsiMIL. 18" 111 =0 II=111=111= ° -' ABOVE 111 111-1 I 1 111-111- TI -II 11 FLOWLINE :=1,- 1 11111111 © ©O AND OTHER AREAS AS DIRECTED BY THE ENGINEER. ALL 6" THICK CONCRETE SLABS SHALL HAVE #4 REBAR AT 12" O.C. EACH WAY 2-#4 BARS DEPRESSED — TYPE D °O 111111 O O © 1 III © O • • , O IE�I�I�IEI01E11E1.1115 .1 1=11= 1, CONC. SLAB SECTIONS ---5 1/2" =11 1 EHIEI I 111-111 -111=11 oa°o oo oa �o o OQ o 06 O o0o 00 X000 050g =1111=1 a l-- NOT TO SCALE 1" R. 1/2" R 27 NOTES. 0 1" BATTER 1" R. 1/2" R III=11t-III-1 HIE111III111 11 11 -III -III -III -III -1' =ITI=1 T =I I EI I E111=111=I I E111L-I 11=111=111=1 I I" 11=111=111=111=111=111=T1-111=111=11 E111=1 I F "UI Ji - "' - "=1i1=111111 -T SECTION A -A THROUGH JOINTS WITH 3//8" JOINT MATERIAL SHALL BE PLACED AT 26'INTERVALS. 1 1/2" DEEP DUMMY JOINTS SHALL BE N 6 1/2" � THROUGH JOINTS ON EACH SIDE OF AND SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. "V" BE PLACED AT 5' • ' • ' ' ' n AROUND EACH UTILITY APPURTENANCE. ® GROOVES SHALL INTERVALS. BLOW OFF/ FLUSHING VALVE DETAIL "V" 18" ALL JOINTS GROOVES, AND EDGES SHALL A L"BERUNSHED WITH AN EDGER HAVING 1/SEE FULL HEIGHT — TYPE A PLANS FOR WIDTH AND POSITION OF SIDEWALK. CONC. SLAB JOINTING STANDARD CONCRETE CURB & GUTTER NOT TO SCALENOT SCALE NOT TO SCALE TO Nuibregtse, Loumall Associates, Inc. NoEL T g f �y, v , r�, Q , : + ref � �!4!C/44E0 4''' /ONAL''' As 07 JOB NUMBER: 07037 DATE. 9-19-07 CITY OF YA K BRACKETT PARK IRRIGATION IMPROVEMENTS I M A SYSTEM SHEET 12 OF 12 FILE NAMES. DRAWING. SHEETS.dwg PLAN: N/A PROFILE. N/A CIVIL ENGINEERING •LAND SURVEYING • PLANNING 801 North 39th AvenueaYakima, WA 98902 DESIGNED BY. MTB ENTERED BY. EPC DETAILS (509) 966-7000' FAX (509) 965-3800 REVISION DATE !EXPIRES y,.... 6, 1008 I 0 0 m N x F).) 0 0 a X -zoo? -33 AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 1 This Addendum, hereinafter identified as Addendum No. 1, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 22nd day of March, 2007, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the parties_.. hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2 SCOPE OF SERVICES 2.1 Basic Services: ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 1 Exhibit A - Brackett Park Irrigation System Improvements. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS: For the services described in the attached Addendum No..1 Exhibit A; compensation shall be on a time spent plus expenses with estimated fees shown on the attached Addendum No. 1 Exhibit B, at the ENGINEER's normal hourly billing rates shown on Exhibit C. SECTION 7 PROJECT SCHEDULE AND BUDGET Add the following: 7.3 The ENGINEER shall complete the design and final plans and specifications for the Brackett Park Irrigation System Improvements, ready for bid advertisement by September 14, 2007. IN WI ESS WHET EO the parties hereto duly enter into and execute this Addendum No. 1, as of this day of tt1''1i1--, 2007. TY OF YAKIMA HUIBRGTSE,.LOUMAN ASSOCIATES, INC. - Signature Printed Name: R.A. Zais, Jr. Si ature Printed Name: 'Jeffrey T. Louman Title: Title: City Manager Date: y04mc1114,4 A__Alt.r..eal Attest City Clerk l' * � ; -8"SEAL President Date: `SHING� City Contract No. ' cD7—Z� '� ""Resolution No. la— 53 G:\PROJECTS\2004\04056\ADDENDUM NO. 1 doc Page 1 of 5 ADDENDUM NO. 1 EXHIBIT A CITY OF YAKIMA SCOPE OF WORK BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS This scope of work shall include the furnishing of all services, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter, for the following irrigation pipe replacement project: The Brackett Park Irrigation System Improvements within the City of Yakima. The project is generally bounded to the north by the Naches-Cowiche Canal, to the south by Arlington Street, to the west by 30th Avenue, and to the east by 26th Avenue. The system includes replacement of approximately 3,000 linear feet of existing 1 -inch, 3 -inch and 4 -inch irrigation pipelines. ASSUMPTIONS: This scope of work is prepared and offered with the following understanding • CITY shall provide full information as to project requirements • CITY shall assist the ENGINEER by placing at his disposal all available information pertinent to the Project including previous reports, drawings, plats, surveys, easements, utility records, and any other data relative to design and construction of the Project. • CITY shall provide all easements and rights of way necessary for replacement/installation of these irrigation pipelines. • CITY shall examine all studies, reports, sketches, estimates, specifications, drawings, proposals, and other documents presented by the ENGINEER and render decisions in writing pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. • CITY shall advertise for meetings and pay for all costs incident thereto. •: CITY shall make contact with and provide information to all affected property owners and coordinate required meetings. • CITY shall obtain approval of all governmental authorities having jurisdiction over the Project and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 1. PROJECT MANAGEMENT A. The project manager will coordinate ENGINEER's design with CITY staff to ensure work is completed on schedule, is technically competent, and meets the CITY's needs B. Attend up to two (2) project meetings with CITY staff to coordinate design aspects of the project with the CITY. G'\PROJECTS\2004\04056\ADDENDUM NO 1 .doc Page 2 of 5 C Attend up to two (2) neighborhood meetings, in support of the CITY to address technical aspects of the work related to design and final plans and specifications for the Project. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Perform necessary field investigations to design the project. Thirty-two (32) hours of field surveying is anticipated and included in the estimate of professional services fees B Evaluate alternatives for replacement of the identified irrigation pipelines. C. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans D. On the basis of approved preliminary plans, perform the final design and prepare complete Plans and Specifications for bid call on the proposed work, as authorized by the CITY Plans will include plan view and details only. No profile views will be included. E Furnish the CITY a reproducible original of the final Plans and Specifications F Print up to thirty (30) copies of the final.plans and specifications and distribute to contractors, subcontractors, suppliers, plan centers, government agencies, and others with interest in the project. G. Furnish to the CITY engineering data for and assist in the preparation of the required documents so the CITY may secure approval of such governmental authorities as have jurisdiction over design criteria applicable to the Project. H. Answer and supply such information as is requested by prospective bidders. Prepare and issue addenda, if necessary. J Prepare the ENGINEER's estimate of construction cost. K. Attend bid opening and participate in the bid opening and evaluation process. L. Prepare tabulation of all bids received by the CITY and review bidder's qualifications M. Make recommendation of construction contract award to the lowest responsible bidder. G.\PROJECTS\2004\04056\ADDENDUM NO 1.doc Page 3 of 5 ADDENDUM NO. 1 EXHIBIT B BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS Professional Fees Compensation for professional services for Design and Final Plans and Specifications will be on a time spent plus expenses basis at the ENGINEER'S normal hourly rates shown on Exhibit D The following spreadsheet shows the estimated time and expenses to perform this Design and Final Plans and Specifications The maximum amount of compensation to the ENGINEER for this Design and Final Plans and Specifications will be $24,004 00 This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER PROJECT TITLE. BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS CLIENT CITY OF YAKIMA JOB NUMBER. 07035 Huibregtse, Louman Associates, Inc. DATE March 15, 2007 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Licensed Principal Engineer Project Engineer Principal Land Surveyor CAD Technician 2 -Man Survey Party Word Processing Technician TOTAL HRS TASK DIRECT COSTS $136 $94 $126 $82 $150 $55 1 Orientation and research 2 4 0 0 0 0 6 648 00 2 Evaluate alternatives 2 6 0 0 0 0 8 836 00 3 Prepare plan base maps 0 6 0 16 0 0 22 1,876 00 4 Preliminary design and details 4 24 6 48 32 0 114 12,292.00 5 Participate in neighborhood meetings 2 4 0 2 0 2 10 922 00 6 Final plans/specs 2 20 2 24 0 6 54 4,702.00 7 Bidding process 2 4 0 0 0 2 8 758 00 8 Open and evaluate bids 2 2 0 0 0 2 6 570 00 Labor Subtotal 16 70 8 90 32 12 228 $22,604 00 EXPENSES hours $/hr Computers 0 00 Travel: Cost/ Unit Air Trips Ground Trp Days Trip Miles Air Travel $0 00 0 00 Mileage $0 00 0 00 Meals/Lodging $0 00 0 00 Misc. expenses ADVERTISEMENT 600 00 TELEPHONE 000 POSTAGE 0 00 PRINTING 800 00 G.\PROJECTS\2004\04056\ADDENDUM NO 1 doc Page 4 of 5 TASK NO PROJECT TASK Licensed Principal Engineer Project Engineer Principal Land Surveyor CAD Technician 2 -Man Survey Party Word Processing Technician TOTAL HRS TASK DIRECT COSTS $136 $94 $126 $82 $150 $55 SUB -CONSULTANTS None Anticipated x 1 1 Subtotal - Labor $22,604 00 Subtotal - Expenses 1,400 00 Subtotal - Subconsultants 0 00 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $24,004 00 G:\PROJECTS\2004\04056\ADDENDUM NO 1.doc Page 5 of 5 AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 3 This Addendum, hereinafter identified as Addendum No. 3, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 22nd day of March, 2007, Addendum No. 1 executed on April 5, 2007, and Addendum No. 2 executed on September 17, 2007, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2 - SCOPE OF SERVICES 2.1 Basic Services: ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 3 Exhibit A: Brackett Park Irrigation System Improvements = Engineering Services During Construction. SECTION 5 - COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS: For the services described in the attached Addendum No. 3 Exhibit A, compensation shall be on a time spent plus expenses basis with estimated fees shown on the attached Addendum No. 3 Exhibit B at the ENGINEER'S normal hourly billing rates shown on Exhibit C of the original agreement. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 3, as of this 22-^'' day of /(arch , 2007. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature \ J Printed Name: R.A. Zais, Jr. Title: City Manager Date: Attest: City Clerk City Contract No. 2007-20 Resolution No. R-2007-33 G:\PROJECTS\2007\07037-MAPS Addendum No. 3.doc Printed Name: Jeffrey T. Louman Title: President Date: 9/z4) 7 Page 1 of 5 ADDENDUM NO. 3 EXHIBIT A CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS ENGINEERING SERVICES DURING CONSTRUCTION SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Brackett Park Irrigation System Improvements This scope of work shall include the furnishing of engineering services during construction, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter, for the following irrigation pipe replacement project: Brackett Park Irrigation System Improvements: City of Yakima Project No. IR2179 Irrigation system improvements including sliplining approximately 2,160 linear feet of new 2" HDPE pipe in existing pipes; abandoning existing pipes and installing approximately 900 linear feet of new 2" HDPE pipe; and installing approximately 45 service connections. Work includes installation of new mainline valves, service valves, blow off/flushing valve assemblies, and service pipes; connection to existing booster pump station; abandonment and/or removal of existing pipe and valves; surface restoration including asphalt pavement, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns; and other related improvements. 3. SERVICES DURING CONSTRUCTION A. Furnish a qualified resident engineer who shall make construction observations and be on the job at all times that significant work is in progress, whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Specifications. B. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. C. Consult and advise the CITY during construction and make a final report of the completed work. D. Monitor the construction contractor's compliance with State labor standards. E. Review Contractor's submission of samples and shop drawings, where applicable. F. Recommend progress payments for the construction contractor to the CITY. G. Prepare and submit proposed contract change orders when applicable. H. Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the City's construction contractor. G:\PROJECTS\2007\07037-C\APS Addendum No. 3 doc Page 2 of 5 TIME OF PERFORMANCE Engineering Services During Construction for this Brackett Park Irrigation System Improvements Project shall begin upon construction contract award by the CITY to the lowest responsible bidder (anticipated October 2007) and extend through construction contract completion (anticipated April 15, 2008). It is anticipated that construction may be temporarily suspended for extended periods during winter months and that this project will not take more than forty (40) working days. G:\PROJECTS\2007\07037-C\APS Addendum No. 3.doc Page 3 of 5 ADDENDUM NO. 3 EXHIBIT B BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS Engineering Services During Construction Fees Compensation for professional engineering services during construction will be on a time spent plus expenses basis at the ENGINEER's normal hourly rates shown on Exhibit C of the original agreement. The following spreadsheet shows the estimated time and expenses to perform engineering services during construction for this project. The maximum amount of compensation to the ENGINEER for engineering services during construction will be $45,106.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: Brackett Park Irrigation System Improvements CLIENT. CITY OF YAKIMA JOB NUMBER: 07037-C Huibregtse, Louman Associates, Inc. DATE: September 20, 2007 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Project Engineer CAD Opera tor Resident Engineer/ Inspector Clerical TOTAL HRS TASK FEES $141 $117 $97 $85 $81 $57 1 Construction Observation 8 0 32 0 300 0 340 28,532.00 2 Construction Administration 8 0 24 0 0 4 36 3,684.00 3 Submittal Review 2 4 8 0 4 4 22 2,078.00 4 State Labor Standards Compliance 0 0 24 0 0 4 28 2,556.00 5 Progress Reports 2 0 8 0 8 4 22 1,934.00 6 Progress Payments 2 0 8 0 8 4 22 1,934.00 7 Change Orders 2 0 4 0 4 4 14 1,222.00 8 Record Drawings 0 4 4 16 6 2 32 2,816.00 Labor Subtotal 24 8 112 16 330 26 516 44,756.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $150.00 150.00 Meals/Lodging $0.00 0.00 Misc. expenses: FAX 0.00 TELEPHONE 0.00 G:\PROJECTS\2007\07037-C\APS Addendum No. 3.doc Page 4 of 5 PROJECT TITLE: Brackett Park Irrigation System Improvements CLIENT: CITY OF YAKIMA POSTAGE 0.00 PRINTING 200.00 SUB -CONSULTANTS: None Anticipated 0.00 x 1.1 0.00 Subtotal - Labor $44,756.00 Subtotal - Expenses $350.00 Subtotal - Subconsultants 0.00 Total - ENGINEERING SERVICES DURING CONSTRUCTION $45,106.00 G:\PROJECTS\2007\07037-C\APS Addendum No 3.doc Page 5 of 5 NOTES' 1. THIS AERIAL PHOTOGRAPH 15 SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS, VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REOUIREMENTS FOR THIS CONTRACT IN ACCORDANCE W1-01 SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO THE GENERAL NOTES ON SHEET 2. 2. THE PIPING LAYOUT 15 SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. LEGEND SLIPLINE WPo0A1O PIPE mI •I Inemem1- ABMgON E05T. IRRIGA1109 PIPE AND MSTALL NEW ARRICATICH PIPE .4040 Hnibregtse, Lohman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 16919 3911 Avenue 0Yukimo. WA 98902 (509) 966-7000* FAX (509) 965-3800 kw.° l•- 0 0.0 1 JOB KM8ER: DATE 07037 9-19-07 EYE NAMES DRAWING SNEETSdwg PLAN: N/A PROBE: N/A CITY OF YAKIMA BRACKETT PARK IRRIGATION SYSTEM IMPROVEMENTS REVISION 0A1E 0ESIONED BY: NIB ENTERED BY: EPC OVERALL PLAN AND AERIAL PHOTOGRAPH P:\Pref.c..\2001\07