Loading...
HomeMy WebLinkAboutR-2007-033 Capitol Hill Irrigation System Improvements Agreement with TTCCITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS City Project No. 2257 HLA Project No. 09041 "ORIGINAL - CITY OF YAKIMA" Construction Contract Specifications & Bid Documents SEPTEMBER 2009 City of Yakima 129 North Second Street Yakima, WA 98901 Huibregtse Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 ADDENDUM NO. 2 To the Contract Provisions for City of Yakima CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS HLA Project No. 09041 BID OPENING: September 30, 2009 10:00 a.m. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: PLANS ITEM 1 — PLAN SHEETS 10 AND 11 Add the following note to Plan Sheets 10 and 11: In addition to other areas shown on the Plans, the Contractor is advised W. Chestnut Avenue, from S. 12th Avenue to S. 18th Avenue, is a concrete street with a bituminous surface course. The plans incorrectly show the street surface as "Asphalt." This ADDENDUM is to be considered as much a part of the contract provisions as if it were in- cluded in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Michael T. Battle, P Huibregtse, Louman Associates, Inc 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 G\PROJECTS\2009\09041\Addendum No. 2.doc 1 Date 7/2S/a`j ADDENDUM NO. 2 ADDENDUM NO. 1 To the Contract Provisions for City of Yakima CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS HLA Project No. 09041 BID OPENING: September 30, 2009 10:00 a.m. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: SECTION 5 - LABOR STANDARDS AND WAGE RATES ITEM 1 — LABOR STANDARDS AND WAGE RATES Replace this section with the attached SECTION 5 — LABOR STANDARDS AND WAGE RATE CONDITIONS. SECTION 6 — TECHNICAL SPECIFICATIONS ITEM 2 — SECTION 1-04.4(1) MINOR CHANGES Revise the first sentence of the first paragraph to read as follows: Payments or credits for changes amounting to $15,000.00 or less may be made under the bid item "Minor Change " ITEM 3 - SECTION 1-04.11 FINAL CLEANUP Delete the second paragraph in entirety. ITEM 4 — SECTION 1-07.29 NOTIFYING PROPERTY OWNERS Revise the last sentence of the first paragraph to read as follows: If personal contact with the occupant is not possible, the Contractor shall leave written notification in both English and Spanish; the property owner notification requirement shall be coordinated with the Owner. ITEM 5 — SECTION 1-09.3(1) DESCRIPTION OF BID ITEMS (NEW SECTION) Add the following to bid item description #11, "Trench -Inch PVC Pipe," per linear foot: "This item shall also include furnishing and installing all pipe and fittings for drain con- nections to manholes." G.\PROJECTS\2009\09041 \Addendum No 1 .doc 1 ADDENDUM NO. 1 Revise the bid item description for #14 to "_-Inch Gate Valve," per each in lieu of "Gate Valve " PLANS ITEM 6 — PLAN SHEET 27 OF 27 Add the following note to the Capitol Hill/Loma Vista Irrigation Headworks Box Detail: The Contractor shall saw cut the existing concrete headworks box top slab and remove the existing steel frame and lid; and furnish and install a lockable Halliday S1S3642 with removed bottom flange or approved equal. Contractor shall be responsible to coordinate installation requirements with the hatch manufacturer prior to construction. This ADDENDUM is to be considered as much a part of the contract provisions as if it were in- cluded in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Michael T. Battle, PE Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 G\PROJECTS\2009\09041\Addendum No 1 doc 2 /z A, Date ADDENDUM NO. 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 CONTRAC- TOR 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:\PROJ ECTS\2009\09041 \09041-S PECS.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 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $3161 1H 5D BOILERMAKERS JOURNEY LEVEL $53 61 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $38.62 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8 55 1 SHAMPOOER $11 14 1 WAXER $8 55 1 WINDOW CLEANER $9 14 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $37.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $47 36 1M 5D CARPENTER $37.22 1M 5D CREOSOTED MATERIAL $37.22 1M 5D DRYWALL APPLICATOR $37.22 1M 5D FLOOR FINISHER $37.22 1M 5D FLOOR LAYER $37.22 1M 5D FLOOR SANDER $37.22 1M 5D MILLWRIGHT $48.36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47 56 1M 5D SAWFILER $37.22 1M 5D SHINGLER $37 22 1M 5D STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37.22 1M 5D CEMENT MASONS JOURNEY LEVEL $35 30 1N 5D DIVERS & TENDERS DIVER /44##/14# 1M 5D 8A DIVER ON STANDBY $56 68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $50 72 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49 06 1T 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $49 62 1T 5D 8L LEVERMAN, HYDRAULIC $51 19 1T 5D 8L Page 1 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MAINTENANCE $49 06 1T 5D 8L MATES $49 57 1T 5D 8L OILER $4919 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31 71 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 1 ELECTRICIANS - INSIDE CABLE SPLICER $51 64 1E 5A JOURNEY LEVEL $49 84 1E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54 59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 33 4A 5A POLE SPRAYER $54 59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $64 81 4A 60 MECHANIC IN CHARGE $70 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 72 1 LABORER $8 55 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $29 65 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $973 1 Page 2 1 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Flo C_o q. bode GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8 55 1 1V TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48 72 10 5A LABORERS ALL CLASSIFICATIONS $18 12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $31 61 1H 5D PIPE LAYER $32,16 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 $37.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 MODULAR BUILDINGS JOURNEY LEVEL $14 11 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $46 63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $61.24 2V 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $47 12 1T 50 8P BUMP CUTTER $49 90 1T 5D 8P CABLEWAYS $50 39 1T 5D 8P Page 3 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE C Code Code CHIPPER $49 90 1T 5D 8P COMPRESSORS $47 12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47 12 1T 5D 8P CONCRETE PUMPS, $49 48 1T , 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P CONVEYORS $49 48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A -FRAME, OVER 10 TON $49 48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49 90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50 39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50 94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50 94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51 51 1T 5D 8P CRUSHERS $4990 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZERS, D-9 & UNDER $49 48 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P DRILLING MACHINE $49 90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 48 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49 90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $47 12 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $49 48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50 94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50 94 1T 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P MOTOR PATROL GRADER (NON -FINISHING) $49 48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $50 39 1T 5D 8P Page 4 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47 12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49 48 17 5D 8P POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P POWER PLANT $47 12 1T 5D 8P PUMPS, WATER $47 12 1T 5D 8P QUAD 9, D-10, AND HD -41 $50 39 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $50 39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P ROTO -MILL, ROTO -GRINDER $49 90 1T 5D 8P SAWS, CONCRETE $49 48 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P SCREED MAN $50 39 1T 5D 8P SHOTCRETE GUNITE $47 12 1T 5D 8P SLIPFORM PAVERS $50 39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50 39 1T 5D 8P SUBGRADE TRIMMER $49 90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HP & UNDER) $49 48 1T 5D 8P TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P TRENCHING MACHINES $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49 90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49 90 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39 33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37 85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26 58 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $61.24 2V 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29 00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14 58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $1186 1 Page 5 YAKIMA COUNTY EFFECTIVE 09-02-2009 Classification RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL 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 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL 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 STREET AND PARKING LOT SWEEPER WORKERS 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 Page 6 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE c__ 4 Code od $19 08 1 $21 98 1 $22.43 1B 61 $10 00 1 $8 55 1 $13.89 1 $15 56 1 $34 85 1X 5A $17 55 1 $17 00 1 $8.55 1 $32.52 2P 51 $35 52 2P 51 $48 01 1X 5A $14 65 1 $14 65 1 $23 11 1N 5A $8 55 1 $46 30 1R 5Q $13.23 1 $8 55 1 $9.25 1 $12.05 1 $15 05 1 $20 00 1 $32.27 2B 5A $18 10 2B 5A $30 94 2B 5A $30 02 2B 5A YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Lo e Code Code SPECIAL APPARATUS INSTALLER] $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31 62 28 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A TELEVISION GROUND PERSON $17 18 2B 5A TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27 09 28 5A TELEVISION TECHNICIAN $24 35 2B 5A TREE TRIMMER $30 02 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $30 37 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $26.29 1M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38 90 1K 5A TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $34.24 2G 61 DUMP TRUCK & TRAILER $34.24 2G 61 OTHER TRUCKS $34.24 2G 61 TRANSIT MIXER $34.24 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25 44 1 OILER $9.20 1 WELL DRILLER $18 00 1 Page 7 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, 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 ******************************************************************************************************************************************** PREVAILING WAGE RATE CORRECTION POWER EQUIPMENT OPERATORS JOURNEY LEVEL WAGE UPDATE PERIOD OF 9-02-2009 CORRECTION PUBLISHED ON 9-08-2009 CORRECTED RATES AND CLASSIFICATIONS WILL BE EFFECTIVE ON 10-07-2009 ****************************************************************************************************************************************** List of Corrected Rates Compared to the Incorrect Rate Previously Published. COUNTIES COVERED: CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND YAKIMA CORRECTED RATES Journey Level Classification Corrected Rate Incorrect Rate GRADE ENGINEER $49.90 $49.48 CORRECTED CLASSIFICATIONS Corrected Classification Incorrect Classification DOZER, QUAD 9, D-10 AND HD -41 QUAD 9, D-10 AND HD -41 SCREEDMAN (This classification will be removed. It is already listed as a SPREADER, TOPSIDER AND SCREEDMAN at the same wage rate.) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, 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 PREVAILING WAGE RATE CORRECTION POWER EQUIPMENT OPERATORS JOURNEY LEVEL WAGE UPDATE PERIOD OF 9-02-2009 CORRECTION PUBLISHED ON 9-08-2009 CORRECTED RATES WILL BE EFFECTIVE ON 10-07-2009 ****************************************************************************************************************************************** List of Corrected Rates. COUNTIES COVERED: CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND YAKIMA • NEW CLASSIFICATIONS Classification Prevailing Wage Rate ASPHALT PLANT OPERATOR $50.39 CONCRETE PUMP—TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 METERS $50.39 SCRAPERS—SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING OFF—ROAD EQUIPMENT (UNDER 45 YARDS) $49.90 WELDER $50.39 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Stage of Progression & Hour Range ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL 1 0000-1000 HOURS 60.00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 90.00% BRICK MASON JOURNEY LEVEL 1 0000-0700 HOURS 40 00% 2 0701-2100 HOURS 55.00% 3 2101-2800 HOURS 60.00% 4 2801-3500 HOURS 70 00% 5 3501-4200 HOURS 80.00% 6 4201-5000 HOURS 90 00% CARPENTERS CARPENTER 1 0000-1000 HOURS 60.00% 2 1001-2000 HOURS 65.00% 3 2001-3000 HOURS 70 00% 4 3001-4000 HOURS 75.00% 5 4001-5000 HOURS 80.00% 6 5001-6000 HOURS 85.00% 7 6001-7000 HOURS 90 00% 8 7001-8000 HOURS 95 00% MILLWRIGHT Prevailing Overtime Holiday Note Wage Code Code Code $22.59 1H 5D $24 85 1H 5D $2710 1H 5D $29.36 1H 5D $21 58 2M 5A $25.57 2M 5A $26.90 2M 5A $29.55 2M 5A $32.21 2M 5A $34.86 2M 5A $22.33 1M 5D $28.38 1 M 5D $29 65 1M 5D $30.91 1M 5D $32.17 1M 5D $33.43 1M 5D $3470 1M 5D $35 96 1 M 5D 1 0000-1000 HOURS 60.00% $29 01 1M 5D 2 1001-2000 HOURS 65.00% $35 62 1M 5D 3 2001-3000 HOURS 70.00% $37 44 1M 5D 4 3001-4000 HOURS 75 00% $39.26 1M 5D 5 4001-5000 HOURS 80.00% $41 08 1M 5D 6 5001-6000 HOURS 85 00% $42.90 1M 5D 7 6001-7000 HOURS 90 00% $44 72 1M 5D 8 7001-8000 HOURS 95 00% $46.54 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1 0000-1000 HOURS 60.00% 2 1001-2000 HOURS 65 00% 3 2001-3000 HOURS 70.00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 80 00% 6 5001-6000 HOURS 85.00% 7 6001-7000 HOURS 90.00% 8 7001-8000 HOURS 95.00% BRIDGE, DOCK AND WARF CARPENTERS 1 0000-1000 HOURS 60 00% Page 1 $28.93 1M 5D $36.21 1M 5D $37 99 1M 5D $39.77 1 M 5D $41.55 1M 5D $43 33 1M 5D $45.11 1M 5D $46.89 1M 5D $28.41 1M 5D PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 2 1001-2000 HOURS 65 00% $34 97 1M 5D 3 2001-3000 HOURS 70.00% $36.74 1M 5D 4 3001-4000 HOURS 75.00% $38.51 1M 5D 5 4001-5000 HOURS 80 00% $40.28 1M 5D 6 5001-6000 HOURS 85.00% $42.05 1M 5D 7 6001-7000 HOURS 90.00% $43.82 1M 5D 8 7001-8000 HOURS 95 00% $45.59 1M 5D CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 60.00% $25.67 1N 5D 2 1001-2000 HOURS 70 00% $28.08 1N 5D 3 2001-3000 HOURS 80 00% $30.49 1N 5D 4 3001-4000 HOURS 90 00% $32.90 1N 5D DRYWALL TAPERS JOURNEY LEVEL 1 0000-0500 HOURS 50 00% $15.99 1P 5A 2 0501-0750 HOURS 50 00% $17 12 1P 5A 3 0751-1500 HOURS 55 00% $19.39 1P 5A 4 1501-2250 HOURS 65 00% $21 66 1P 5A 5 2251-3000 HOURS 75.00% $23.93 1P 5A 6 3001-3750 HOURS 85.00% $25 06 1P 5A 7 3751-4500 HOURS 90.00% $27.33 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL APPRENTICES INDENTURED AFTER APRIL 12, 2009 1 0000-1600 HOURS 45.00% $22.34 1E 5A 2 1601-2000 HOURS 50 00% $28.34 1E 5A 3 2001-3500 HOURS 55.00% $30 49 1E 5A 4 3501-5000 HOURS 65 00% $34 79 1E 5A 5 5001-6500 HOURS 75.00% $39.09 1E 5A 6 6501-8000 HOURS 85 00% $43.39 1E 5A 1 0000-1000 HOURS 45.00% $22.34 1E 5A 2 1001-2000 HOURS 50 00% $24 14 1E 5A 3 2001-3500 HOURS 55 00% $30.49 1E 5A 4 3501-5000 HOURS 65 00% $34 79 1E 5A 5 5001-6500 HOURS 75 00% $39 09 1E 5A 6 6501-8000 HOURS 85 00% $43.39 1E 5A ELECTRICIANS - POWERL!NE CONSTRUCTION JOURNEY LEVEL LINEPERSON 1 0000-1000 HOURS 60.00% $34 76 4A 5A 2 1001-2000 HOURS 63.00% $36.01 4A 5A 3 2001-3000 HOURS 67 00% $37 77 4A 5A 4 3001-4000 HOURS 72.00% $39 94 4A 5A 5 4001-5000 HOURS 78 00% $42.51 4A 5A 6 5001-6000 HOURS 86.00% $45.97 4A 5A Page 2 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Stage of Progression & Hour Range 7 6001-7000 HOURS 90 00% POLE SPRAYER 1 0000-1000 HOURS 85.70% 2 1001-2000 HOURS 89.80% 3 2001-3000 HOURS 92.80% ELEVATOR CONSTRUCTORS MECHANIC 1 0000-1000 HOURS 50 00% 2 1001-1700 HOURS 55 00% 3 1701-3400 HOURS 65.00% 4 3401-5100 HOURS 70.00% 5 5101-6800 HOURS 80 00% ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL Prevailing Overtime Holiday Note Wage Code Code Code $47.69 4A 5A $45.87 4A 5A $47.60 4A 5A $48.89 4A 5A $21 46 4A 6Q $43.49 4A 6Q $48.03 4A 60 $50.91 4A 60 $55.55 4A 6Q 1 0000-1000 HOURS 45.00% $10.53 1 2 1001-2000 HOURS 50.00% $11 70 1 3 2001-3500 HOURS 55.00% $12.87 1 4 3501-5000 HOURS 65.00% $15.21 1 5 5001-6500 HOURS 75.00% $17.55 1 6 6501-8000 HOURS 85 00% $19.89 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 45.00% $9.00 1 2 1001-2000 HOURS 50.00% $10.00 1 3 2001-3500 HOURS 55.00% $11 00 1 4 3501-5000 HOURS 65.00% $13.00 1 5 5001-6500 HOURS 75.00% $15 00 1 6 6501-8000 HOURS 85 00% $17 00 1 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 55 00% 3 2001-4000 HOURS 65.00% 4 4001-6000 HOURS 75 00% 5 6001-8000 HOURS 85 00% HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 90 00% INSULATION APPLICATORS Page 3 $12.66 1 $13.93 1 $16.46 1 $18.99 1 $21.52 1 $22.59 1H 5D $24.85 1H 5D $2710 1H 5D $29 36 1H 5D PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Stage of Progression & Hour Range JOURNEY LEVEL Prevailing Overtime Holiday Note Wage Code Code Code 1 0000-1000 HOURS 50 00% $16.46 1 2 1001-2000 HOURS 60.00% $19 75 1 3 2001-3000 HOURS 75.00% $24.68 1 4 3001-4000 HOURS 90 00% $29.62 1 IRONWORKERS JOURNEY LEVEL 1 0000-0750 HOURS 65.00% $26.40 10 5A 2 0751-1500 HOURS 70.00% $27.95 10 5A 3 1501-2250 HOURS 75.00% $40.95 10 5A 4 2251-3000 HOURS 80 00% $42.51 10 5A 5 3001-3750 HOURS 90 00% $45.61 10 5A 6 3751-4500 HOURS 90.00% $45.61 10 5A 7 4501-5250 HOURS 95.00% $47 17 10 5A 8 5251-6000 HOURS 95 00% $47 17 10 5A LABORERS ALL CLASSIFICATIONS 1 0000-1000 HOURS 60 00% $10.87 1 2 1001-2000 HOURS 70 00% $12.68 1 3 2001-3000 HOURS 80.00% $14.50 1 4 3001-4000 HOURS 90 00% $16.31 1 LABORERS - UNDERGROUND SEWER 8 WATER GENERAL LABORER 1 0000-1000 HOURS 60.00% $22.59 1H 5D 2 1001-2000 HOURS 70.00% $24.85 1H 5D 3 2001-3000 HOURS 80.00% $27 10 1H 5D 4 3001-4000 HOURS 90.00% $29 36 1H 5D LATHERS JOURNEY LEVEL 1 0000-1000 HOURS 60 00% $22.33 1M 5D 2 1001-2000 HOURS 65.00% $28.38 1M 5D 3 2001-3000 HOURS 70 00% $29.65 1M 5D 4 3001-4000 HOURS 75 00% $30.91 1M 5D 5 4001-5000 HOURS 80.00% $32.17 1M 5D 6 5001-6000 HOURS 85 00% / $33.43 1M 5D 7 6001-7000 HOURS 90 00% $34 70 1M 5D 8 7001-8000 HOURS 95.00% $35.96 1M 5D MARBLE SETTERS JOURNEY LEVEL 1 0000-0700 HOURS 40.00% $21.58 2M 5A 2 0701-2100 HOURS 55.00% $25.57 2M 5A 3 2101-2800 HOURS 60.00% $26.90 2M 5A 4 2801-3500 HOURS 70,00% $29.55 2M 5A 5 3501-4200 HOURS 80.00% $32.21 2M 5A Page 4 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Stage of Progression & Hour Range 6 4201-5000 HOURS 90 00% PLASTERERS JOURNEY LEVEL 1 0000-1000 HOURS 40.00% 2 1001-2000 HOURS 50.00% 3 2001-3000 HOURS 60 00% 4 3001-4000 HOURS 70.00% 5 4001-5000 HOURS 80 00% 6 5001-6000 HOURS 90.00% 7 6001-7000 HOURS 95.00% POWER EQUIPMENT OPERATORS BACKHOES, (75 HP & UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65.00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80.00% 5 4001-5000 HOURS 90.00% 6 5001-6000 HOURS 95.00% POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) 1 0000-1000 HOURS 65.00% 2 1001-2000 HOURS 70.00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80.00% 5 4001-5000 HOURS 90.00% 6 5001-6000 HOURS 95.00% POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75 00% 2 1001-2000 HOURS 80 00% 3 2001-3000 HOURS 85.00% 4 3001-4000 HOURS 90 00% RESIDENTIAL CARPENTERS JOURNEY LEVEL 1 1st Period 60.00% 2 2nd Period 65.00% 3 3rd Period 70 00% 4 4th Period 75 00% 5 5th Period 80 00% 6 6th Period 85 00% 7 7th Period 90.00% 8 8th Period 95 00% RESIDENTIAL ELECTRICIANS Page 5 Prevailing Overtime Holiday Note Wage Code Code Code $34.86 2M 5A $24 78 1R 5B $31.53 1R 5B $34.55 1R 5B $37.57 1R 5B $40.59 1R 5B $43.61 1R 5B $4512 1R 56 $3746 1T 5D 8P $3918 1T 5D 8P $40.90 1T 5D 8P $42.61 1T 5D 8P $46.05 1T 5D 8P $47 76 1T 5D 8P $35.43 $37.09 $38 74 $40.39 $43.70 $45 35 $27.85 4A 5A $29 16 4A 5A $30 46 4A 5A $31 78 4A 5A $8.75 1 $9 48 1 $10.21 1 $10.94 1 $11 66 1 $12.39 1 $13 12 1 $13,85 1 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Stage of Progression & Hour Range JOURNEY LEVEL Prevailing Overtime Holiday Note Wage Code Code Code 1 0000-1000 HOURS 50.00% $10.99 1 2 1001-2000 HOURS 60.00% $13.19 1 3 2001-3000 HOURS 75.00% $16.49 1 4 3001-4000 HOURS 90 00% $19.78 1 RESIDENTIAL PLUMBERS & PIPEF!TTERS JOURNEY LEVEL 1 1st Period 50 00% $11 56 1 2 2nd Period 55 00% $12.71 1 3 3rd Period 60 00% $13.87 1 4 4th Period 70 00% $16.18 1 5 5th Period 80 00% $18.49 1 6 6th Period 90 00% $20 80 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-0900 HOURS 50 00% 2 0901-1800 HOURS 60 00% 3 1801-2700 HOURS 65.00% 4 2701-3600 HOURS 70.00% 5 3601-4500 HOURS 80.00% 6 4501-5400 HOURS 85.00% SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) ENVIRONMENTAL 2 0000-2000 HOURS 50 00% 3 2001-4000 HOURS 60 00% 4 4001-6000 HOURS 70.00% 1 0000-1000 HOURS 40.00% 2 1001-2000 HOURS 45.00% 3 2001-4000 HOURS 50.00% 4 4001-6000 HOURS 60.00% 5 6001-8000 HOURS 70 00% 6 800.1-10000 HOURS 80.00% SOFT FLOOR LAYERS JOURNEY LEVEL $20.33 1X 5A $22.64 1X 5A $24 47 1X 5A $26.30 1X 5A $29 17 1X 5A $30.97 1X 5A $26.81 1X 5A $30.99 1X 5A $3511 1X 5A $24 84 1X 5A $26.99 1X 5A $31 07 1X 5A $3530 1X 5A $39 59 1X 5A $43.98 1X 5A 1 0000-1000 HOURS 50 00% $14.22 1N 5A 2 1001-2000 HOURS 55 00% $15.10 1N 5A 3 2001-3000 HOURS 60.00% $15 99 1N 5A 4 3001-4000 HOURS 70.00% $17 77 1N 5A 5 4001-5000 HOURS 80.00% $19.55 1N 5A 6 5001-6000 HOURS 90 00% $21 33 1N 5A TERRAZZO WORKERS JOURNEY LEVEL 1 0000-0700 HOURS 50 00% $19 40 2M 5A Page 6 PREVAILING WAGE RATES FOR YAKIMA COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 2 0701-2100 HOURS 60 00% $21 49 2M 5A 3 2101-2800 HOURS 70 00% $23.59 2M 5A 4 2801-3500 HOURS 80 00% $25.69 2M 5A 5 3501-4200 HOURS 90.00% $27 78 2M 5A 6 4201-4900 HOURS 95 00% $28.83 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER 1 0000-0700 HOURS 60 00% 2 0701-2100 HOURS 70 00% 3 2101-2800 HOURS 80.00% 4 2801-3500 HOURS 90 00% TILE SETTERS JOURNEY LEVEL 1 0000-0700 HOURS 50 00% 2 0701-2100 HOURS 60 00% 3 2101-2800 HOURS 70 00% 4 2801-3500 HOURS 80.00% 5 3501-4200 HOURS 90 00% 6 4201-4900 HOURS 95.00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000-0500 HOURS 60 00% 2 0501-1000 HOURS 60.00% 3 1000-1666 HOURS 60 00% 4 1667-2333 HOURS 65.00% 5 2334-3499 HOURS 75 00% 6 3500-4666 HOURS 85.00% 7 4667-5833 HOURS 90 00% 8 5834-7000 HOURS 95.00% TRUCK DRIVERS DUMP TRUCK ALL TRUCKS 1 0000-0700 HOURS 70 00% 2 0701-1400 HOURS 80.00% 3 1401-2100 HOURS 90 00% Page 7 $19.04 2M 5A $20 73 2M 5A $22.42 2M 5A $24 11 2M 5A $19 40 2M 5A $21 49 2M 5A $23.59 2M 5A $25.69 2M 5A $27 78 2M 5A $28 83 2M 5A $1644 1K 5A $21 86 1K 5A $25.59 1K 5A $27.25 1K 5A $30.58 1K 5A $33.91 1K 5A $35.57 1K 5A $37.24 1K 5A $15.04 2G 61 $17 18 2G 61 $19.33 2G 61 Washington State Department of Labor and industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the departments (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 9/2/09 Reversion Edition, Published 9/1/2009 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39 12 Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39 12 Items marked with an X in the "NO" column should be considered to be standard and therefore not covered Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1 Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std Plans x 2 Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std Plans 3, Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets See Std Plans 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 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5. X Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 0 /111011.11 Lavti. LA 1'11.1 LJ - /11101101 U 01.J 04110 1 VULJ, 101 mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std Plans for size and material type x 9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans Welding of aluminum shall be in accordance with Section 9-28.14(3). x 10 Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc , for bridges X 11 Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc , involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X , 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans Welding of aluminum shall be in accordance with Section 9-28.14(3) X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19 1 of Std Spec X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs See Std. Plans x 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections See Std Plans x 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans x Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17 Precast Concrete Inlet - with adjustment sections, See Std Plans )( 18 Precast Drop Inlet Type 1 and 2 with metal grate supports See Std Plans X 19 Precast Grate Inlet Type 2 with extension and top units See Std Plans X 20 Metal frames, vaned grates, and hoods for Combination Inlets See Std. Plans X 21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls See Contract Plans for size and construction requirements Shop drawings are to be provided for approval prior to casting 22 Vault Risers - For use with Valve Vaults and Utilities Vaults X 23. Valve Vault - For use with underground utilities See Contract Plans for details X 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier Only new state approved barrier may be used as permanent barrier. X 25 Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ Lab X 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27 Precast Railroad Crossings - Concrete Crossing Structure Slabs 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec. Section 6-02.3(25)A X 29 Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec. Section 6-02 3(25)A 30 Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02.3(25)A 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. ( Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34 Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183 See Std Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 35 Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans Shop drawings for approval are required prior to fabrication 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys See Std Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 X 37 Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans Shop drawings for approval are to be provided prior to fabrication J( 38 Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39 Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std Plans See Specia X Provisions for pre -approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems Standards to be fabricated to conform with methods and material as specified on Std Plans. See Special Provisions for pre -approved drawings 41 Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42 Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43 Cutting & bending reinforcing steel X 44 Guardrail components X X Custom End Sec Standard Sec 45 Aggregates/Concrete mixes Covered by WAC 296-127-018 46 Asphalt Covered by WAC 296-127-018 47 Fiber fabrics X 48 Electrical wiring/components X 49. treated or untreated timber pile X 50 Girder pads (elastomeric bearing) X 51 Standard Dimension lumber X 52 Irrigation components X Supplemental to Wage Rates 9/2/09 Reversion Edition, Published 9/1/2009 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53 Fencing materials 54 Guide Posts is 55 Traffic Buttons 56 Epoxy 57 Cribbing 58 Water distribution materials 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 9/2/09 Reversion Edition, Published 9/1/2009 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 ***********************************AAAAA***************************************************Ir******** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 LABORER $8.55 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered BENTON 1 1 1 MACHINE OPERATOR $10 53 1 PAINTER $9 76 1 WELDER $16 70 1 1 Counties Covered CHELAN FITTER $15 04 1 LABORER $9 54 1 MACHINE OPERATOR $9 71 1 PAINTER $9 93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTERNVELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Supplemental to Wage Rates 9 9/2/09 Reversion Edition, Published 9/1/2009 METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 ****ie******i.AAA***** *i.A AAAk**********kAAAAA Classification Code (See Benefit Code Key) ** ***AAAA*AAA*********irk* Prevailing Overtime Holiday Wage Code Code FITTER LABORER MACHINE OPERATOR PAINTER WELDER LAYEROUT Counties Covered. CLARK $27 49 1E 6H $19.21 1E 6H $28 77 1E 6H $25 31 1E 6H $26 89 1E 6H $28 77 1E 6H Counties Covered. COWLITZ MACHINE OPERATOR $24 65 1B 6V FITTER $24 65 1B 6V WELDER $24 65 1B 6V FITTERNWELDER PAINTER Counties Covered GRANT $10 79 1 $8 55 1 Counties Covered: KING FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER 15 48 Counties Covered: KITSAP FITTER $26 96 1 LABORER $8 55 1 MACHINE OPERATOR $13 83 1 WELDER $13 83 1 Supplemental to Wage Rates 10 9/2/09 Reversion Edition, Published 9/1/2009 METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 ****AAAAA**AAAA*****AAAAAA*****AAAAA A****A AA k***AAAAAAA A****AAAA****** AAfir**AAA*AAAA*Irk AAAAAA*** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code FITTER/WELDER LABORER MACHINE OPERATOR PAINTER Counties Covered' KLICKITAT, SKAMANIA, WAHKIAKUM $16 99 1 $10 44 1 $17.21 1 $17 03 1 Counties Covered PIERCE FITTER $15.25 1 LABORER $10 32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15 38 1 LABORER $9 79 1 MACHINE OPERATOR $8 84 1 PAINTER $9 98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8 55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10 80 1 Supplemental to Wage Rates 11 9/2/09 Reversion Edition, Published 9/1/2009 METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 *****************A A Ak*******XA Ak*****A A A A YrkA A A A AA **** A. A A *-A-***** ***AAAA******AAA'*******AA A A A A *** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered. THURSTON FITTER $26,24 1A 6T LABORER $16.42 1A 6T MACHINE OPERATOR $20.23 1A 6T LAYEROUT $28.56 1A 6T WELDER $23 97 1A 6T Counties Covered: WHATCOM FITTERANELDER $13.81 1 LABORER $9 00 1 MACHINE OPERATOR $13 81 1 Counties Covered' YAKIMA FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.0D 1 WELDER $11 32 1 Supplemental to Wage Rates 12 9/2/09 Reversion Edition, Published 9/1/2009 1 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09/02/2009 ********AA AAA*****AAk****AA A****i:**A AAlt AA***AAAAA***AAAA AA A k****AAAAA**i.AAAA****AAAA***********irk*** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS $9 96 1 Counties Covered. CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8 61 1 Counties Covered. CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13 50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11 50 1 Counties Covered: KING ALL CLASSIFICATIONS $13 60 2K 5B Counties Covered. PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered. SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered WHATCOM ALL CLASSIFICATIONS $13 67 1 Counties Covered. YAKIMA CRAFTSMAN $8 72 1 LABORER $8 55 1 Supplemental to Wage Rates 13 9/2/09 Reversion Edition, Published 9/1/2009 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 14 9/2/09 Reversion Edition, Published 9/1/2009 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to Sand, gravel, crushed rock, concrete, asphalt, or other similar materials (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39 12 RCW when they perform any or all of the following functions, (a) They deliver or discharge any of the above -listed materials to a public works project site (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.) (d) They work in a materials production facility (e g , batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to VVage Rates 15 9/2/09 Reversion Edition, Published 9/1/2009 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39 12 RCW when they deliver materials to a stockpile (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located [Statutory Authority. Chapter 39 12 RCW, RCW 43.22.051 and 43.22.270 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09 Statutory Authority. Chapters 39 04 and 3912 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 9/2/09 Reversion Edition, Published 9/1/2009 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 ********************fifi********************************************************fi****fi*************fi*****************,F**** OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK 1S 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 I-IOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -2- 7 • THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WI-IEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT TI -IE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. ✓ ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN A FOUR (4) DAY, TEN (10) HOUR WORKWEEK IS ESTABLISHED, W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5.00 AM AND 5.00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) 1-IOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL 1-IOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -3- 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. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES TI -IE 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 L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S 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, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -4- W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN-HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9)- L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. I-IOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -5- R. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) ✓ PAID HOLIDAYS. SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS. X. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6 A. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,'THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2). 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 (II). G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). L. Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). 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) 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 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -6- T PAID HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS NEW YEARS DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW 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). Y PAID HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY NOTE CODES 8 A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT -FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0 75, LEVEL B $0.50, AND LEVEL C $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $1 00, LEVELS C & D $0.50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1 00, LEVEL B $0 75, LEVEL C $0.50, AND LEVEL D• $0.25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2.00, CLASS B SUIT $1.50, CLASS C SUIT $1 00, AND CLASS D SUIT $0.50 CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS City Project No. 1R2257 HLA Project No. 09041 Construction Contract Specifications & Bid Documents SEPTEMBER 2009 G:\PROJECTS\2009\09041\09041-SPECS doc CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS City Project No IR2257 HLA Project No 09041 TABLE OF CONTENTS SECTION 1 - ADVERTISEMENT FOR BIDS INVITATION TO BID SECTION 2 - INFORMATION FOR BIDDERS INFORMATION FOR BIDDERS SECTION 3 - BID PACKAGE ... BIDDER'S CHECKLIST BID PROPOSAL .... UNIT PRICE BID PROPOSAL. . BID PROPOSAL SIGNATURE PAGE BID DEPOSIT BID BOND . NON -COLLUSION AFFIDAVIT .. NONDISCRIMINATION PROVISION SUBCONTRACTOR LIST BIDDER'S DATA FORM WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY RESOLUTION NO. D-4816 AFFIRMATIVE ACTION PLAN BIDDERS CERTIFICATION SUBCONTRACTORS CERTIFICATION PROPOSAL SECTION 4 - CONTRACT AND RELATED MATERIALS CONTRACT . CONTRACT BOND SCHEDULE OF WORKING HOURS SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS PREVAILING WAGE RATES SECTION 6 - TECHNICAL SPECIFICATIONS STANDARD SPECIFICATIONS . SPECIAL PROVISIONS INDEX SPECIAL PROVISIONS APPENDIX A AMENDMENTS TO THE 2008 WASHINGTON STATE DOT STANDARD SPECS G:\PROJECTS\2009\09041 \09041 -SPECS. doc PAGE NO. 1-1 1-2 2-1 2-2 3-1 .. 3-2 3-3 . 3-4 3-6 . .3-7 . 3-7 3-8 3-9 3-11 3-13 3-14 . 3-15 ..3-16 3-18 3-19 . 3-22 ....4-1 . .4-2 . 4-4 . 4-6 5-1 5-2 6-1 6-2 . 6-3 6-4 i SECTION 1 - ADVERTISEMENT FOR BIDS / G:\PROJ ECTS\2009\09041 109 0 4 1 -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 CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS, City of Yakima Project No. IR2257, HLA Project No 09041, including the following approximate major quantities: Irrigation system improvements including cleaning and inspection of approximately 215 linear feet of existing pipes; sliplining approximately 215 linear feet of new 2" HDPE pipe, horizontal directional drilling approximately 2,000 linear feet of new 3" and 6" HDPE pipe, trenching approximately 12,000 linear feet of new 2", 3", 4", 6" and 12" PVC pipe, and installing approximately 320 service connections. Work includes installation of new mainline valves, service valves, and service pipes, connection to existing mainline and service pipes of various materials, abandonment 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 12, 2010 Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 1000 a.m on September 30, 2009, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations. Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC , 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $75.00 for each set, non-refundable 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 16, 2009 G:\PROJECTS\2009\09041\09041-SPECS.doc 1-2 Deborah J. Moore City Clerk SECTION 2 - INFORMATION FOR BIDDERS G:\PROJ ECTS\2009\09041 \09041 -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 10 00 a.m , September 30, 2009, 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 CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at 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 Acertified 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\2009\09041 \09041 -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\2009\09041 \09041 -SPECS. doc 2-3 G:\PROJECTS\2009\09041\09041-SPECS.doc SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided (b) Bid Signature Page To be filled in and signed by the bidder (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid OR Bid Bond This form is to be executed by the bidder and surety company The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder information (f) Bidder's Data Form This form to be completed by the bidder (g) MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder Failure to provide this information WILL NOT render the bid non- responsive The following forms are to be executed and/or submitted for approval after the Contract is awarded. (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima (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\2009\09041\09041-SPECS.doc 3-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Yakima 129 North 2nd Street Yakima, Washington 98901 BID PROPOSAL CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2257 A Proposal of -C- C YL Y tt,C."Ei _ (herei fter lied "BIDDER"), organized and xist ng under the laws of the State of , A. ri,J doing business as c 1 To the CITY OF YAKIMA, Washington, (hereirfter called "OWNER") In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS — City Project No IR2257, 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 ackn wlfJ dges recceipt oft a following ADDE •A _�. 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," p p p," or "an individual" as applicable G:\PROJECTS\2009\09041 \09041 -SPECS doc 3-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1- 02.5.) CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO. IR2257 HLA PROJECT NO. 09041 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 1 Mobilization LS 1 X = 38 438, g¢ 2 Project Temporary Traffic Control LS 1 X = 4 2-50 °I 3 Clearing and Grubbing LS 1 X = / g 19137 4 Irrigation Headworks Box Modification LS 1 X = 33 2( 111. 5 Pipe Cleaning and Inspection LF 215 X (o. $3 = .56 /1 4(o$ , 4.5"- 6 Obstruction Removal EA 1 X is 241 •44 = /� z 677- 44' 7 Abandon Irrigation Valve EA 8 X , / 4-7, 35 = 1, 1 "8,. 8 Access Pit EA 15 X 421, s4 = 413Q2 31O 9 Horizontal Directional Drill 6 -Inch HDPE Pipe LF 1,670 X 32.2-1.7 = 53/$"3"4: 10 Horizontal Directional Drill 3 -Inch HDPE Pipe LF 345 X .24 4°-.—= --04,.Zs' 8-5-04-'2—S' 11 Slipline 2 -Inch HDPE Pipe LF 215 X S 52 = ii ( 8 42., SS 12 Trench 12 -Inch PVC Pipe LF 1,960 X ,.. 8 4- 6 = 55;7-e (,'- 13 Trench 6 -Inch PVC Pipe LF 1,530 X /2,12 = `94 14 Trench 4 -Inch PVC Pipe LF 4,100 X /D? =lb% a`—' 15 Trench 3 -Inch PVC Pipe LF 4,240 X 9 4_9 = 41 0856 16 Shoring or Extra Excavation LS 1 X ,2, 773 l = a2, 7-33. t+ L 17 Roadway Excavation Including Haul CY 2,300 X 1 q 44- = 44-7/2_44- 18 12 -Inch Gate Valve EA 4 X 10 11 1003 L/ = 4 1t/,5-64 19 6 -Inch Gate Valve EA 6 X .5 q2 2" = 315:c.34-2: 20 4 -Inch Gate Valve EA 14 X 4-22 �_ = S; CJ/0 2-4 21 3 -Inch Gate Valve EA 11 X 377."' = 4)5 7,7 8 22 2 -Inch Gate Valve EA 5 X 8+2-9 = 1)41,Z 4 23 Service Connection for PVC (3/4") EA 315 X 5t .1'2 = /8 46112%-°--_, 24 Service Connection for PVC (1") EA 3 X /2 0 - za = 934d 25 Service Connection for HDPE (3/4") EA 4 X86 2=3 = = 3Z0 rf '„Z% ct� j /' 26 Service Valve EA 322 X 6g -q? 27 Type 1 Valve Box EA 170 X al / ' = a 0972± 28 Type 2 Valve Box EA 192 X 67 iz = 1.3 ooh. 2- fl G:\PROJECTS\2009\09041 \09041-SPECS.doc 3-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 29 Service Lateral LF 3,850 X.6 ' . ti = '46 `5 22 30 Blowoff/Flushing Valve Assembly EA 2 X / £ /6 4 = / 221.3 8 31 Trench Repair, Type 1 (2") SY 80 X 6e2 . (3-- = 444 = 32 Trench Repair, Type 2 (3") SY 2,650 X 3 9 05 = a /0.3)45%- 33 HMA Cl. 3/8" PG 64-28 TON 1,600 X 73 93. = /1 8A7.2 o/ 34 Gravel Surfacing Repair SY 1,250 X 4- Z¢ = 5; 30c 35 Sodded Lawn Repair SY 70 X / % '- = 1, 1 43 80 36 Cement Concrete Curb and Gutter LF 580 X 2 S. 42 = /(,, s-12-. 65-- J 37 Concrete Slab, 4 -Inch Thick SY 90 X / b I g� = Sb OD .5 a 38 Concrete Slab, 6 -Inch Thick SY 550 X (o a °5_ = 34 141-5.-° 39 Crushed Surfacing Base Course TON 2,950 X _24 11 = 7 1 1C4 ! 40 Select Backfill TON 920 X / 5 S - = I�� 3 b(o GI- 41 Minor Changes FA EST X 15,000 00 = 15,000.00 BID SUBTOTAL ei 85,' 43S STATE SALES TAX 8.2% 6 g 44w BID TOTAL 90,'40385° j G:\PROJ ECTS\2009\09041 \09041-SPECS.doc 3-5 d S2, yy% '8'7 6.9/ Sao, 73 J9ZZ/ 3y8• Coo 1 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO IR2257 Project No 09041 BIDDER (CONTRACTOR) BY , 2009 DATE AUTHORIZE'% F IC AL'S SIGNATURE TITLE 4)14 lease print or type name) ADDRESS. ?o. rI •=�7� 36 ' Id^tk<u\or( Gaor 9 $7o} Phone (cq 4-5.7.- 6 q FAX: (5?›/) 4-5 oZ 9'4-5— E-mail '4 5 - E-mail address eu) • Tre CONTRACTOR LICENSE NUMBER -T1—CC DL. D D 3 K i-( NOTE. (1) If the bidder is a co -partnership, so state, giving firm name under which business transacted If the bidder is a corporation, this proposal must be executed by its duly authorized officials (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to. Huibregtse, Louman Associates, Inc. 801 N. 39th Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal G:\PROJECTS\2009\09041 \09041-SPECS.doc 3-6 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond In the amount of $ which amount is not less than five percent of the total bid. Sign Here. BID BOND KNOW ALL. MEN BY THESE PRESENTS That we, ITC Constriction, LLC a s principal, and RLI Insurance Company as Surety, are held and fimilybound unto the City of Yakima, as Obligee, in the penal stun of Five percent of total bid amount (5% of total bid) Dollars, fo r 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 anyaward to the Principal for Capitol Hill Irrigation System Improvements No. 2257 HLA No. 09041, according to the terms of the proposal or bid made bythe Principal therefore, 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 bythe Obligee; or if the Principal shall, in case of failure so to do, payand forfeit to the Obligee die penal amount of the deposit in the call forbids, then this obligation shall be null and void; otherwise it shall be and remain in forte and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond 0:41 :• SIGNED, SEALED AND DATED THIS 30 DAY OF September , 2009 onna S. Martinez Attorney -in -Fact Received retum of deposit in the sum of $ WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Attorney -In Fact No. 218701 Certificate No. 003141086 KNOW ALL MEN BY THESE PRESENTS. That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Donna S Martinez, Kenneth J Frick, and Alex B Hodge of the City of Yakima State of Washington , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 21st day of July 2009 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �R- �'�p NVORA �F�m iW��p0.PORATt. c y�SEA[ aioi s .SEAL.. y� dd By. Georg ice President On this the 21st day of July 2009 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440-4-09 Printed in U S.A. C . Marie C. Tetreault, Notary Public WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, FideI and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United'States Fidelity and Guaranty Company, which resolutions arc now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President any Vice President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President. the Treasurer any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers. President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary. and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 30 day of September 20 9 Kori M JohansAssistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number. the above-named individuals and the details of the bond to which the power is attached. WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER II 1 V 11 II II II 1 1 STATE OF WASHINGTON ) ss COUNTY OF AKiiv * ) NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT �/NS'TiZ Tax /44)//ex / , 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's Signed and sworn t (or affirmed) before me on ottniselp 4, :.•�P'' liar S • N �' Z. G:\PROJ ECTS\2009\09041 \09041 -SPECS. doc ture) 2009, by 3-8 Notary Public My Appointment Expires cD —46 --14.3 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 by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor The Contractor will furnish all information and reports required by Executive Order No 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contractor 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\2009\09041 \09041 -SPECS. doc 3-9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS Project No IR2257/09041 Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19 28 RCW must be listed below The work to be performed is to be listed below the subcontractor(s) name If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name��.L A0 i q � /q'Sid ALTgTe-.4 Categories of Work U Subcontractor Name &round - Categories of Work jam. ,reefh•v t I /i 441.4)r� V Subcontractor Name Cdc�rnkic. Categories of Work BYzC✓e. Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G \PROJECTS\2009\09041\09041-SPECS.doc 3-10 Subcontractor List 1 To be Submitted with the Bid Proposal ' Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below. Prime Contractor Name l / (. CU7t-STRNG.T7e-`� Categories of Work - e-^^- 32 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G\PROJECTS\2009\09041\09041-SPECS.doc 3-11 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be. 1 La=T'rtsurc.nc� PG , Box 3 X 107 Pe Street City State whose address is Lo/(olz— 3967 Zip BIDDER The name of the Bidder submitting this Bid is 1'7G Ct n s -14c,41" v,z L. LC_ whose address is. Po Sox 3to5- Street City g 1,7907 State Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows G \PROJECTS\2009\09041\09041-SPECS.doc 3-12 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 perforr4gd, project descriptions, and contract amounts G e -u., o,L W Q -%t-'— 0-ev 41 m pm e.-A"t - c -,J K.c,k .So 61'5-7O C,en � Fr 146 _ COAAP) 5 ,53- 713 -4C3.1 tiA14 l:'►'tA- - -Wen 5 - / &4-A 5-t— .ick- Gr01• / .Sr -114 -- Z3 ('� 2 Past maintenance services performed on similar systems, include names, addresses, and telephone numbers of clients, locations where service performed, and service descriptions 3 Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction 4/o 4 List key personnel, including supervisory personnel, to be used on this project and their individual experjence and certifications. ,q • s ties i4le.-r— V /)1 (KL. - Deern 1701asS A) • e4Cf er r - 5. Provide Washington state Contractor's registration (license) number '7 -7 -CC cL 003K hi 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:\PROJ ECTS\2009\09041 \09041 -SPECS. doc 3-13 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:\PROJECTS12009\09041 \09041 -SPECS doc 3-14 RESOLUTION NO. D m 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this .�S't day of 1983. ATTEST: .r.–t—' ,d- i8o--6 City Clerk Mayor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this Contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal The contractor shall participate in training programs in the area, especially those funded by the Department of Labor The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual, by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media, and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, 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:\PROJ ECTS\2009\09041 \09041 -SPECS. doc 3-16 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\2009\09041 \09041 -SPECS. doc 3-17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: C &YL•54ZIA-C-4-1 (BIDDER) 1 certifies that: 1 It intends to se the following listed construction trades in the work un er the contract: T►irv.tlQ. ,./sr1 e.av�/ E wet 7i- u•. a�am r/ia % 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 �A8.1" ( - tia-r — F lAi r and, 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Conditions. G \ PROJECTS \2009\09041\09041-SPECS.doc re of Auth'.rized Representative of Bidder) 3-18 1 1 1 1 1 10 1 1 1 1 1t l• 1 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: 00(4-hwes4, r oc> . (SUBCONTRACTOR) certifies that: 1 It intends to use the following listed construction trades in the work under the subcontract: e/% ✓1 eg- and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being D.p•e. 'Tr LI (=AL brri vs taiao ;ceps and, 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subco - - ubcon - . Certification required by these Bid Conditions ignature of Authoriz epresentative of Subcontractor) 10/16/2009 08:15 FAX 360 573 9866 II10/12/2009 10:30 FAX 509 457 2945 Prairie Electric Inc. 1001/001 'ITC Construction Ij j0002/0007 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: (1/4% R.. E EtECTT�R IL. (SUBCONTRACTOR) certifies that: 1. It intends to use the following listed construction trades in the work under the subcontract: Diecaibods and; As to those trades forwhich 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. Prairie Electric, Inc. by: (Signature of Authorized Representative of Subcontractor) —/2-O9 /0 zs.tw. OCT -14-2009 10:36A FROM: TO:4572945 P.1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ,JiUBCONTRACTOR'S C€RTIFICATION 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: aer-i— 44-LreiSOYN C 0-Y1 ce-le, (SUBCONTRACTOR) certifies that: 1. It intends to use the following listed construction trades in the work under the subcontract: I Arr rr - f rci5c':n 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 ail construction work (both federal and non-federal) In the Yakima, Washington area subject to these Bid Conditions, those trades being: l�nlerrr hiss 3 I CL 60.e' r e met,+ -1-4) vrLD r n &NO' 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. 'Inn .... r... ria, tit l C.... (Signature of Authorized Representative of Subcontractor) rrnrim.tlanorl I.r.r gb6Z L5b 805 IVA T,O:ZT 600/ET/OT 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 G:\P ROJ E CTS\2009\09041 \09041-S P EC S. doc 3-20 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days Requests for exemptions from these Bid Conditions must be made in writing, with justification, to Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C 20210 and shall be forwarded through and with the endorsement of the agency head Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance G:\PROJECTS\2009\09041 \09041 -SPECS. doc 3-21 PROPOSAL CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2257 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 $ ❑ DOLLARS ❑ ($ ) PAYABLE TO THE STATE TREASURER XIN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No (s)'It' , and SIGNATURE OF AUTHORIZED OFFICIALS a /4_ FIRM NAME (ADDRESS) �TC c 7 c.-'t(e+.-% re' 30' 345--‘ 6Jk. 181164 - PHONE NUMBE (0� 45 ?-- 3 9L FAX NUMBER 6S1)4 4-s-1- a 9 4 -5 - STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER. FEDERAL ID NO qv -m.2(94- 4,841 yam Goa ®/ I g 3000 Note- rrce DL. po3Kh/ (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\2009\09041\09041-SPECS.doc 3-22 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2009109041 \09041 -SPECS. doc 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this L -' day of OCTD/E.Q , 2009, by and between the City of Yakima, hereinafter called the OWNER, and TTC Construction, LLC hereinafter called the CONTRACTOR, WITNESSETH That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - City Project No IR2257, 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\2009\09041\09041-SPECS.doc 4-2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written OWNER City of Yakima, Washington By. Name R. A. Zais, Jr. Title City Manager CONTRACTOR. (SEAL) ATTEST r Name Deborah J. M(is Title City Clerk By• TTC Construction, LLC (SEAL) Name Address Phone ATTEST (Please Print or Type) P 0 Box 365 Yakima, WA 98907 509-457-3969 FAX. Jr 0 i — `vs-) -�,--��-- Name %7" -\t -N,. t -v \k�'.N (Please Print or Type) E-mail Address Employer Identification Number 9 01.C' -I4 L, G:\PROJECTS\2069\09041\09041-SPECS doc 4-3 NOTICE OF CLAIM AGAINST BOND RECEIVED 2010 JUN 25 Ali 11 13 TO: CITY OF YAKIMA, WASHINGTON, a municipality YAKIMA CITY CLERK 1� NOTICE IS HEREBY GIVEN that the undersigned, GRANITE NORTHWEST, INC., a Washington State corporation, has a claim in the sum of One Hundred Thirty -Three Thousand Five Hundred Fifty -Six and 23/100 Dollars ($133,556.23) plus accrued interest of 18% per annum from 4/20/10 until paid together with reasonable attorney fees and costs against the bond taken from RLI Insurance Company, Bond No. SSB399347, for the work of placing hot mix asphalt on the City of Yakima's Capitol Hill Irrigation System Improvements, Phase 1, City Contract No. IR2257. Dated: June Z5 , 2010. GRANITE NO'.THWEST, INC.: By: SO Y CHA Z, Sr. Business Manager. CONTRACT BOND BOND TO CITY OF YAKIMA Bond #: SSB399347 KNOW ALL PERSONS BY THESE PRESENTS TTC Construction, LLC That we, the undersigned, as principal, and RLI Insurance Company a corporation organized and existing under the laws of the State of Illinois as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Yakima in the penal sum of $9 2 2 , 3 4 8 . 6 0 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Yak r* TO8ee Dated at YWashington, this Zg day of � , 2009 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on C SE-? Z63 , 2009, the City Manager and City Clerk of said City of Yakima has let or is about to let to the said TTC Construction, LLC , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No 1R2257, and providing for the construction of CAPITOL HILL 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 TTC Construction, LLC shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, 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. SURLY RLI Insurance Company By' } 0/L114 Name Donna S. Martinez (Please Print or Type) Agent: Terril,Lewis & Wilke Ins. , Inc. P 0 Box 1789 Address Yakima, WA 98907 G'\PROJECTS12009109041109041-SPECS doc 4-4 (SEAL) ATTEST Name Alex B. Hodge (Please Print or Type) CONTRACTOR. By. Name 4,✓ .� T c,404.— (Pleasaa°rint or Type) Approved as to Form C City Attorney G:\PROJECTS\2009\09041\09041-SPECS doc 4-5 IRLI® 1 1 RLI Surety P O Box 3967 1 Peoria, IL 61612-3967 Phonc: (800)645-2402 1 Fax. (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Kenneth J. Frick. Donna S. Martinez, Alex B. Hodge, jointly or severally Iin the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as bindmg upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed m the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakmgs, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile " IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 12th day of August , 2009 IState of Illinois County of Peoria } SS On this 12th day of August 2009 before me, a Notary Public, personally appeared Rov C. Die , who being by me duly sworn, Iacknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By Jac Zvi "OFFICIAL SEAL" d. s : JACQUELINE M. BOCKLER wnoo COMMISSION EXPIRES 03/01/10 Notary Public RLI Insurance Company By Roy C. Di • Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this day of RLI Insurance Company 4665729030110 Vice President A0059207 ' ' ICATF LIABILITY INSURANCE ACORD CERTIFICATE O TM DATE(M/DD/YYYY) 10/28/2009 PRODUCER (509)248-3515 FAX (509)248-3673 Terri 1 , Lewis and Wilke Insurance Inc P 0 Box 1789 112 5 4th Street Yakima, WA 98907 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED TTC Construction, LLC PO Box 365 Yakima, WA 98907-0365 I INSURER A: Liberty Northwest/N.Pacific 41939 INSURER B: C07155871 INSURER C: 02/02/2010 INSURER D: $ 1,000,000 INSURER E: DAAGEX PREM SESO(EB occur REED 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 MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. System /NSR LTR DD'y INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYYYL POLICY EXPIRATION DATE (MMIDD/YYYYL LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY C07155871 02/02/2009 02/02/2010 EACH OCCURRENCE $ 1,000,000 DAAGEX PREM SESO(EB occur REED $ 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CO7155871 02/02/2009 02/02/2010 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTOOTHER AUTO ONLY - EA ACCIDENT $ THAN EA ACC $ AUTO ONLY: AGG $ A EXCESS X I UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ C07155871 02/02/2009 02/02/2010 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ $ $ A WORKERS AND EMPLOYERS' ANY AFYIPROPRIETOR (Mandatory If yes, describe SPECIAL PROVISIONS COMPENSATION LIABILITY Y / N CO7155871 STOP GAP 02/02/2009 02/02/2010 TWC ORY STA ITS I X IOTH- ER E.L. EACH ACCIDENT $ 1,000,000 PARLNERDEXECUTIVE E.L. DISEASE - EA EMPLOYEE $ 1,000,000 In NH) under below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHERG24096440 Pollution Liability 001 10/27/2009 10/27/2010 $1,000,000 DESCRIPTION City Associates, lanket attached. OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS of Yakima, its agents, employees and elected or appointed officials and Huibregtse, Louman Inc. are named as additional -insureds as respects: project #2257, Capitol Hill Irrigation Improvements. Primary and Non -Contributory coverage applies per form CG 0001 (12/04). Additional Insured form LGL 4032 11 07 attached. Per Project Aggregate form CG2503 03 97 Replaces certificate dated 10/21/09 1 1 1 CERTIFICATE HOLDER CANCELLATION City of Yakima Sue Ownby, Purchasing Manager 129 N 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL XX XX MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XXIXF)111KNdiVW'sXIXIIC 1 ? OWAVaWaXXIXedfla 3Y/XI XXXXKaadaIX'XKOIXIXXXXi XIS X Xglakaai,XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX AUTHORIZED REPRESENTATIVE Alex Hodge/ANN ACORD 25 (2009/01) FAX: 509 .965 .3800 © 1988-2009 ACORD CORPORATION All rights reserved. The ACORD name and logo are registered marks of ACORD 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance 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 (2009/09) C07-15-58-71 TTC CONSTRUCTION LLC 02/02/09 COMMERCIAL GENERAL LIABILITY LGL 4032 11 07 BLANKET ADDITIONAL INSUREDS - CONTRACTORS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. A. Section II —Who Is An .Insured is amended to include as an insured the following 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy Such person or organization is an additional insured only with respect to "bodily injury" or "property damage" directly resulting from your ongoing operations for that additional insured, whether the work is performed by or for you A person's or organization's status as an additional insured under this endorsement ends the earliest of when your operations for that additional insured cease, when they are completed, or that particular part if "your work" has been put to its intended use. 2. Any person or organization from whom you lease a premises when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy Such person or organization is an insured only with respect to "bodily injury" or "property damage" directly resulting from your ownership, maintenance, or use of that part of the premises leased to you by such person or organization A person's or organization's status as an insured under this endorsement ends when their contract or agreement with you for such leased premises .ends 3. The architects, .engineers or surveyors, while not engaged by you, that are contractually required to be added as an additional insured to your policy, but only with respect to "bodily injury" or "property damage" directly resulting from .a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations performed by you or on your behalf. B. With respect to the insurance afforded these additional insureds, the following additional exclusions apply 1. The insurance afforded under Paragraph 1.A.1. and 1.A.3. of this endorsement does not apply to. "Bodily injury", "property damage" or "personal and advertising injury' arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including. a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, drawings, designs or specifications; and b. Supervisory, inspection, architectural or engineering activities. 2. The insurance afforded under Paragraph 1.A.2. of this endorsement does not apply a. To any "occurrence" which takes place after you cease to be a tenant in that premises; b. To structural alterations, new construction or demolition operations performed by or on behalf of the person or organization from whom you lease the premises C. Coverage is provided only to the extent that "bodily injury" or "property damage" is caused by you or others performing operations on your behalf No coverage is provided if, in the absence of this endorsement, no liability would be imposed on you by law. Insurance provided under this endorsement shall not exceed the lesser of 1. The coverage and limits of this policy, or 2. The coverage and limits required by written contract, written agreement or permit. LGL 4032 11 07 C 841 02 Contains ISO copyrighted material, with its permission Copyright, Insurance Services Office, Inc., 2004 Page 1 of 2 D. Conditions 1. Duties In The Event Of Notice, Claim or Suit The following is added to paragraph 2., Duties In The Event Of Notice, Claim or Suit: An additional insured under this endorsement must comply with all provisions of this section 2. Other Insurance With respect to insurance provided by this endorsement to an additional insured, paragraph 4. of Section IV — Commercial General Liability Conditions is deleted and replaced by the following 4. Other Insurance a. Primary Insurance If required by written contract or written agreement, this insurance is primary and we will not seek contribution from any insurance held by the additional insured for damages we cover b. Excess Insurance If there is other valid and collectible insurance available to the additional insured, other than insurance held by the additional insured, this insurance is excess over that insurance In the event the additional insured has other coverage for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those policies 3. Waiver of Transfer of Rights of Recovery Against Others to •Us Paragraph 8., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following If required by written contract, agreement or permit, we waive any right of recovery 'we may have against an additional insured above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization Page 2 of 2 E 487 02 Contains ISO copyrighted material, with its permission Copyright, Insurance Services Office, Inc., 2004 LGL 4032 11 07 POLICY NUMBER. COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE EACH PROJECT, SEPARATELY CONTRACTED (If no entry appears above, information required to complete this endorsement will be .shown in the Declarations as applicable to this endorsement) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggre- gate Limit shown in the Declarations. 2. The Designated Construction Project Gen- eral Aggregate Limit is the most we will pay for the sum of all damages under COVER- AGE A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of a. Insureds; b. Claims made or "suits" brought, or c. Persons or organizations making claims or bringing "suits". (-,!-' ')L no no 07 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Desig- nated Construction Project General Aggre- gate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in this Dec- larations nor shall they reduce any other Des- ignated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above, 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Ex- pense continue to apply However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Con- struction Project General Aggregate Limit. B For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above 1 Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable, and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction project E. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated Paae 2 of 2 Coovrioht. Insurance Services Office Inc. 1996 CG 25 03 03 97 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08 0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from a.m to p m , days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1-08 0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES 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\2009\09041 \09041 -SP ECS. doc 4-6 Contractor Signature Date SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G: \ PROJECTS \ 2009 \ 09041 \09041 -SP ECS.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 CONTRAC- TOR. 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\2009\09041\09041-SPECS.doc 5-2 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -2- 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6.00 PM SATURDAY TO 6-00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN A FOUR (4) DAY, TEN (10) HOUR WORKWEEK IS ESTABLISHED, W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5.00 AM AND 5-00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -3- 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. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. 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, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -4- W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN-HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 09-02-2009 -5- R. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 5 S. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). ✓ PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6 A. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS NEW YEARS DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2). 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). G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS NEW YEARS DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS NEW 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 U V W X. Y Z. A. BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -6- 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). 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). PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY NOTE CODES IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE DEPTH PREMIUMS APPLY TO D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $ L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - B $0.50, AND LEVEL C $0.25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS C & D $0.50 N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - B $0 75, LEVEL C $0.50, AND LEVEL D $0.25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS B SUIT $1 50, CLASS C SUIT $I 00, AND CLASS D SUIT $0.50 1 00 PER HOUR. LEVEL A. $0 75, LEVEL LEVELS A & B $1 00, LEVEL A. $] 00, LEVEL - CLASS A SUIT $2.00, YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 ELECTRICIANS - INSIDE CABLE SPLICER $51 64 1E 5A JOURNEY LEVEL $49 84 1E 5A WELDER $53 44 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54 59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 33 4A 5A POLE SPRAYER $54 59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $64 81 4A 6Q MECHANIC IN CHARGE $70 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 72 1 LABORER $8 55 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $29 65 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $1 1 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8 55 1 TV TRUCK OPERATOR $10 53 1 Page 2 YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48.72 10 5A LABORERS ALL CLASSIFICATIONS $18 12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $3161 1H 5D PIPE LAYER $32.16 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 $37.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 MODULAR BUILDINGS JOURNEY LEVEL $1411 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $46 63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $61.24 2V 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $47 12 1T 5D 8P BUMP CUTTER $49 90 1T 5D 8P CABLEWAYS $50 39 1T 5D 8P CHIPPER $49 90 1T 5D 8P COMPRESSORS $47 12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47 12 1T 5D 8P CONCRETE PUMPS $49 48 1T 5D 8P Page 3 YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P CONVEYORS $49 48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 50 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A -FRAME, OVER 10 TON $49 48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49 90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50 39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50 94 1T 5D 8P CRANES, TOWER CRANE UP TO 175 IN HEIGHT, BASE TO BOOM $50 94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51 51 1T 5D 8P CRUSHERS $49 90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49 90 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZERS, D-9 & UNDER $49 48 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P DRILLING MACHINE $49 90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 48 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49 90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $47 12 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $49 48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50 94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50 94 1T 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P MOTOR PATROL GRADER (NON -FINISHING) $49 48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $50 39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47 12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P Page 4 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P POWER PLANT $47 12 1T 5D 8P PUMPS, WATER $47 12 1T 5D 8P QUAD 9, D-10, AND HD -41 $50 39 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $50 39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P ROTO -MILL, ROTO -GRINDER $49 90 1T 5D 8P SAWS, CONCRETE $49 48 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P SCREED MAN $50 39 1T 5D 8P SHOTCRETE GUNITE $47 12 1T 5D 8P SLIPFORM PAVERS $50 39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50 39 1T 5D 8P SUBGRADE TRIMMER $49 90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HP & UNDER) $49 48 1T 5D 8P TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P TRENCHING MACHINES $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49 90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49 90 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39 33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37 85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26 58 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $61.24 2V 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 Page 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 55 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13 89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15 56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34 85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17 00 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $8 55 1 ROOFERS JOURNEY LEVEL $32.52 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $35 52 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $14 65 1 SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14 65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $2311 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8 55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $46 30 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15 05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20 00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18 10 2B 5A INSTALLER (REPAIRER) $30 94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A SPECIAL APPARATUS INSTALLER 11 $31 62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A Page 6 YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 TRUCK DRIVERS ASPHALT MIX DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER Page 7 $17 18 2B 5A $22.73 2B 5A $27 09 2B 5A $24 35 2B 5A $30 02 2B 5A $30 37 1M 5A $26.29 1M 5A $38 90 1K 5A $14 19 1 $34 24 2G 61 $34 24 2G 61 $34 24 2G 61 $34.24 2G 61 $25 44 1 $9.20 1 $18 00 1 i SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJ ECTS\2009\09041 \09041 -SPECS. doc f 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON STANDARD SPECIFICATIONS FOR CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2257 Project No 09041 The 2008 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:\P ROJ ECTS\2009\09041 \09041 -SPECS . doc 6-2 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2257 HLA Project Number 09041 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 6-19 PROPERTY ACCESS NOTIFICATION 6-30 1-08 PROSECUTION AND PROGRESS.. 6-31 REQUEST TO SUBLET WORK 6-33 1-09 MEASUREMENT AND PAYMENT 6-36 1-10 TEMPORARY TRAFFIC CONTROL ... 6-44 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-45 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-47 2-03 ROADWAY EXCAVATION AND EMBANKMENT 6-47 2-07 WATERING 6-49 2-09 STRUCTURE EXCAVATION... 6-49 2-11 TRIMMING AND CLEANUP .6-49 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 6-49 3-02 STOCKPILING AGGREGATES . . .6-50 4-04 BALLAST AND CRUSHED SURFACING 6-50 5-04 HOT MIX ASPHALT 6-50 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS .6-52 7-09 WATER MAINS . . 6-53 7-12 VALVES FOR WATER MAINS . .... 6-55 7-20 PIPE INSTALLATION REQUIREMENTS (NEW SECTION) .. 6-55 8-04 CURBS, GUTTERS, AND SPILLWAYS .. 6-61 8-14 CEMENT CONCRETE SIDEWALKS .. 6-62 G'\PROJ ECTS\2009\09041 \09041-SPECS.doc 6-3 SPECIAL PROVISIONS FOR CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2257 HLA Project No. 09041 The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 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. IR2257 Irrigation system improvements including cleaning and inspection of approximately 215 linear feet of existing pipes; sliplining approximately 215 linear feet of new 2" HDPE pipe; horizontal directional drilling approximately 2,000 linear feet of new 3" and 6" HDPE pipe, trenching approximately 12,000 linear feet of new 2", 3", 4", 6" and 12" PVC pipe, and installing approximately 320 service connections. Work includes installation of new mainline valves, service valves, and service pipes; connection to existing mainline and service pipes of various materials, abandonment and/or removal G:\PROJECTS\2009\09041 \09041 -SP ECS.doc 6-4 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 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 2008, 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 2008 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:\P ROJECTS\2009\09041 \09041-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:\P ROJ ECTS\2009\09041 \09041 -SP E CS. d oc 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 \2009\09041 \09041-S P E C S. doc 6-7 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\2009\09041 \09041-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 Project Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery This section is supplemented with the following' Clearly identified sealed bids will be received at the following location before the specified time Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 IRREGULAR PROPOSALS (October 1, 2005 APWA GSP) Revise item 1 to read 1 A proposal will be considered irregular and will be rejected if• a The bidder is not prequalified when so required, b The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions, d The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e A price per unit cannot be determined from the bid proposal; f The proposal form is not properly executed, g The bidder 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 past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress, affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization G:\PROJECTS\2009\09041 \09041-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, 2008 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 and schedules of work 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 and schedules of work. 1-03.3 EXECUTION OF CONTRACT (October 1, 2005 APWA GSP) Revise this section to read: G:\PROJECTS\2009\09041 \09041-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 \2009\09041\09041-SPECS.doc 6-11 1 `I Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of two (2) years from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1-03 4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. 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:\PROJ ECTS\2009\09041 \09041-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. 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. G:\PROJECTS\2009\09041 \09041 -SP ECS.doc 6-13 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 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, G:\P ROJECTS\2009\09041 \09041 -SP ECS.doc 6-14 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: 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 G.\PROJ ECTS\2009\09041 \09041-SPECS.doc 6-15 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 (2) years after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non - defective and authorized work, all without cost to the Contracting Agency If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05 7 of these Specifications. The Contractor agrees the above two (2) -year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after two (2) years, but prior to the expiration of the legal time period set forth in the laws of the State of Washington limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. G:\PROJECTS\2009\09041 \09041-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\2009\09041 \09041-SPECS.doc 6-17 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 (March 29, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, 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:\PROJ ECTS\2009\09041 \09041-SPECS.doc 6-18 compliance with the Specifications The Contractor shall provide access and equipment (backhoe, etc ) for testing as required Trench Backfill All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor) Roadway Embankment Roadway embankment compaction shall be as specified in SECTION 2-03 3(14) Roadway Subgrade Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Compaction of ballast and crushed surfacing shall be as specified in SECTION 4-04.3(5) Cement Concrete Curb, Gutter, and Sidewalk Concrete strength cylinders shall be taken and tested as determined by the Owner Asphalt Paving Compaction of asphalt concrete pavement shall be as specified in SECTION 5-04 3(10)B 1-07 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 G \PROJECTS\2009\09041\09041-SPECS.doc 6-19 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 STATE SALES TAX (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28 050) The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 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 G:\P ROJECTS\2009\09041 \09041-SPECS.doc 6-20 Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244) 0706.GR1 Permits And Licenses Section 1-07 6 is supplemented with the following 07061.GRI (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds 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 City of Yakima Irrigation City of Yakima Wastewater Pacific Power Charter Communications Cascade Natural Gas G:\PROJ ECTS\2009\09041 \09041-SPECS.doc 2301 Fruitvale Blvd , Yakima, WA 98902 2301 Fruitvale Blvd , Yakima, WA 98902 204 W Pine, Yakima, WA 98901 500 N Keys Road, Yakima, WA 98901 1005 No 16`h Ave , Yakima, WA 98902 P 0 Box 1286, Yakima, WA 98907 6-21 (509) 575-6196 (509) 575-6194 (509) 576-6302 (509) 575-3146 (509) 494-7715 (509) 457-5905 Qwest 8 S 2"d Avenue, Yakima, WA 98902 (509) 575-7183 Naches-Cowiche Canal 5461 W Powerhouse Road, Yakima, WA 98908 (509) 930-9001 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 less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday The telephone number for the One Call Center for this project is 1-800-424-5555 If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with 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" endorsement substantially as follows: G:\P ROJ E CTS\2009\09041 \09041 -SP ECS.d oc 6-22 1 The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named E The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s) F 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 G All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation in any insurance policy H Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s) The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency J 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 K. 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. G\PROJECTS\2009\09041 \09041-SPECS.doc 6-23 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: "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 G:\P ROJ ECTS\2009\09041 \09041-SPECS.doc 6-24 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 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 1-07.18(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 1-07.18(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 loss and annual aggregate G:\PROJECTS\2009\09041 \09041-S P EC S. d oc 6-25 1-07.18(5)H PROFESSIONAL LIABILITY (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design Itant 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. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) CONSTRUCTION UNDER TRAFFIC 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: G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-26 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 Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2 Detour crossings of intersecting highway, and 3 Temporary approaches And add the following: The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall. 1 Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; 2 Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; 3 Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; 4 Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious, and 5. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour 6 When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following 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 G:\PROJECTS\2009\09041\09041-SPECS.doc 6-27 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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 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. osted `:SpeedRz F r - aµ Rh`r..,:F'x'.,:`*kr !�r:%9a:-ca ' Disfan'ee'From Traveled Wa Feet _ y:..(� )i 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 G:\PROJECTS12009\09041 \09041-SPECS.doc 6-28 way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established 1-07.28 SAFETY STANDARDS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: When construction activities will 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\2009\09041\09041-SPECS.doc 6-29 Insert Property Access Notification Form G:\PROJ ECTS\2009\09041 \09041-SPECS.doc 6-30 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 7 00 a m or after 6-00 p m on any day, the Contractor shall apply in writing to the Engineer for permission to work such times Permission to work longer than an 8 -hour period between 7:00 a m and 6 00 p m. is not required Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10 00 p m and 7:00 a m during weekdays and between the hours of 10.00 p m. and 9:00 a m on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or G'\P ROJECTS\2009\09041 \09041 -SP ECS .doc 6-31 adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to• requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. (******) 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\2009\09041\09041-SPECS.doc 6-32 72 Washington State Adak ®41, Department of Transportation Request to Sublet Work 0 Subcontractor 0 Lower Tier Subcontractor 0 DBE Prime Contractor Federal Employer I D Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor 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 Status Verification 0/0 Project Engineer's Signature ❑ Approved Date ' Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 03/2008 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\2009\09041109041-SP ECS.doc 6-34 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 CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS required to provide customers with unrestricted irrigation water use shall be completed no later than March 12, 2010 Final paving and other repair work may be completed following March 12, 2010, but shall be completed no later than April 9, 2010 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 12, 2010, 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\2009\09041\09041-SPECS.doc 6-35 If unrestricted irrigation use is provided by the date required, but remaining Contract work is not completed by April 9, 2010, 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 G:\PROJECTS12009\09041 \09041-SPECS.doc 6-36 2 The lump sum price bid for "Project Temporary Traffic Control," shall be full compensation for all labor, materials, tools, and equipment necessary to provide Traffic Control Plans and traffic control for all project areas, as defined in Section 1-10 Temporary Traffic Control 3 The lump sum price bid for "Clearing and Grubbing," shall be full compensation for all labor, materials, tools, and equipment necessary for removal and replacement of fences; removal, protection, and replacement of landscaping including shrubs, bushes, and plants, removal of trees and root balls, including backfill and compaction of imported top soil; removal of all surfaces encountered as required to accomplish the construction; removal of deleterious materials found during excavation, and potholing, including hauling to and disposal of waste material at an approved waste site 4 The lump sum price bid for "Irrigation Headworks Box Modification," shall be full compensation for all labor, materials, tools, and equipment necessary to make all connections and modifications to existing irrigation headworks box including but not necessarily limited to, excavation, dewatering, removal of existing pipe and valves, plugging existing penetrations, removal of all surfaces and deleterious materials encountered as required to accomplish the construction, new penetrations into box, furnishing and installing PVC pipe and fittings, linkseals and grout, backfill and compaction, testing, and furnishing and installing new aluminum Access Hatch, as shown on the Plans and specified herein 5 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 6 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 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 Connection for ," per each No additional payment shall be made for removal of more than one obstruction if located within the same excavation area 7 The unit price bid for "Abandon Irrigation Valve," per each, shall be full compensation for all labor, materials, tools, and equipment for abandoning existing irrigation mainline valves, including, but not necessarily limited to, excavation, dewatering, closing existing irrigation valve, removal of existing valve box, backfill and compaction of select material, and placing of hot mix asphalt as shown on the Plans and specified herein 8 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 for both sliplining and horizontal directional drilling, 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 If a launching or receiving pit lies immediately adjacent to trench work, then no measurement or payment shall be made for an access pit, but shall be paid under the bid item "Trench =Inch PVC Pipe," per linear foot. 9 The unit price bid for "Horizontal Directional Drill =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, G \PROJECTS\2009\09041\09041-SPECS doc 6-37 dewatering, laying and joining the pipe and fittings, fusing equipment, technical service, water for drilling fluid, disposal of drilling fluid, pipe connections, pipe zone bedding at access and service locations, excavations to maintain pipe slope, concrete blocking, backfill and compaction, and testing 10 The unit price bid for "Slipline =Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings in existing irrigation piping of various materials and diameters including, but not necessarily limited to, 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. 11 The unit price bid for "Trench _-Inch PVC Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the PVC pipe and fittings including, but not necessarily limited to, trench excavation, removal of existing pipe, plugging and abandoning existing irrigation mains at trench crossings, dewatering, laying and joining the pipe and fittings, pipe zone bedding, connections to new and existing pipes and valves, detectable marking tape, backfill and compaction, concrete blocking, and testing as shown on the Plans and specified herein 12 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. 13 The unit price bid for "Roadway Excavation Including Haul," per cubic yard, shall be full compen- sation for all labor, tools, materials, and equipment necessary to complete this item as specified and as shown on the Plans including, but not necessarily limited to, excavation and removal of existing roadway materials of whatever nature encountered, and preparation and compaction of the roadway subgrade 14 The unit price bid for "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. 15. The unit price bid for "Service Connection for PVC," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service connection at the PVC mainline including, but not necessarily limited to, excavation, dewatering, preparation and connection to the PVC irrigation main, testing, connection to the new service lateral, backfill, and compaction 16. The unit price bid for "Service Connection for HDPE," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service connection 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 17 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 matching the size of the service connection in place including, but not necessarily limited to excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-38 18 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 19 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 Iron valve caps to be provided by the City. 20 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 21 The unit price bid for "Blowoff/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 22 The unit price bid for "Trench Repair, Type ," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, sawcutting, removal and disposal of existing asphalt concrete surfacing from public or private property, surface preparation, placing hot mix asphalt, compacting, trimming, sloping, tack coat, adjustment of utility castings, 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 23 The unit price bid for "HMA CI 3/8" PG 64-28," per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, sawcutting, removal of existing asphalt pavement, compacting sub -base material, placing asphalt, compacting, trimming, sloping, tackcoat, adjustment of utility castings, or any other work required to complete the work, in place Price includes installing and maintaining gravel surface to the satisfaction of the Owner until hot mix asphalt becomes available 24 The unit price bid for "Gravel Surfacing 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; furnishing and placing aggregate; spreading, shaping, watering, and compacting, and any other work required to complete the work, in place 25 The unit price bid for "Sodded Lawn Repair," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new sod, including, but not necessarily limited to, finished grading, surface preparation, fertilizing, placing sod, and monitoring the newly placed sod area for three weeks following completion 26 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 G:\PROJ ECTS\2009\09041 \09041 -SP ECS.doc 6-39 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 27 The unit price bid for "Concrete Slab, -Inch Thick," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new concrete slab including, but not necessarily limited to, sawcutting, removal and disposal of existing concrete surfacing from public or private property, surface preparation, furnishing and placing aggregate base, placement of cement concrete, rebar (6" slabs), finishing, jointing, and curing. 28 The unit price bid for "Crushed Surfacing Base Course," per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the aggregate material under new asphalt pavement in roads and alleys including aggregate materials, placing, watering, and compacting, at locations shown on the Plans, and as directed by the Owner 29. 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. 30. For the bid item "Minor Change," refer to Section 1-04.4(1) Minor Changes of the Technical Specifications. G:\PROJECTS\2009\09041\09041-SPECS.doc 6-40 1-09.4 EQUITABLE ADJUSTMENT (******) Replace Item 2 b with the following 2 b Per Section 1-09 6, Force Account. 1-09.6 FORCE ACCOUNT (October 10, 2008 APWA GSP) Supplement this Section with the following: 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, the Contracting Agency does not warrant expressly or by implication, 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 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 G:\PROJ ECTS\2009\09041 \09041-SPECS.doc 6-41 (******) 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. 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39 04.250, RCW 39.12, and RCW 39 76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1 Damage to another contractor when there is evidence thereof and a claim has been filed. 2 Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05 6). 4. Landscape damage assessments per Section 1-07 16 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08 0(3) 6 Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08 9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-42 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 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 GAP ROJECTS\2009\09041 \09041 -SP ECS.doc 6-43 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) 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 Tess, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration 1-09.13(3)A ADMINISTRATION OF ARBITRATION (October 1, 2005 APWA GSP) Revise the third paragraph to read. The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) DESCRIPTION (May 25, 2006 APWA GSP) Revise the third paragraph to read. The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 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 G:\P ROJECTS\2009\09041 \09041 -SP ECS.doc 6-44 401 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 (TCS) who shall prepare signing plans to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date This project requires a full-time TCS who does not have other duties on the project. Work may not proceed in the absence of the TCS When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor The signing plans shall be prepared by a Traffic Control Supervisor and shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. If the construction, repair, or maintenance work includes or uses grooved pavement, abrupt lane edges, steel plates, or gravel or earth surfaces, the construction, repair, or maintenance zone shall be posted with signs stating the condition, as required by current law, and in addition, must warn motorcyclists of the potential hazard. The sign shall include at least the following language. "MOTORCYCLES USE EXTREME CAUTION." All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum. 1-10.4 MEASUREMENT 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 G'\PROJ ECTS\2009\09041 \09041 -SP ECS.doc 6-45 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 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 " G:\P ROJ ECTS12009\09041 \09041 -SP ECS. doc 6-46 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 DESCRIPTION (******) This section is supplemented with the following: Roadway excavation and embankment shall consist of removing the existing material in roadways and alleys of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross-section shown on the Plans or as staked in the field. The material to be excavated shall be classified as "Unclassified Excavation Including Haul " Where directed by the Engineer, the Contractor shall excavate beyond the right of way in order to adequately slope adjacent properties No additional compensation will be made for excavating outside the right of way The Contractor shall use caution while performing roadway excavation Heavy, rubber -tired equipment, particularly front end loader, shall limit their travel over a single area as much as possible Trucks shall observe a 10 mph speed limit when traveling over exposed subgrade areas 2-03.3(3) EXCAVATION BELOW GRADE (******) This section is supplemented with the following: At the direction of the Engineer, areas within the street subgrade which exhibit instability due to high moisture content shall be: 1 Aerated and allowed to dry, 2 Over -excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing base course The contractor may be instructed to install construction geotextile for soil stabilization in the excavation, 3 Or a combination of any of the above G.\P ROJECTS\2009\09041 \09041-SPECS.doc 6-47 Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Including Haul" and "Crushed Surfacing Base Course" and applying the unit bid price No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. 2-03.3(7) DISPOSAL OF SURPLUS MATERIALS 2-03.3(7)A GENERAL (******) This section is supplemented with the following: Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste A waste site has not been provided by the Contracting Agency for disposal of excess material, unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material at back of new sidewalk, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461 2-03.3(14)C COMPACTING EARTH EMBANKMENTS (******) This section is supplemented with the following. Compacting embankments and excavations shall be by Method "C" as specified under SECTION 2- 03 3(14)C of the Standard Specifications 2-03.3(14)D COMPACTION AND MOISTURE CONTROL TESTS (******) This section is supplemented with the following. The Contractor shall notify the Engineer when ready for in-place subgrade density tests. Placement of courses of aggregate shall not proceed until density requirements are met. 2-03.4 MEASUREMENT (******) This section is supplemented with the following; "Roadway Excavation including Haul" will be measured by the cubic yard: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this Contract, and the alignment, profile, grade, and roadway section as shown on the Plans and as staked by the Engineer Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankment. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. G:\PROJECTS\2009\09041\09041-SPECS.doc 6-48 2-03.5 PAYMENT (******) This section is supplemented with the following "Roadway Excavation Including Haul," per cubic yard. Payment shall be made per Section 1-09 3(1) Description of Bid Items 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 (******) G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-49 This section is supplemented with the following: No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR (******) This section is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) This section is supplemented with the following: 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 repair existing street and alley surfaces at locations shown on the Plans where utility trenches were excavated and backfilled prior to or along with this project. 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: G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-50 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. 5-04.3(5)A PREPARATION OF EXISTING SURFACE (******) This section is supplemented with the following - No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer 5-04.3(5)E PAVEMENT REPAIR 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 CI 3/8" PG 64- 28 " 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: G:\PROJECTS\2009\09041 \09041 -SP ECS.doc 6-51 Delete all references to Combined Pay Factor (CPF) Payment will be made on the basis of the unit contract price for HMA Cl. 3/8 -inch for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5-04.3(13) SURFACE SMOOTHNESS (******) This section is supplemented with the following: Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth -riding connection to the existing pavement. HMA Cl. 3/8 -inch shall be utilized in the construction of the feathered connections to existing pavement. All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Cl. 3/8" PG 64-28." All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7-05.3(1). 5-04.3(15) HMA ROAD APPROACHES (******) This section is supplemented with the following. Any portion of the existing driveway (road approach) beyond the construction limits that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer. Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to provide safe ingress and egress and shall be constructed of materials in kind, as shown on the plans, or as otherwise directed by the Engineer. All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth and no damage occurs to the pavement which is to remain 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 G:\P ROJ ECTS\2009\09041 \09041-S P ECS.doc 6-52 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: 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, 11/2 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 both PVC and 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), or as approved by the Engineer 7-09.1(1)E TRENCH BACKFILL (******) Add the following: G:\PROJECTS\2009\09041\09041-SPECS doc 6-53 Imported select backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers. The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of SECTION 9-03 9(3), or as approved by the Engineer 7-09.2 MATERIALS (******) Revise this section as follows: Polyethylene Pressure Pipe (HDPE) .... .............................. see Section 7-20 Polyvinyl Chloride Pressure Pipe (PVC) PVC pipe 6 -inches and over shall meet the requirements of ANSI/AWWA C900 and shall have minimum wall thickness equal or greater than a standard dimension ratio (SDR) of 18. Joints shall meet the requirements of ASTM D 3139 using a restrained rubber gasket meeting the requirements of ASTM F 477 PVC pipe under 6 -inches shall meet the requirements of ASTM 2241 and shall have minimum wall thickness equal or greater than a standard dimension ratio (SDR) of 21. Joints shall meet the requirements of ASTM D 3139 using a restrained rubber gasket meeting the requirements of ASTM F 477. Bedding Materials (Flexible Pipes) .. 9-03 9(3) Top Course Bedding Materials (Rigid Pipes) 9-03 9(3) Base Course Imported Select Backfill .... . .............. .. 9-03 9(3) Base Course 7-09.3(9) BEDDING THE PIPE (******) The first sentence shall be replaced with the following: Bedding material shall be imported pipe bedding meeting the requirements of SECTION 7-09.2 of these Special Provisions. 7-09.3(10) BACKFILLING TRENCHES (******) Add the following: Street crossing trenches 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. G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-54 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 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 2 -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 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 PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 7-20.1 DESCRIPTION (******) The intent of this Specification is to provide general requirements for the rehabilitation of the existing irrigation system piping with new HDPE and PVC piping. These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is the rehabilitation of the existing irrigation system piping to provide leakproof, pressurized G:\PROJECTS\2009\09041 \09041 -SP ECS.doc 6-55 irrigation service. Therefore, the precise materials and the methods outlined are not described in detail in the following Sections All materials and methods used shall be approved by the Engineer prior to beginning work. 7-20.2 MATERIALS (******) Polyvinyl Chloride Pressure Pipe (PVC) shall comply with Section 7-09 Water Mains. 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. 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 G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-56 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 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 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 G:\PROJECTS \2009\09041 \09041-SPECS.doc 6-57 cleaning, televising shall be suspended, payment shall be made based on the actual televised length, and the remaining televising of irrigation piping shall be continued upon successful correction of the blockage by the Contractor No additional payment shall be made for additional setups required due to obstructions encountered during televising. No separate payment will be made for any excavations or any other method which may be required to retrieve video equipment that may have been hung up, destroyed, and/or lost during the operation 7-20.3(1)C OBSTRUCTION REMOVAL The Contractor shall be required to remove in entirety all full and partial obstructions discovered during the cleaning and televising work, including existing service connections, prior to sliplining work. At existing service connections, the Contractor shall excavate and remove the existing service connections from the existing irrigation main. If a new service connection is proposed for the location, the Contractor shall remove a minimum two (2) foot section of the existing main, centered on the location of the proposed service connection 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. G:\PROJ ECTS\2009\09041 \09041-SPECS.doc 6-58 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 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 be required to maintain the installed pipe slope at a constant rate, and no humps or dips in the pipe profile will be allowed unless otherwise approved by the Engineer The contractor may be required to trench excavate, especially at drilling insertion locations, in order to maintain pipe slope 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 potholed and 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 would 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. Drilling fluid shall not be allowed to enter sewer or storm drain systems 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 shall be 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. 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 G:\PROJECTS\2009\09041109041-SPECS doc 6-59 tool manufacturer for size of pipe to be pulled and installed Sufficient air hose shall be provided to 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, including all required repair, shall be the responsibility of the Contractor. Bore pit locations are shown on the Plans For pneumatic boring operations, only planned bore pit 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 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 Toad gauge to measure the winching load. At the end of each day's winching, the Contractor shall provide the Owner with copies of the forces recorded in winching at the start of any pull and during the pull at increments of 50 feet of winching distance and at any restart after temporary stops The winch shall be fitted with a device to automatically disengage when the load exceeds a preset maximum load to be approved by the Owner. Under no circumstances will the pipe be stressed beyond its elastic limit. The Contractor shall supply sufficient cable in one continuous length so that the pull may be continuous between approved winching points. The winch, cable, and cable drum shall be provided with safety cage and supports so it may be operated safely without injury to persons or property The Contractor shall provide a system of guide pulleys and bracings at each access pit to minimize cable contact with the existing irrigation piping. The nose cone at the head of the slipline pipe shall be fitted with a swivel attachment to prevent or minimize the twist transmission between the winch cable and the nose cone The excavation supports at the launch site shall remain completely separate from the pipe support system and must be so designed that neither the pipe nor the winch cable is in contact with them. Lubrication to ease the pull shall be as recommended by the HDPE pipe manufacturer, shall not be harmful to piping materials, and shall be approved by the Owner 7-20.3(2)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 pipe plus the sloping ends of the pit. The ends of the pit shall be sloped at a minimum of 2.5 to 1 slope from the ground surface to the top of the existing irrigation main The sides of the pit shall be properly braced per local, state, and federal regulations The width of the access pit shall be a minimum of the outside diameter of the existing irrigation main plus 12 inches, but shall not exceed 3 feet in width. The access pit shall allow insertion of continuous G:\P ROJECTS\2009\09041 \09041 -SP ECS.doc 6-60 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. 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, made with hole saw, and match the service size (i.e 3/4" hole for 3/4" service, etc) All service coupons shall be retained. Following sufficient cooling time, all service saddle connections shall be pressure tested by the Contractor and approved by the Owner prior to tapping the main, completion of the service, and backfilling operations The Contractor shall prove new service connections are connected to the intended private irrigation system using compressed air, or other method as proposed by the Contractor and approved by the Engineer 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 within 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 G:\PROJECTS \2009 \ 09041 \09041 -SP ECS.doc 6-61 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 "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. G:\PROJ ECTS\2009\09041 \09041-SPECS.doc 6-62 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 April 7, 2008 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No PT 08-001, effective April 7, 2008 is made a part of this contract. The Standard Plans are revised as follows All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt" All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA" C-1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -la In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long C-1 b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long C -2s Delete reference to Cross -Section A. C-5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit" C-8 END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top of the view, 1 1/2" R. and below another dimension of 1 1/2" R., the bottom dimension should be 7/8" R. C-10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia holes, changes from 8" to 3" 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-12 Note 1 is revised to read: Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List and shall be installed in accordance with the manufacturer's recommendations Products not listed on the G\PROJECTS\2009\09041\09041-SPECS doc 6-63 Qualified Products List are considered when submitted with a Request of Approval of Materials (RAM) form D -la through D -1f Deleted. F-40.12 through F-40.18 The following note is added to these five plans: Note 7 To the maximum extent feasible, the ramp cross slope shall not exceed 2%. K-80.30-00 In the NARROW BASE, END view, the reference to Std Plan C -8e is revised to Std. Plan K-80 35 M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN is changed to 300' MIN 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-10.10-00 .. 8/07/07 A-30.15-00. 11/08/07 A-40 50-00 . 11/08/07 A-10.20-00 10/05/07 A-30.30-00 11/08/07 A-60 10-00 ..... 10/05/07 A-10.30-00 10/05/07 A-30 35-00 . 10/12/07 A-60.20-00 ... .. 10/05/07 A-20.10-00... 8/31/07 A-40 10-00.. ..10/05/07 A-60.30-00 ....... 11/08/07 A-30.10-00.....11/08/07 A-40.20-00 .. . 9/20/07 A-60.40-00 8/31/07 8-5.20-00. . 6/01/06 B-30 50-00 ..... .6/01/06 B-75.20-00 ........ 6/01/06 B-5 40-00. .. . .. 6/01 /06 B-30.70-01 8/31/07 B-75.50-00 .. ... 6/08/06 B-5 60-00 .... . .. 6/01/06 B-30.80-00. 6/08/06 B-75.60-00 ... 6/08/06 B-10.20-00. .. 6/01/06 B-30.90-01........ .9/20/07 B-80.20-00 . .. . 6/08/06 B-10.40-00.......6/01/06 B-35.20-00 .... 6/08/06 B-80 40-00 . . . 6/01/06 B-10 60-00 .. . ... 6/08/06 B-35 40-00.... ...6/08/06 B-82.20-00 ... 6/01/06 B-15.20-00 ... 6/01/06 B-40.20-00 . ..... 6/01/06 B-85 10-00 ... . 6/01/06 B-15 40-00 . . 6/01/06 B-40.40-00. 6/01/06 B-85.20-00 ...... 6/01/06 B-15 60-00.... ...... . 6/01/06 B-45.20-006/01/06 B-85.30-00 .... ... 6/01/06 B-20.20-01 ... .. 11/21/06 B-45.40-00 ...... . . B-45.40-006/01/06 B-85 40-00 . 6/08/06 B-20 40-01 .. ... 11/21/06 B-50.20-00 6/01/06 B-85 50-00 . 6/08/06 B-20.60-01. ....... 11/21/06 B-55.20-00 .... 6/01/06 B-90 10-00 . 6/08/06 B-25.20-00 .. 6/08/06 B-60.20-00... .6/08/06 B-90.20-00 6/08/06 B-25.60-00.........6/01/06 B-60 40-00 .. 6/01/06 B-90.30-00 6/08/06 B-30 10-00. .. 6/08/06 B-65.20-00..... 6/01/06 B-90 40-00 6/08/06 B-30.20-01.... .. . 11/21/06 B-65 40-00 6/01/06 B-90.50-00 6/08/06 B-30.30-00 6/01/06 B-70.20-00.... .... .6/01 /06 B-95.20-00 . ........ 6/08/06 B-30.40-00 6/01/06 B-70.60-00..........6/01/06 B-95.40-00 ....... 6/08/06 C-1 2/06/07 C -3b ..10/04/05 C-13 4/16/99 C -la... .....7/31/98 C -3c . .6/21/06 C -13a .........4/16/99 C -lb. .10/31/03 C -3d... .3/03/05 C -13b ..........4/16/99 C -1c...... .. 5/30/97 C-4. . .2/21/07 C -14a .. .. 7/26/02 C -1d 10/31/03 C -4a .... . 2/21/07 C -14b .... .. 7/26/02 C-2 1/06/00 C -4b . 6/08/06 C -14c .... 7/26/02 C -2a 6/21/06 C -4e .......2/20/03 C -14d .... 7/26/02 C -2b .6/21/06 C -4f. .. 6/30/04 C -14e . . 7/26/02 C -2c 6/21/06 C-5 10/31/03 C -14f .......9/02/05 C -2d .. .. 6/21/06 C-6.... .5/30/97 C -14g 11/21/06 C -2e . . .... .... 6/21/06 C -6a.. 3/14/97 C -14h ..1/11/06 C -2f .. . .............. 3/14/97 C -6c . 1/06/00 C -14i 12/02/03 C -2g. . .7/27/01 C -6d .. 5/30/97 C -14j . 12/02/03 G:\PROJECTS\2009\09041 \09041-SPECS.doc 6-64 C -2h 3/28/97 C -6f 7/25/97 C -14k . 1/11/06 C -2i .... .. .. 3/28/97 C-7 10/31/03 C -16a . . 11/08/05 C -2j . 6/12/98 C -7a 10/31/03 C -16b ... 11/08/05 C -2k . 7/27/01 0-8 4/27/04 C-20 14-00 2/06/07 C -2n . .. 7/27/01 C -8a 7/25/97 C-20 40-00 2/06/07 C -2o. . 7/13/01 C -8b 1/11/06 C-22 40-01 10/05/07 C -2p .. 10/31/03 C -8e. 2/21/07 C-23 60-00 2/06/07 C -2q .3/03/05 C -8f .6/30/04 C-25 18-01 9/20/07 C -2r 3/03/05 0-10 7/31/98 C-25 20-01 9/20/07 C -2s . 3/03/05 0-11. 5/20/04 0-25 22-01 10/05/07 C -2t.. .. 3/03/05 C-11 a 5/20/04 C-25 80-00 9/20/07 0-3 . 10/04/05 0-11 b 5/20/04 0-28 40-00 2/06/07 C -3a . 10/04/05 C-12 .. .7/27/01 D-2 02-00 11/10/05 D-2 36-01 11/08/07 D-2 80-00 11/10/05 D-2 04-00 . 11/10/05 D-2 38-00 11/10/05 D-2 82-00 11/10/05 D-2 06-00 . 11/10/05 D-2.40-00 .11/10/05 D-2 84-00 11/10/05 D-2 08-00 . 11/10/05 D-2.42-00 11/10/05 D-2 86-00 11/10/05 D-2 10-00 . . 11/10/05 D-2 44-00 11/10/05 D-2 88-00 11/10/05 D-2 12-00 11/10/05 D-2 46-00 11/10/05 D-2 92-00 11/10/05 D-2.14-00 .11/10/05 D-2 48-00 . 11/10/05 D-3 7/13/05 D-2 16-00 . 11/10/05 D-2 60-00 11/10/05 D -3a 6/30/04 D-2 18-00 ... . 11/10/05 D-2 62-00 11/10/05 D -3b . 6/30/04 D-2.20-00 .. 11/10/05 D-2 64-00 11/10/05 D -3c .. ........ 6/30/04 D-2 30-00 11/10/05 D-2 66-00 11/10/05 D-4 . 12/11/98 D-2 32-00 .... 11/10/05 D-2 68-00 11/10/05 D-6 .. 6/19/98 D-2 34-00 11/10/05 D-2 78-00 11/10/05 E-1 . ..2/21/07 E-4 .8/27/03 E-2 ... . . 5/29/98 E -4a .8/27/03 F-10 12-00 .12/20/06 F-30 10-00 . 1/23/07 F-40 18-00 2/07/07 F-10 16-00 . 12/20/06 F-40 10-01 . ..10/05/07 F-40 16-00 2/07/07 F-10 40-00 .. 1/23/07 F-40.12-00 . . . 2/07/07 F-40.20-00 . 10/05/07 F-10 42-00 . 1/23/07 F-40 14-00 . 2/07/07 F-42 10-00 10/05/07 F-10 62-01 9/05/07 F-40.15-00 . .. 2/07/07 F-80 10-00 1/23/07 F-10 64-01 10/05/07 F-40 16-00 . . 2/07/07 G -9a . 6/25/02 G-24 50-00 11/08/07 G-70 10-00 . 10/5/07 G-10.10-00 9/20/07 G-24 60-00 11/08/07 G-70.20-00 . . 10/5/07 G-20 10-00 9/20/07 G-25 10-00 11/08/07 G-70 30-00 . . 10/5/07 G-22 10-00 . 11/08/07 G-30 10-00 11/08/07 G-95 10-00 . 11/08/07 G-24 10-00 . 11/08/07 G-50 10-00 11/08/07 G-95.20-00 . . 11/08/07 G-24.20-00 . .. 11/08/07 G-60 10-00 8/31/07 G-95 30-00 .. . 11/08/07 G-24 30-00 .. 11/08/07 G-60.20-00 8/31/07 G-24 40-00 11/08/07 G-60 30-00 . 8/31/07 H-30.10-00 . 10/12/07 H-60.20-00 . . 9/05/07 H-70 30-00 9/05/07 H-32 10-00 . 9/20/07 H-70 10-00 . 9/05/07 H-60 10-00 9/05/07 H-70.20-00 .. .. 9/05/07 1-10.10-00 .8/31 /07 1-30 50-00 11/14/07 1-60.10-00 . 8/31/07 1-30.10-00. 9/20/07 1-40.10-00 . . 9/20/07 1-60.20-00 8/31/07 1-30.20-00. 9/20/07 1-40.20-00 9/20/07 1-80 10-00 . .. 8/31/07 1-30.30-00.... 9/20/07 1-50 10-00 9/20/07 1-30 40-00. 10/12/07 1-50.20-00 8/31/07 J-1 f . . . 6/23/00 J -8b. 5/20/04 J-18 .. 9/02/05 J-3 8/01/97 J -8c 5/20/04 J-19 . 9/02/05 J -3b . 3/04/05 J -8d 5/20/04 J-20 . 9/02/05 G.\PROJECTS\2009\09041\09041-SPECS doc 6-65 J -3c 6/24/02 J -9a ... . 4/24/98 J-28.10-00. ....8/07/07 J -3d . . ...11/05/03 J-10 . . 7/18/97 J-28.22-00.. . .. ....8/07/07 J-5 . ......... . 8/01/97 J-11 a . . 10/12/07 J-28.24-00. . 8/07/07 J -6c ..... 4/24/98 J-11 b .... .. 9/02/05 J-28.26-00. .. .. 8/07/07 J -6f ... .. .... 4/24/98 J-11 c .6/21/06 J-28 30-00 . .. 8/07/07 J -6g . 12/12/02 J-12 . 11/08/05 J-28.40-00.. . 8/07/07 J -6h . . .... 4/24/98 J -15a .... . ....10/04/05 J-28.42-00. . . .. 8/07/07 J -7a .. .. . 9/12/01 J -15b .. ... .... ..10/04/05 J-28.45-00 . 8/07/07 J -7c. . . 6/19/98 J -16a .3/04/05 J-28 50-00 ........ 8/07/07 J -7d ....... . 4/24/98 J -16b ... .. .. 9/20/07 J-28.60-00. ... ... 8/07/07 J -8a .. . 5/20/04 J -16c .. .. 9/20/07 J-28.70-00 ... 11/08/07 K-10.20-01... . . 10/12/07 K-26.40-01 ........10/12/07 K-40.60-00 2/15/07 K-10.40-00.. ..... 2/15/07 K-30.20-00 ...... 2/15/07 K-40.80-00 2/15/07 K-20.20-01 .. . . 10/12/07 K-30 40-01 .. ..10/12/07 K-55.20-00 . 2/15/07 K-20.40-00.. ...... .. 2/15/07 K-32.20-00 2/15/07 K-60.20-01....... 11/12/07 K-20 60-00 . 2/15/07 K-32.40-00 . 2/15/07 K-60.40-00 . 2/15/07 K-22.20-01 .. . 10/12/07 K-32.60-00 . 2/15/07 K-70.20-00 . . . 2/15/07 K-24.20-00 2/15/07 K-32 80-00 .. 2/15/07 K-80 10-00 ......... 2/21/07 K-24.40-01.... 10/12/07 K-34.20-00 . ...2/15/07 K-80.20-00 . 12/20/06 K-24 60-00 . .... 2/15/07 K-36.20-00 ... ..2/15/07 K-80 30-00 .. . . 2/21/07 K-24 80-01. . .. 10/12/07 K-40.20-00 2/15/07 K-80 35-00 2/21/07 K-26.20-00. ... 2/15/07 K-40 40-00 .....2/15/07 K-80 37-00 2/21/07 L-10.10-00 ... ..... 2/21/07 L-40.10-00 2/21/07 L-70.10-00 .. . . 1/30/07 L-20.10-00 . . . 2/07/07 L-40.15-00 ... 2/21 /07 L-70.20-00 1/30/07 L-30.10-00 .......... 2/07/07 L-40.20-00 .. . .2/21/07 M-1.20-01 1/30/07 M-5.10-01 .. .1/30/07 M-24.40-01. .. . . . 5/31/06 M-1 40-01 . . 1/30/07 M-7 50-01 ... .1/30/07 M-24 60-02. 2/06/07 M-1 60-01 . 1/30/07 M-9 50-01 ... .1/30/07 M-40 10-00 9/20/07 M-1 80-02 8/31/07 M-11 10-01 1/30/07 M-40.20-00 10/12/07 M-2.20-01 . 1/30/07 M-15 10-01 ..... 2/06/07 M-40.30-00. .. 9/20/07 M-2 40-01 . . . 1/30/07 M-17 10-01 1/30/07 M-40.40-00... 9/20/07 M-2 60-01 1/30/07 M-20 10-01 1/30/07 M-40 50-00..... 9/20/07 M-3 10-01... 1/30/07 M-20.20-01 1/30/07 M-40.60-00.. . .. 9/20/07 M-3.20-01 1/30/07 M-20 30-01 1/30/07 M-60.10-00 ...... .. .. 9/05/07 M-3 30-01 1/30/07 M-20 40-01 ..... 1/30/07 M-60.20-00. 9/05/07 M-3 40-01 . 1/30/07 M-20.50-01 1/30/07 M-65.10-00. 9/05/07 M-3.50-01 1/30/07 M-24.20-01 ..... 5/31/06 G:\P ROJ E CTS\2009\09041 \09041-S P E CS.doc 6-66 1 i APPENDIX A AMENDMENTS TO THE 2008 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJ ECTS\2009109041 \09041-SPECS.doc 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 1 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT 2 April 7, 2008 3 1-03.1 Consideration of Bids 4 This section is supplemented with the following new sub -section 5 6 1-03.1(1) Tied Bids 7 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 8 the tie-breaker will be determined by drawing as described in this Section Two or more 9 slips of paper will be marked as follows one marked "Winner" and the other(s) marked 10 "unsuccessful". The slips will be folded to make the marking unseen The slips will be 11 placed inside a box. One authorized representative of each Bidder shall draw a slip 12 from the box. Bidders shall draw in alphabetic order by the name of the firm as 13 registered with the Washington State Department of Licensing The slips shall be 14 unfolded and the firm with the slip marked "Winner" will be determined to be the 15 successful Bidder and eligible for Award of the Contract. Only those Bidders that 16 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to 17 draw 1 SECTION 1-04, SCOPE OF THE WORK 2 April 7, 2008 3 1-04.4(1) Minor Changes 4 The first sentence in the first paragraph is revised to read: 5 6 Payments or credits for changes amounting to $15,000 or less may be made under the 7 bid item "Minor Change." 8 9 1-04.5 Procedure and Protest by the Contractor 10 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 11 calendar days 12 13 The second sentence in the fifth paragraph is revised to read: 14 15 The determination will be provided within 14 -calendar days after receipt of the 16 Contractor's supplemental written statement (including any additional information 17 requested by the Project Engineer to support a continuing protest) described in item 2 18 above. 1 SECTION 1-05, CONTROL OF WORK 2 April 7, 2008 3 1-05.1 Authority of the Engineer 4 The fourth paragraph is revised to read 5 6 At the Contractor's risk, the Project Engineer may suspend all or part of the Work 7 according to Section 1-08.6. 8 9 1-05.12 Final Acceptance 10 The second paragraph is revised to read 11 12 The Contractor agrees that neither completion nor final acceptance shall relieve the 13 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency 14 against any claim or loss resulting from the failure of the Contractor (or the 15 subcontractors or lower tier subcontractors) to pay all laborers, mechanics, 16 subcontractors, materialpersons, or any other person who provides labor, supplies, or 17 provisions for carrying out the Work or for any payments required for unemployment 18 compensation under Title 50 RCW or for industrial insurance and medical aid required 19 under Title 51 RCW 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 2 April 6, 2009 3 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land 4 The following new paragraph is inserted in front of the first paragraph. 5 6 State Department of Revenue Rule 170 and its related rules apply for this section. 7 8 1-07.8 High Visibility Apparel 9 This section is revised to read. 10 11 The Contractor shall require all personnel under their control (including service 12 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work 13 zone and are exposed to vehicle traffic or construction equipment to wear the high 14 visibility apparel described in this Section 15 16 The Contractor shall ensure that a competent person as identified in the MUTCD selects 17 the appropriate high -visibility apparel suitable for the job -site conditions. 18 19 High visibility garments shall always be the outermost garments. 20 21 High visibility garments shall be in a condition compliant with the ANSI 107-2004 and 22 shall be used in accordance with manufacturer recommendations. 23 24 This section is supplemented with the following new sub -sections 25 26 1-07.8(1) Traffic Control Personnel 27 All personnel performing the Work described in Section 1-10 (including traffic control 28 supervisors, flaggers, spotters, and others performing traffic control labor of any kind), 29 shall comply with the following: 30 31 1. During daylight hours with clear visibility, workers shall wear a high -visibility 32 ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high 33 visibility headwear requirements of WAC 296-155-305; and 34 35 2 During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or 36 other low visibility conditions (snow, fog, etc.), workers shall wear a high - 37 visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower 38 garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high 39 visibility headwear requirements of WAC 296-155-305. 40 41 1-07.8(2) Non -Traffic Control Personnel 42 All personnel, except those performing the Work described in Section 1-10, shall wear 43 high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 44 45 1-07.9(1) General 46 The following new paragraph is inserted to follow the sixth paragraph. 47 48 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that 49 falls under•the provisions of RCW 39 12 because of the definition "Contractor" in WAC 50 296-127-010, complies with all the requirements of RCW 39 12. 51 1 1-07.15 Temporary Water Pollution/Erosion Control 2 This section is supplemented with the following. 3 4 Stormwater or dewatering water that has come in contact with concrete rubble, concrete 5 pours, or cement treated soils shall be maintained to pH 8 5 or less before it is allowed 6 to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately 7 discontinue work and initiate treatment according to the plan to lower the pH. Work may 8 resume, with treatment, once the pH of the stormwater is 8 5 or less or it can be 9 demonstrated that the runoff will not reach surface waters 10 11 High pH process water shall not be discharged to waters of the state. Unless specific 12 measures are identified in the Special Provisions, high pH process water may be 13 infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system 14 Water being infiltrated or dispersed shall have no chance of discharging directly to 15 waters of the state, including wetlands or conveyances that indirectly lead to waters of 16 the state. High pH process water shall be treated to within a range of 6 5 to 8.5 pH units 17 prior to infiltration to ensure the discharge does not cause a violation of groundwater 18 quality standards If water is pumped to the sanitary sewer, the Contractor shall provide 19 a copy of permits and requirements for placing the material into a sanitary sewer system 20 prior to beginning the work Process water may be collected and disposed of by the 21 Contractor off the project site The Contractor shall provide a copy of the permit for an 22 approved waste site for the disposal of the process water prior to the start of work which 23 generates the process water. 24 25 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 26 This section is revised to read: 27 28 The Contractor shall prepare a project-specific spill prevention, control, and 29 countermeasures plan (SPCC Plan) that will be used for the duration of the project. The 30 Contractor shall submit the plan to the Project Engineer no later than the date of the 31 preconstruction conference. No on-site construction activities may commence until 32 WSDOT accepts an SPCC Plan for the project. 33 34 The term "hazardous materials", as used in this Specification, is defined in Chapter 447 35 of the WSDOT Environmental Procedures Manual (M31-11) Occupational safety and 36 health requirements that may pertain to SPCC Plan implementation are contained in but 37 not limited to WAC 296-824 and WAC 296-843. 38 39 Implementation Requirements 40 The SPCC Plan shall be updated by the Contractor throughout project construction so 41 that the written plan reflects actual site conditions and practices The Contractor shall 42 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan 43 on the project site. All project employees shall be trained in spill prevention and 44 containment, and shall know where the SPCC Plan and spill response kits are located 45 and have immediate access to them. 46 47 If hazardous materials are encountered or spilled during construction, the Contractor 48 shall do everything possible to control and contain the material until appropriate 49 measures can be taken The Contractor shall supply and maintain spill response kits of 50 appropriate size within close proximity to hazardous materials and equipment 51 t 1 a 1 1 1 1 1 1 1 1 The Contractor shall implement the spill prevention measures identified in the SPCC 2 Plan before performing any of the following. 3 4 1 Placing materials or equipment in staging or storage areas 5 2. Refueling, washing, or maintaining equipment. 6 3. Stockpiling contaminated materials 7 8 SPCC Plan Element Requirements 9 The SPCC Plan shall set forth the following information in the following order: 10 11 1. Responsible Personnel 12 Identify the name(s), title(s), and contact information for the personnel 13 responsible for implementing and updating the plan, including all spill 14 responders. 15 16 2 Spill Reporting 17 List the names and telephone numbers of the federal, State, and local 18 agencies the Contractor shall notify in the event of a spill. 19 20 3. Project and Site Information 21 Describe the following items: 22 23 A. The project Work. 24 25 B. The site location and boundaries. 26 27 C. The drainage pathways from the site. 28 29 D. Nearby waterways and sensitive areas and their distances from the 30 site. 31 32 4. Potential Spill Sources 33 Describe each of the following for all potentially hazardous materials brought 34 or generated on-site (including materials used for equipment operation, 35 refueling, maintenance, or cleaning): 36 37 A. Name of material and its intended use 38 39 B. Estimated maximum amount on-site at any one time. 40 41 C Location(s) (including any equipment used below the ordinary high 42 water line) where the material will be staged, used, and stored and 43 the distance(s) from nearby waterways and sensitive areas. 44 45 D Decontamination location and procedure for equipment that comes 46 into contact with the material. 47 48 E Disposal procedures 49 50 5. Pre -Existing Contamination 51 Describe any pre-existing contamination and contaminant sources (such as 52 buried pipes or tanks) in the project area that are described in the Contract 1 documents Identify equipment and work practices that will be used to prevent 2 the release of contamination. 3 4 6. Spill Prevention and Response Training 5 Describe how and when all personnel (including refueling contractors and 6 Subcontractors) will be trained in spill prevention, containment and response in 7 accordance with the Plan Describe how and when all spill responders will be 8 trained in accordance with WAC 296-824 9 10 7 Spill Prevention 11 Describe the following items 12 13 A. Spill response kit contents and location(s) 14 15 B Security measures for potential spill sources. 16 17 C. Secondary containment practices and structures for hazardous 18 materials 19 20 D. Methods used to prevent stormwater from contacting hazardous 21 materials 22 23 E. Site inspection procedures and frequency 24 25 F Equipment and structure maintenance practices. 26 27 G. Daily inspection and cleanup procedures that ensure all equipment 28 used below the ordinary high water line is free of all external 29 petroleum based products. 30 31 H Refueling procedures for equipment that cannot be moved from below 32 the ordinary high water line. 33 34 8. Spill Response 35 Outline the response procedures the Contractor will follow for each scenario 36 listed below Include a description of the actions the Contractor shall take and 37 the specific, on-site, spill response equipment that shall be used to assess the 38 spill, secure the area, contain and eliminate the spill source, and clean up and 39 dispose of spilled and contaminated material. 40 41 A. A spill of each type of hazardous material at each location identified in 42 4, above. 43 44 B Stormwater that has come into contact with hazardous materials 45 46 C A release or spill of any pre-existing contamination and contaminant 47 source described in 5, above 48 49 D A release or spill of any unknown pre-existing contamination and 50 contaminant sources (such as buried pipes or tanks) encountered 51 during project Work 52 1 1 1 1 1 1 1 1 1 1 f 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 E A spill occurring during Work with equipment used below the ordinary 2 high water line. 3 4 If the Contractor will use a Subcontractor for spill response, provide contact 5 information for the Subcontractor under item 1 (above), identify when the 6 Subcontractor will be used, and describe actions the Contractor shall take 7 while waiting for the Subcontractor to respond. 8 9 9. Project Site Map 10 Provide a map showing the following items: 11 12 A. Site location and boundaries. 13 14 B Site access roads 15 16 C. Drainage pathways from the site. 17 18 D. Nearby waterways and sensitive areas. 19 20 E. Hazardous materials, equipment, and decontamination areas 21 identified in 4, above. 22 23 F. Pre-existing contamination or contaminant sources described in 5, 24 above. 25 26 G. Spill prevention and response equipment described in 7 and 8, above. 27 28 10. Spill Report Forms 29 Provide a copy of the spill report form(s) that the Contractor will use in the event of 30 a release or spill 31 32 Payment 33 Payment will be made in accordance with Section 1-04.1 for the following Bid item when 34 it is included in the Proposal: 35 36 "SPCC Plan", lump sum. 37 38 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -percent 39 of the lump sum Contract price for the plan. 40 41 The remaining 50 -percent of the lump sum price will be paid after the materials and 42 equipment called for in the plan are mobilized to the project. 43 44 The lump sum payment for "SPCC Plan" shall be full pay for: 45 46 1 All costs associated with creating the accepted SPCC Plan. 47 48 2. All costs associated with providing and maintaining the on-site spill prevention 49 equipment described in the accepted SPCC Plan. 50 51 3. All costs associated with providing and maintaining the on-site standby spill 52 response equipment and materials described in the accepted SPCC Plan. 1 2 4. All costs associated with implementing the spill prevention measures identified 3 in the accepted SPCC Plan 4 5 5 AH costs associated with updating the SPCC Plan as required by this 6 Specification. 7 8 As to other costs associated with releases or spills, the Contractor may request 9 payment as provided for in the Contract. No payment shall be made if the release or 10 spill was caused by or resulted from the Contractor's operations, negligence, or 11 omissions 12 13 1-07.16(4) Archaeological and Historical Objects 14 This section is supplemented with the following new sub-section: 15 16 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains 17 If human skeletal remains are encountered by the Contractor, they shall not be further 18 disturbed The Contractor shall immediately notify the Engineer of any such finds, and 19 shall cease all work adjacent to the discovery, in an area adequate to provide for the 20 total security and protection of the integrity of the skeletal remains. The Engineer may 21 require the Contractor to suspend Work in the vicinity of the discovery until final 22 determinations and removal of the skeletal remains is completed 23 24 If the Engineer finds that the suspension of Work in the vicinity of the discovery 25 increases or decreases the cost or time required for performance of any part of the 26 Work under this Contract, the Engineer will make an adjustment in payment or the time 27 required for the performance of the Work in accordance with Sections 1-04.4 and 1- 28 08.8. 29 30 1-07.17(2) Utility Construction, Removal or Relocation by Others 31 The first sentence in the second paragraph is revised to read: 32 33 If the Contract provides notice that utility work (including furnishing, adjusting, 34 relocating, replacing, or constructing utilities) will be performed by others during the 35 prosecution of the Work, the Special Provisions will establish the utility owners 36 anticipated completion. 37 38 The first sentence in the third paragraph is revised to read: 39 40 When others delay the Work through late performance of utility work, the Contractor 41 shall adhere to the requirements of Section 1-04 5 42 43 1-07.23 Public Convenience and Safety 44 This section is revised to read' 45 46 The Contractor shall be responsible for providing adequate safeguards, safety devices, 47 protective equipment, and any other needed actions to protect the life, health, and 48 safety of the public, and to protect property in connection with the performance of the 49 Work covered by the Contract. The Contractor shall perform any measures or actions 50 the Engineer may deem necessary to protect the public and property The responsibility 51 and expense to provide this protection shall be the Contractor's except that which is to 52 be furnished by the Contracting Agency as specified in other sections of these 1 Specifications Nothing contained in this Contract is intended to create any third-party 2 beneficiary rights in favor of the public or any individual utilizing the Highway facilities 3 being constructed or improved under this Contract. 4 5 1-07.23(1) Construction Under Traffic 6 The second sentence in the second paragraph is revised to read 7 8 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the 9 project limits, keeping them open, and in good, clean, safe condition at all times. 10 11 The fifth sentence in the second paragraph is revised to read. 12 13 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 14 project limits when affected by the Contractor's operations. 15 16 The final paragraph in this section is deleted. 17 18 1-07.23(2) Construction and Maintenance of Detours 19 Number 1. under the first paragraph is revised to read: 20 21 Detours and detour bridges that will accommodate traffic diverted from the Roadway, 22 bridge, sidewalk or path during construction, 1 SECTION 1-08, PROSECUTION AND PROGRESS 2 August 4, 2008 3 1-08.1 Subcontracting 4 Item (2) in the first sentence of the seventh paragraph is revised to read 5 6 (2) Delivery of these materials to the Work site in vehicles owned or operated by such 7 plants or by recognized independent or commercial hauling companies hired by 8 those commercial plants 9 10 1-08.3(2)A Type A Progress Schedule 11 This section is revised to read 12 13 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 14 days after the date the contract is executed, or some other mutually agreed upon 15 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, 16 or other standard schedule format. Regardless of which format used, the schedule shall 17 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and 18 approve or return the schedule for corrections within 15 calendar days of receiving the 19 submittal 20 21 1-08.5 Time for Completion 22 The third sentence in the first paragraph is revised to read: 23 24 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 25 Contract specifically prohibits Work on the critical path of the Contractor's approved 26 progress schedule, or one of these holidays' January 1, the third Monday of January, 27 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 28 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 29 30 1-08.6 Suspension of Work 31 The first paragraph is revised to read 32 33 The Engineer may order suspension of all or any part of the Work if. 34 35 1. Unsuitable weather that prevents satisfactory and timely performance of the 36 Work; or 37 38 2. The Contractor does not comply with the Contract. or 39 40 3. It is in the public interest. 41 42 1-08.7 Maintenance During Suspension 43 The first sentence in the fourth paragraph is revised to read. 44 45 If the Engineer determines that the Contractor has pursued the Work diligently before 46 the suspension, then the Contracting Agency will maintain the temporary Roadway (and 47 bear its cost). 48 49 The fifth paragraph is revised to read 50 1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 2 costs associated with protecting and maintaining such Work shall be the responsibility of 3 the Contractor, except those costs associated with implementing the TESC Plan 4 according to Section 8-01 5 6 The seventh paragraph is revised to read. 7 8 After any suspension, the Contractor shall resume all responsibilities the Contract 9 assigns for the Work. 1 SECTION 1-09, MEASUREMENT AND PAYMENT 2 April 7, 2008 3 1-09.9 Payments 4 The first paragraph is supplemented with the following. 5 6 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 7 price in sufficient detail for the Project Engineer to determine the value of the Work 8 performed on a monthly basis Lump sum breakdowns shall be provided to the Project 9 Engineer no later than the date of the preconstruction meeting. 10 11 The second sentence in the third paragraph is revised to read 12 13 Unless otherwise provided in the payment clause of the applicable Specifications, partial 14 payment for lump sum Bid items will be a percentage of the price in the Proposal based 15 on the Project Engineer's determination of the amount of Work performed, with 16 consideration given to but not exclusively based on the Contractors lump sum 17 breakdown 18 19 The third paragraph is supplemented with the following. 20 21 The determination of payments under the contract will be final in accordance with 22 Section 1-05.1. 23 24 1-09.9(1) Retainage 25 In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000 1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 2 April 6, 2009 3 1-10.1(2) Description 4 The following new paragraph is inserted after the second paragraph• 5 6 Unless otherwise permitted by the Contract or approved by the Project Engineer, the 7 Contractor shall keep all existing pedestrian routes and access points (including 8 sidewalks, paths and crosswalks) open and clear at all times. 9 10 The second and third sentences in the third paragraph are revised to read• 11 12 The Contractor shall erect and maintain all construction signs, warning signs, detour 13 signs, and other traffic control devices necessary to warn and protect the public at ail 14 times from injury or damage as a result of the Contractor's operations which may occur 15 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 16 on or adjacent to any Traveled Way until all necessary signs and traffic control devices 17 are in place. 18 19 1-10.2(1) General 20 The second sentence in the third paragraph is revised to read. 21 22 Possession of a current TCS card and flagging card by the primary and alternate TCS is 23 mandatory. 24 25 1-10.2(2) Traffic Control Plans 26 The first sentence in the first paragraph is revised to read: 27 28 The traffic control plan or plans appearing in the Contract documents show a method of 29 handling vehicle, bicycle and pedestrian traffic. 30 31 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 32 to "MUTCD, Part 6". 33 34 1-10.3(2)B Rolling Slowdown 35 The first two paragraphs are deleted and replaced with the following. 36 37 Rolling slowdown traffic control operations are not to be used for routine work that can 38 be addressed by standard lane or shoulder closure traffic control. When a short-term 39 roadway closure is needed for an infrequent, non -repetitive work operation such as a 40 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 41 slowdown on a multi -lane roadway, as part of an approved traffic control plan. 42 43 The Contractor shall submit for approval a traffic control plan detailing the expected 44 delay time, interchange ramp control and rolling slowdown distance. A portable 45 changeable message sign shall be placed ahead of the starting point of the traffic 46 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the 47 Work to avoid any expected backup of vehicles. 48 49 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least 50 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 51 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade The 1 traffic control vehicles shall enter the roadway and form a moving blockade to reduce 2 traffic speeds and create a clear area ahead of the blockade in which to accomplish the 3 work without a total stoppage of traffic 4 5 1-10.3(3)A Construction Signs 6 The fifth paragraph is revised to read 7 8 Where it is necessary to add weight to signs for stability, sand bags or other similar 9 ballast may be used but the height shall not be more than 4 -inches above the Roadway 10 surface, and shall not interfere with the breakaway features of the device The 11 Contractor shall follow the manufacturer's recommendations for sign ballasting 12 13 1-10.3(3)D Barricades 14 The second paragraph is revised to read - 15 16 Where it is necessary to add weight to barricades for stability, sand bags or other similar 17 ballast may be used but the height shall not be more than 4 -inches above the Roadway 18 surface and shall not interfere with the breakaway features of the device. The 19 Contractor shall follow the manufacturer's recommendation for sign ballasting 20 21 1-10.3(3)G Traffic Cones 22 This section including title is revised to read 23 24 1-10.3(3)G Traffic Cones and Tall Channelizing Devices 25 Where shown on an approved traffic control plan or where ordered by the Engineer, the 26 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. 27 Cones and tall channelizing devices shall be kept in good repair and shall be removed 28 immediately when directed by the Engineer Where wind or moving traffic frequently 29 displaces cones, an effective method of stabilizing them, such as stacking two together 30 at each location, shall be employed. 31 32 1-10.3(3)K Portable Temporary Traffic Control Signal 33 The first paragraph is revised to read: 34 35 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 36 maintain and remove a portable temporary traffic control signal system to provide 37 alternating one -lane traffic operations on a two-way facility. A portable temporary traffic 38 control signal system shall be defined as two traffic control units that operate together. 39 The system shall be trailer mounted, fully self-contained and designed so that it can be 40 easily transported and deployed at different locations. 41 42 The third sentence in the second paragraph is deleted 43 44 The following is inserted in front of the sixth paragraph 45 46 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary 47 Traffic Control Signal is fully operational and maintained as specified by the 48 manufacturer This Work may include cleaning and replacing lamps and other routine 49 maintenance as needed 50 1 1-10.4(2) Item Bids with Lump Sum for Incidentals 2 The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised 3 to read: 4 5 No specific unit of measurement will apply to the lump sum item of "Portable Temporary 6 Traffic Control Signal". 7 8 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 9 This section is revised to read 10 11 "Project Temporary Traffic Control", lump sum. 12 13 The lump sum Contract payment shall be full compensation for all costs incurred by the 14 Contractor in performing the Contract Work defined in Section 1-10, except for costs 15 compensated by Bid Proposal items inserted through Contract Provisions as described 16 in Section 1-10.4(3). 17 18 1-10.5(2) Item Bids with Lump Sum for Incidentals 19 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 20 lump sum. 21 22 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read. 23 24 The lump sum Contract price shall be full compensation for all costs of labor, materials 25 and equipment incurred by the Contractor in performing the Contract Work as described 26 in Section 1-10.3(3)K, including all costs for traffic control during manual control, 27 adjustment, malfunction, or failure of the portable traffic control signals and during 28 replacement of failed or malfunctioning signals. 1 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 April 7, 2008 3 2-01.3(1) Clearing 4 Item 3 is deleted 5 6 The first sentence in Item 4 is revised to read. 7 8 Follow these requirements for all stumps that will be buried deeper than 5 -feet from the 9 top, side, or end surface of the embankment or any structure 10 11 2-01.3(2) Grubbing 12 Item 2 e, is revised to read 13 14 Upon which embankments will be placed except stumps may be close -cut or trimmed as 15 allowed in Section 2-01.3(1) item 4 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 April 7, 2008 3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 The first sentence in 3 is supplemented with the following: 5 6 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of 7 sawcutting provided that a clean vertical edge remains 1 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 2 January 7, 2008 3 2-03.1 Description 4 The first sentence in the first paragraph is revised to read 5 6 The Work described in this section, regardless of the nature or type of the materials 7 encountered, includes excavating and grading the Roadway, excavating in borrow pits, 8 excavating below grade, excavating channels and ditches, removing slide material, and 10 disposing of all excavated material. 11 2-03.3(3) Excavation Below Grade 12 The section title is revised to read 13 14 2-03.3(3) Excavation Below Subgrade 15 16 The first sentence in the fifth paragraph is revised to read. 17 18 Compaction. If the density of the natural earth under any area of the Roadway is 19 less than that required in Section 2-03.3(14)C, Method B, the Engineer may order 20 the Contractor to perform any or all of the following 21 22 2-03.3(14)M Excavation of Channels 23 This section including title is revised to read: 24 25 2-03.3(14)M Excavation of Channels and Ditches 26 Channel Excavation' Open excavations 8 -feet or more wide at the bottom, but excludes 27 channels that are part of the Roadway. 28 29 Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes 30 ditches that are part of the Roadway. 31 32 Before excavating channels or ditches, the Contractor shall clear and grub the area in 33 accordance with Section 2-01 34 35 2-03.4 Measurement 36 The first sentence in the first paragraph is revised to read: 37 38 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation 39 excavation, and common borrow items will be measured by the cubic yard 40 41 The fourth sentence in the first paragraph is revised to read. 42 43 For Roadway excavation, channel excavation and ditch excavation items, the original 44 ground will be compared with the planned finished section shown in the Plans. 45 46 2-03.5 Payment 47 The first paragraph is supplemented with the following 48 49 "Channel Excavation", per cubic yard 50 "Channel Excavation Incl Haul", per cubic yard 1 "Ditch Excavation", per cubic yard. 2 "Ditch Excavation Incl. Haul", per cubic yard 4 The first sentence in the second paragraph is revised to read - 5 6 The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation 7 Incl Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area 8 ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and 9 "Ditch Excavation Incl Haul" shall be full compensation for all costs incurred for 10 excavating, loading, placing, or otherwise disposing of the material. 11 12 The second paragraph is supplemented with the following 13 14 When a bid item is not included in the proposal for channel excavation or ditch 15 excavation all costs shall be included in roadway excavation. 16 17 The third paragraph is revised to read. 18 19 When the Engineer orders Work according to Section 2-03 3(3), unit Contract prices 20 shall apply, unless the Work differs materially from the excavation above Subgrade, 21 then payment will be in accordance with Section 1-04.4. SECTION 2-10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety The section title is revised to read - 2 -10 VACANT 1 SECTION 5-04, HOT MIX ASPHALT 2 December 1, 2008 3 5-04.3(9) Spreading and Finishing 4 The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first 5 paragraph is revised to read' 6 7 HMA Class 3/4" and HMA Class 112" 8 wearing course 0.30 -feet 9 other courses 0 35 -feet 10 11 5-04.3(12)B Longitudinal Joints 12 The first two paragraphs are revised to read 13 14 The longitudinal joint in any 1 course shall be offset from the course immediately below 15 by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in 16 the wearing course shall be located at a lane line or an edge line of the Traveled Way. 17 18 On one -lane ramps a longitudinal joint may be constructed at the center of the traffic 19 lane, subject to approval by the Project Engineer, if: 20 21 1. The ramp must remain open to traffic, or 22 23 2. The ramp is closed to traffic and a hot -lap joint is constructed. 24 25 a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving 26 machines shall be used; a minimum compacted density in accordance 27 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and 28 construction equipment other than rollers shall not operate on any 29 uncompacted mix. 30 31 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan 32 A40 10-00." 33 34 5-04.3(16) Weather Limitations 35 The chart for Surface Temperature Limitation is revised to read: 36 Surface Temperature Limitation Compacted Thickness (Feet) Wearing Course Other Courses Less than 0 10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 37 38 39 5-04.3(21) Asphalt Binder Revision 40 This section is revised to read: 41 1 When the Contracting Agency provides a source of aggregate, the expected percentage 2 content of asphalt binder in the resulting mix will be identified in the Contract 3 documents. 4 5 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix 6 Asphalt produced with Agency-provided aggregate vary by more than plus or minus 0 3- 7 percent from the amount shown in the Contract documents, an adjustment in payment 8 will be made The adjustment in payment (plus or minus) will be based on the invoice 9 unit cost, including shipping cost, without any markups The quantity subject to an 10 adjustment shall be the difference between the JMF asphalt binder percentage and the 11 contract document asphalt binder percentage except that the first 0 3% of this difference 12 shall not apply No adjustment will be made when the Contractor elects not to use a 13 Contracting Agency-provided source, or when no source is made available by the 14 Contracting Agency 1 SECTION 5-05, CEMENT CONCRETE PAVEMENT 2 April 6, 2009 3 5-05.3(1) Concrete Mix Design for Paving 4 The first paragraph under 1. Materials is revised to read 5 6 1 Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall 7 conform to Section 9-03.1(2), Class 1 Coarse aggregate shall conform to Section 8 9-03 1(4) AASHTO grading No. 467. An alternate combined gradation conforming 9 to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size 10 equal to or greater than a 1-1/2 -inch square sieve. 11 12 Under the first paragraph; 3. Mix Design Modifications is revised to read: 13 14 15 16 17 18 19 20 21 22 23 24 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design Portland Cement Concrete Batch Volumes Cement +5% -1% Coarse Aggregate + 200 Pounds - 200 Pounds Fine Aggregate + 200 Pounds - 200 Pounds If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5 -percent or minus 1 -percent of that specified in the mix design. 25 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- 26 percent of that specified in the mix design. 27 28 3. Microsilica weight plus or minus 10 -percent of that specified in the mix 29 design. 30 31 Water shall not exceed the maximum water specified in the mix design. 32 33 The Contractor may initiate minor adjustments to the approved mix proportions 34 within the tolerances noted above without resubmitting the mix design. 35 36 Utilizing admixtures to accelerate the set or to increase workability will be permitted 37 only when approved by the Engineer Only non -chloride accelerating admixtures 38 that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be 39 used. 40 41 The Contractor shall notify the Engineer in writing of any proposed modification. A 42 new mix design will designate a new lot 43 44 5-05.3(3)C Finishing Equipment 45 The second sentence in the first paragraph is revised to read 1 2 On other roads and on WSDOT projects requiring less than 1000-square yards of 3 cement concrete pavement or requiring individual placement areas of less than 1000- 4 square yards, irregular areas, intersections and at locations inaccessible to slip-form 5 paving equipment, cement concrete pavement may be placed with approved placement 6 and finishing equipment utilizing stationary side forms 7 8 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 9 The third sentence in the ninth paragraph is deleted 10 11 5-05.3(8)A Contraction Joints 12 The fifth paragraph is revised to read: 13 14 When cement concrete pavement is placed adjacent to existing cement concrete 15 pavement, the vertical face of all existing working joints shall be covered with a bond 16 breaking material such as polyethylene film, roofing paper or other material as approved 17 by the Engineer 18 19 5-05.3(8)B Sealing Sawed Contraction Joints 20 The fifth sentence is revised to read 21 22 The hot-poured compound and the cold-poured compound shall be applied under 23 sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall 24 be between 1/4 inch and 5/8 inch below the top surface of the concrete. 1 SECTION 7-02, CULVERTS 2 December 1, 2008 3 7-02.2 Materials 4 The third paragraph is revised to read 5 6 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert 7 pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall 8 PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for 9 Schedule A or B culvert pipe. 10 11 In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the 12 column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC" 1 SECTION 7-04, STORM SEWERS 2 December 1, 2008 3 7-04.2 Materials 4 In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' 25', in the column for 5 PE, insert "Allowed" 1 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 2 April 6, 2009 3 8-01.3(1) General 4 The first sentence in the eighth paragraph is revised to read. 5 6 Erodible earth not being worked, whether at final grade or not, shall be covered within 7 the following time period, using an approved soil covering practice: 8 9 The ninth paragraph is revised to read: 10 11 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 12 continue to control erosion, pollution, and runoff during the shutdown. 13 14 8-01.3(1)C Water Management 15 Item 2. "Process Water" is supplemented with the following new first paragraph: 16 17 High pH process water or wastewater (non-stormwater) that is generated on-site, 18 including water generated during concrete grinding, rubblizing, washout, and 19 hydrodemolition activities, shall not be discharged to waters of the state. Water may be 20 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process 21 water shall be in accordance with Standard Specification 5-01.3(11) 22 23 8-01.3(2)D Mulching 24 The second paragraph is supplemented with the following: 25 26 Wood strand mulch shall be applied by hand or by straw blower. 27 28 8-01.3(2)E Tacking Agent and Soil Binders 29 The second sentence in the fourth paragraph is revised to read: 30 31 Pam may be reapplied on actively worked areas within a 48-hour period. 32 33 8-01.3(6)D Wattle Check Dam 34 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 35 36 8-01.3(12) Compost Sock 37 The last paragraph is deleted 38 39 8-01.3(13) Temporary Curb 40 The first paragraph is revised to read: 41 42 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, 43 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. 1 SECTION 8-02, ROADSIDE RESTORATION 2 April 7, 2008 3 8-02.3(3) Planting Area Weed Control 4 The second paragraph is deleted. 5 6 This section is supplemented with the following 7 8 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square 9 and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be 10 installed according to the manufacturer's recommendations 1 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 2 January 7, 2008 3 8-04.5 Payment 4 The bid items "Roundabout Truck Apron Inner Cement Conc Curb" and "Roundabout Truck 5 Apron Outer Cern Conc Curb and Gutter" are revised to read: 6 7 "Roundabout Central Island Cement Concrete Curb", per linear foot. 8 "Roundabout Truck Apron Cern Conc. Curb and Gutter", per linear foot. 9 10 This section is supplemented with the following new bid item 11 12 "Roundabout Truck Apron Cement Concrete Curb", per linear foot. 1 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE 2 January 7, 2008 3 8-12.3(1)A Posts 4 All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 5 3 and Type 4 fences" 6 7 The first sentence in the eighth paragraph is revised to read 8 9 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the 10 manner shown in the Standard Plans 11 12 The tenth paragraph is revised to read 13 14 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap 15 designed to fit securely over the post to support the top rail. All round posts for chain 16 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts 17 The base of the top cap fitting for round posts shall feature an apron around the outside 18 of the posts 19 20 8-12.3(1)C Tension Wire 21 This section including title is revised to read. 22 23 8-12.3(1)C Tension Wire and Tension Cable 24 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as 25 approved by the Engineer. 26 27 Tension Cables shall be installed in accordance with Section 8-25.3(5). 28 29 8-12.3(1)D Chain Link Fabric 30 The following new paragraph is inserted in front of the first paragraph: 31 32 Attach the chain link fabric after the cables and wires have been properly tensioned 33 and/or the top rail has been installed. 34 35 The third and fourth sentences in the third paragraph are revised to read: 36 37 Fastening to posts shall be with tie wire, metal bands, or other approved method 38 attached at 14 -inch intervals The top and bottom edge of the fabric shall be fastened 39 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom 40 tension wires as may be applicable, spaced at 24 -inch intervals. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL 3 April 6, 2009 4 8-20.1 Description 5 The first paragraph is revised to read: 6 7 This Work consists of furnishing, installing and field testing all materials and equipment 8 necessary to complete in place, fully functional system(s) of any or all of the following 9 types including modifications to an existing system all in accordance with approved 10 methods, the Plans, the Special Provisions and these Specifications. 11 12 1 Traffic Signal System 13 2. Illumination System 14 3. Intelligent Transportation System 15 16 8-20.3(1) General 17 The following new paragraph is inserted after the fifth paragraph. 18 19 The embedded anchors attaching existing electrical, illumination, and traffic signal 20 systems specified for removal to existing concrete Structures shall be removed a 21 minimum of one inch beneath the existing concrete surface. The void left by removal of 22 the embedded anchors shall be coated with epoxy bonding agent and filled with grout. 23 The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade 24 and class as recommended by the epoxy bonding agent manufacturer and as approved 25 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the 26 proportions to match the color of the existing concrete surface as near as practicable. 27 28 8-20.3(4) Foundations 29 The fifth paragraph is revised to read: 30 31 Where soil conditions are poor, the Engineer may order the Contractor to extend the 32 foundations shown in the Plans to provide additional depth. Such additional Work will 33 be paid for according to Section 1-04.4. 34 35 8-20.3(5) Conduit 36 This section is revised to read: 37 38 Installation of conduit shall conform to appropriate articles of the Code and these 39 Specifications. 40 41 The size of conduit used shall be as shown in the Plans Conduits smaller than 1 -inch 42 electrical trade size shall not be used unless otherwise specified, except that grounding 43 conductors at service points may be enclosed in 1/2 -inch diameter conduit. 44 45 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box 46 shall be the diameter specified in the Plans Larger size conduit is not allowed at these 47 locations At other locations it shall be the option of the Contractor, at no expense to the 48 Contracting Agency, to use larger size conduit if desired, and where larger size conduit 49 is used, it shall be for the entire length of the run from outlet to outlet Reducing 50 couplings will not be permitted. 51 1 The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and 2 rough edges Field cuts shall be made square and true Slip joints or running threads 3 will not be permitted for coupling metallic conduit, however, running threads will be 4 permitted in traffic signal head spiders and RGS outerduct. When installing rigid 5 galvanized steel conduit and standard coupling cannot be used, an approved 3-piece 6 coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned 7 first and then painted with one coat of galvanizing repair paint Formula A-9-73 The 8 paint shall have a minimum wet film thickness of 3 mils The painted coating shall cover 9 the entire coupling or fitting. The threads on all metallic conduit shall be rust-free, clean 10 and painted with colloidal copper suspended in a petroleum vehicle before couplings are 11 made. All metallic couplings shall be tightened so that a good electrical connection will 12 be made throughout the entire length of the conduit run. If the conduit has been moved 13 after assembly, it shall be given a final tightening from the ends prior to backfilling. Non- 14 metallic conduit shall be assembled using the solvent cement specified in Section 9- 15 29.1. Where the coating on galvanized conduit has been damaged in handling or 16 installing, such damaged areas shall be thoroughly painted with galvanizing repair paint, 17 Formula A-9-73 Conduit ends shall be capped (do not glue non metallic caps) Metallic 18 conduit ends shall be threaded and capped with standard threaded conduit caps until 19 wiring is started When conduit caps are removed, the threaded ends shall be provided 20 with approved conduit bushings or end bells (do not glue in place) for nonmetallic 21 conduit. 22 23 Conduit stubs from controller cabinet foundations shall extend to the nearest junction 24 box in that system. 25 26 Metallic conduit bends, shall have a radius consistent with the requirements of Article 27 344 24 and other articles of the Code Where factory bends are not used, conduit shall 28 be bent, using an approved conduit bending tool employing correctly sized dies, without 29 crimping or flattening, using the longest radius practicable. 30 31 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 32 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter 33 or less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch 34 nominal diameter unless otherwise specified in the Plans In nonmetallic conduit less 35 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not 36 less than 1/ inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or 37 larger, pull ropes or flat tapes for wire installation shall be not less than 1/2 inch diameter 38 or width 39 40 Conduit shall be laid so that the top of the conduit is a minimum depth of. 41 42 1. 24-inches below the bottom of curb in the sidewalk area 43 44 2 24-inches below the top of the roadway base. 45 46 3. 48-inches below the bottom of ties under railroad tracks unless otherwise 47 specified by the railroad company 48 49 4 24-inches below the finish grade in all other areas 50 51 Rigid galvanized steel conduit shall be installed at the following locations 52 1 1 Within railroad right of way; 2 3 2 All pole risers, except when as otherwise required by owning utilities, 4 5 3. All surface mounted conduit, with the exception of electrical service utility 6 poles. 7 8 4. All runs within slip form structures 9 10 Couplings in cabinet foundations shall be PVC schedule 40. The stub-outs above the 11 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between 12 the coupling and end bell bushing shall be installed without glue. 13 14 Conduit runs, without innerduct, installed using the directional boring method, which 15 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene 16 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. 17 18 Conduit runs, without innerduct, installed using the directional boring method, which do 19 not enter the traveled way and shoulders, shall be schedule 40 high density 20 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized 21 steel. 22 23 Multi-cell conduit runs, installed outside the Traveled Way and Shoulders, when using 24 the directional boring method shall have 4-inch PVC Schedule 40 outerduct with 25 mechanical couplings or 4-inch rigid galvanized steel outerduct. The conduit shall be 26 installed with four 1-inch smooth wall innerducts. 27 28 When HDPE conduit is used for directional boring, it shall be continuous, with no joints, 29 for the full length of the bore. The conduit run shall be extended to the associated 30 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction 31 box outlets shall be with the same schedule PVC conduit and elbows. The same 32 requirements apply for extension of an existing HDPE conduit crossing. 33 34 PVC conduit and elbows shall be connected to HDPE conduit with an approved 35 mechanical coupling. The connection shall have a minimum pull out strength of 700 36 pounds Prior to installation of a mechanical coupling, the HDPE conduit shall first be 37 prepared with a clean, straight edge. A water based pulling lubricant may be applied to 38 the threaded end of the mechanical coupling before installation. Solvent cement or 39 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the 40 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit 41 seats approximately 3/4 of the distance into the threaded coupling depth. 42 43 For PVC installation through a directional bore, the PVC shall be in rigid sections 44 assembled to form a water tight bell and spigot type mechanical joint with a solid 45 retaining ring around the entire circumference of the conduit installed per the 46 manufacturer's recommendations. The conduit run shall be extended beyond the length 47 of the bore, to the associated outlets with the same mechanical coupled PVC or with 48 standard PVC conduit of the same schedule. The same requirements apply for 49 extension of an existing PVC conduit Roadway crossing. 50 51 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 52 1 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type 2 of conduit shall be used for the entire length of the run, from outlet to outlet. Standard 3 PVC conduit shall be connected with medium grade gray solvent applied per the 4 manufacturer's recommendations 5 6 Where nonmetallic conduit is installed, care shall be used in excavating, installing, and 7 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 8 cause possible damage 9 10 When PVC conduit is installed by a method other than directional boring, conduit shall 11 be schedule 40 with the exception that PVC conduit within the traveled way or 12 shoulders and service lateral runs shall be schedule 80 13 14 Metallic and nonmetallic conduit installation shall include equipment grounding 15 conductor and shall conform to requirements noted in the Standard Plans 16 Conduit shall be placed under existing pavement by approved directional boring, jacking 17 or drilling methods, at locations approved by the Engineer. The pavement shall not be 18 disturbed unless allowed in the Plans, or with the approval of the Engineer in the event 19 obstructions or impenetrable soils are encountered. 20 21 Where boring with casing is called for the casing shall be placed using an auger inside 22 of the casing to remove the soil as the casing is jacked forward. The auger head shall 23 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall 24 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free 25 from grease, dirt, rust, moisture and any other deleterious contaminants 26 27 The space between the conduit and casing shall be plugged with sand bags and a grout 28 seal 12-inches thick at each end of the casing. Casing abandoned due to an 29 encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a 30 minimum of 4000-PSI compressive strength at 7-days. 31 32 In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal 33 the casing. 34 Material shall not be removed from the boring pit by washing or sluicing. 35 36 All joints shall be welded by a Washington State certified welder Welding shall conform 37 to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. 38 39 Directional boring for electrical installations shall be supervised by a licensed electrical 40 contractor in accordance with Section 8-20 1(1). Where directional boring is called for, 41 conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall 42 be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used 43 to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill 44 between the conduit and tunnel. A guidance system that measures the depth, lateral 45 position and roll shall be used to guide the toolhead when creating the pilot hole. Once 46 the pilot hole is established a reamer and swivel shall be used to install the conduit. 47 Reaming diameter shall not exceed 1 5 times the diameter of the conduit being 48 installed Conduit that is being pulled into the tunnel shall be installed in such a manner 49 so the conduit is not damaged during installation The pullback force on the conduit shall 50 be controlled to prevent damage to the conduit A vacuum spoils extraction system shall 51 be used to remove any excess spoils generated during the installation Excess drilling 52 fluid and spoils shall be disposed of The method and location used for disposal of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid 2 returns (caused by fracturing of formations) at locations other than the entry and exit 3 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 4 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing 5 spoils from entry or exit pits and areas with returns caused by fracturing shall be used 6 as necessary during drilling operations. 7 8 Bore pits shall be backfilled and compacted in accordance with Section 2-09 3(1)E. 9 Directional boring, and jacking or drilling pits shall be kept 2 -feet from the edge of any 10 type of pavement wherever possible. Excessive use of water that might undermine the 11 pavement or soften the Subgrade will not be permitted 12 13 When approved by the Engineer, small test holes may be cut in the pavement to locate 14 obstructions. When the Contractor encounters obstructions or is unable to install 15 conduit because of soil conditions, as determined by the Engineer, additional Work to 16 place the conduit will be paid in accordance with Section 1-04.4 17 18 When open trenching is allowed, trench construction shall conform to the following: 19 20 1. The pavement shall be sawcut a minimum of 3 -inches deep. The cuts shall be 21 parallel to each other and extend 2 -feet beyond the edge of the trench 22 23 2. Pavement shall be removed in an approved manner. 24 25 3. Trench depth shall provide 2 -feet minimum cover over conduits. 26 27 4. Trench width shall be 4 -inches or the conduit diameter plus 2 -inches, 28 whichever is larger. 29 30 5. Trenches located within paved Roadway areas shall be backfilled with 31 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. 32 The controlled density fill shall be placed level to, and at the bottom of the 33 existing pavement. The pavement shall be replaced with paving material that 34 matches the existing pavement. 35 36 On new construction, conduit shall be placed prior to placement of base course 37 pavement. 38 39 Conduit terminating in foundations shall extend a maximum of 2 -inches above the 40 foundation vertically including grounded end bushing or end bell. Conduit stub -outs 41 within cabinet foundations shall be placed so that they do not interfere with cabinet 42 installation. Modification of the cabinet to accommodate the stub -out placement is not 43 allowed. 44 45 Conduit entering through the bottom of a junction box shall be located near the end 46 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from 47 the direction of the run, terminating 6 to 8 -inches below the junction box lid and within 3- 48 inches of the box wall nearest its entry location. 49 50 Galvanized rigid steel conduit entering cable vaults shall extend 2 -inches for the 51 installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable 1 vaults and pull boxes shall terminate flush with the inside walls of the Structure All 2 conduit ends shall be terminated with termination kits 3 4 Steel conduit entering concrete shall be wrapped in 2-inch wide pipe wrap tape with a 5 minimum 1-inch overlap for 12 inches on each side of the concrete face Pipe wrap 6 tape shall be installed per the manufacturer's recommendations. 7 8 Innerduct conduit ends shall be terminated with termination kits Galvanized rigid steel 9 conduit ends shall be terminated with grounded end bushings PVC conduit ends shall 10 be terminated with end bell bushings 11 12 Fittings shall be installed in accordance with the current electrical codes 13 All covered underground conduit shall be cleaned with an approved sized mandrel and 14 blown out with compressed air prior to pulling wire 15 16 Conduits installed for future use shall be prepared according to this Section After final 17 assembly in place, the conduit shall be blown clean with compressed air. Then, in the 18 presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit 19 shall be pulled through to ensure that the conduit has not been deformed As soon as 20 the mandrel has been pulled through, both ends of the conduit shall be sealed with 21 conduit caps All conduits scheduled for future use shall originate in a foundation or 22 junction box as detailed in the Plans and terminate in a junction box All equipment 23 grounding conductors, and the bonding conductor for metallic conduits shall be bonded 24 in all junction boxes in accordance with Section 8-20.3(9). 25 26 Where surface mounting of conduit is required, supports shall consist of channel with 27 clamps sized for the conduit. Support spacing shall comply with the Code, with the 28 exception that spacing of channel supports for conduit shall not exceed 5-feet. 29 30 The minimum distance between adjacent clamps and between the clamp and the end of 31 the channel supports shall be 1-inch. Channel supports shall be installed with stops, to 32 prevent clamps from sliding out of the ends Existing conduit in place scheduled to 33 receive new conductors shall have any existing conductors removed and a cleaning 34 mandrel sized for the conduit shall be pulled through 35 36 All conduits attached to or routed within bridges, retaining walls, and other concrete 37 structures, shall be equipped with approved expansion, deflection, and or combination 38 expansion/deflection fittings at all expansion joints and at all other joints where structure 39 movement is anticipated, including locations where the Contractor, due to construction 40 method, installs expansion and/or construction joints with movement. AH conduit fittings 41 shall have movement capacity appropriate for the anticipated movement of the structure 42 at the joint. Approved deflection fittings shall also be installed at the joint between the 43 bridge end and the retaining wall end, and the transition from bridge, wall or other 44 concrete structure to the underground section of conduit pipe. 45 46 Conduit runs shown in the Plans are for Bidding purposes only and may be changed, 47 with approval of the Engineer, to avoid obstructions. 48 49 Where conduit with innerduct is installed a maximum of 1000-feet of continuous open 50 trench will be allowed, unless otherwise approved by the Engineer. All conduit with 51 innerduct exposed above grade level, or on any elevated Structures, or as noted in the 52 Plans shall be galvanized rigid steel conduit. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 Detectable underground warning tape shall be placed 12 -inches above all conduit that 3 contains fiber optic cable and all conduits identified to contain future fiber optic cable 4 unless otherwise detailed in the Plans. Detectable underground warning tape shall 5 extend 2 -feet into boxes. Splicing shall be per the tape manufacturer's recommended 6 materials and procedures. The warning tape shall be polyethylene with a metallic 7 backing. The polyethylene shall have a minimum 4 -mils thicknesses and be 3 -inches 8 wide The polyethylene shall be orange in color and printed in black with the words 9 conveying message of Fiber Optic Cable Buried Below. 10 11 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous 12 lengths directly above all non metallic conduit that contains fiber optic cable and all 13 conduits identified to contain future fiber optic cable unless otherwise detailed in the 14 plans Location wire shall extend 8 feet into boxes. Coil and secure location wire at 15 the entrance and exit points of all boxes. Splices shall be crimped using a non -insulated 16 butt splice, soldered and covered with moisture blocking heat shrink. 17 18 After final assembly in place, all innerducts shall be blown clean with compressed air. 19 Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the 20 innerduct, shall be pulled through to ensure that the conduit has not been deformed. As 21 soon as the mandrel has been pulled through, a 200 -Ib. minimum tensile strength pull 22 string shall be installed in each innerduct and attached to duct plugs at both ends of the 23 innerduct. 24 25 At all innerduct conduit terminus points, including those in cable vaults and pull boxes, 26 removable and reusable mechanical plugs shall be employed as follows: 27 28 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside 29 the conduit around the innerduct. 30 31 2. Duct plugs shall be installed in all unused innerducts (those that are specified 32 as empty) at the time of conduit installation. 33 34 3 Duct plugs shall be installed in all used innerducts (as specified in the Plans) at 35 the time of conduit installation, unless cable pulling for those innerducts will 36 commence within 48 -hours 37 38 Innerduct containing 1 -cable shall be plugged using an expandable split plug. 39 Innerducts with multiple cables shall be sealed with self -expanding waterproof foam. 40 The waterproof foam shall not be placed more than 2 -inches into the innerduct. 41 42 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 43 The third paragraph is revised to read: 44 45 Adjustments involving raising or lowering the junction boxes shall require conduit 46 modification if the resultant clearance between the top of the conduit and the junction 47 box lid becomes less than 6 -inches or more than 10 -inches in accordance with the 48 Pians 49 50 8-20.3(8) Wiring 51 The following new paragraph is inserted after the third paragraph' 52 1 2 3 All termination for traffic signal control systems shall follow the conductor sequence color code as shown in the following table Conductor Number Color Code Color Trace Use 1 R Red Red or Don't Walk 2 0 Orange Yellow or Spare 3 G Green Green or Walk 4 W White Neutral 5 B Black Ped Call or Spare 6 Wb White/Black Neutral or Spare 7 BI Blue Ped Call or Spare 8 Rb Red/Black Red or Don't Walk 9 Ob Orange/Black Yellow or Spare 10 Gb Green/Black Green or Walk 4 5 6 The first sentence in the fifth paragraph is deleted and replaced with the following. 7 8 Quick disconnect connectors shall be installed in the base of all poles supporting a 9 luminaire Every conductor above ground potential shall be served by a fused quick 10 disconnect kit. Every conductor at ground potential shall be served by an unfused quick 11 disconnect kit. 12 13 The sixth paragraph is revised to read' 14 15 Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be 16 installed between the quick disconnects and the luminaire and between the sign light 17 hand hole and the isolation switch. In addition the conductors from the isolation switch 18 and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 19 29 3(2)A or 9-29 3(2)B Pole and bracket cable jacket shall be removed from the quick 20 disconnect to within 2 -inches below the support bracket clamp. 21 22 8-20.3(9) Bonding, Grounding 23 The second sentence in the second paragraph is revised to read: 24 25 Bonding jumpers and equipment grounding conductors meeting the requirements of 26 Section 9-29 3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC 27 28 8-20.3(13)D Sign Lighting 29 This section is revised to read: 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and 2 other material required to make the sign lighting system operable. Sign illumination 3 fixtures shall be fused according to the table in Section 9-29 7 4 5 8-20.3(13)E Sign Lighting Luminaires 6 The first paragraph is deleted 7 8 8-20.4 Measurement 9 The first paragraph is revised to read 10 11 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent 12 transportation, or traffic signal system no specific unit of measurement will apply, but 13 measurement will be for the sum total of all items for a complete system to be furnished 14 and installed. 15 16 8-20.5 Payment 17 The bid item "Traffic Data Accumulation and Ramp Metering System " is deleted and 18 replaced with the following 19 20 "Intelligent Transportation System ", lump sum. 21 22 The first sentence of the paragraph following the bid item "Traffic Signal System" lump 23 sum, is revised to read: 24 25 The lump sum Contract price for "Illumination System, ", "Traffic Signal System 26 ", "Intelligent Transportation System ", shall be full pay for the construction of 27 the complete electrical system, modifying existing systems, or both, including sign 28 lighting systems, as described above as shown in the Plans and herein specified 29 including excavation, backfilling, concrete foundations, conduit, wiring, restoring 30 facilities destroyed or damaged during construction, salvaging existing materials, and 31 for making all required tests. 1 SECTION 8-21, PERMANENT SIGNING 2 December 1, 2008 3 8-21.3(4) Sign Removal 4 The following two new paragraphs are inserted after the first sentence in the first paragraph 5 6 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted 7 sign brackets, and any other sign mounting structure shown in the Plans to be removed 8 by the Contractor 9 10 The embedded anchors attaching signs and sign Structures specified for removal to 11 existing concrete Structures shall be removed a minimum of one inch beneath the 12 existing concrete surface The void left by removal of the embedded anchors shall be 13 coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall 14 be Type II conforming to Section 9-26.1 with the grade and class as recommended by 15 the epoxy bonding agent manufacturer and as approved by the Engineer. The grout 16 shall consist of cement and fine aggregate mixed in the proportions to match the color 17 of the existing concrete surface as near as practicable 18 19 8-21.3(9)F Bases 20 This section including title is revised to read. 21 22 8-21.3(9)F Foundations 23 The excavation and backfill shall be in conformance with the requirements of Section 2- 24 09 3(1)E Where obstructions prevent construction of planned foundations, the 25 Contractor shall construct an effective foundation satisfactory to the Engineer. 26 27 The bottom of concrete foundations shall rest on firm ground. If the portion of the 28 foundation beneath the existing ground line is formed or cased instead of being cast 29 against the existing soil forming the sides of the excavation, then all gaps between the 30 existing soil and the completed foundation shall be backfilled and compacted in 31 accordance with Section 2-09.3(1)E. 32 33 Foundations shall be cast in one operation where practicable. The exposed portions 34 shall be formed to present a neat appearance Class 2 surface finish shall be applied to 35 exposed surfaces of concrete in accordance with the requirements of Section 6- 36 02 3(14)B. 37 38 Where soil conditions are poor, the Engineer may order the Contractor to extend the 39 foundations shown in the Plans to provide additional depth. Such additional work will be 40 paid for according to Section 1-04 4 41 42 Forms shall be true to line and grade Tops of foundations for roadside sign structures 43 shall be finished to ground line, unless otherwise shown in the Plans or directed by the 44 Engineer Tops of foundations for sign bridges and cantilever sign structures shall be 45 finished to the elevation shown in the Plans. 46 47 Both forms and ground which will be in contact with the concrete shall be thoroughly 48 moistened before placing concrete; however, excess water in the foundation excavation 49 will not be permitted Forms shall not be removed until the concrete has set at least 50 three days All forms shall be removed, except when the Plans or Special Provisions 51 specifically allow or require the forms or casing to remain 1 2 Foundation concrete shall conform to the requirements for the specified class, be cast- 3 in-place concrete and be constructed in accordance with Section 6-02 2 and 6-02.3. 4 5 Sign structures shall not be erected on concrete foundations until foundations have 6 attained a compressive strength of 2,400 psi. 7 8 In addition to the basic requirements, sign bridges and cantilever sign structures shall 9 be installed in accordance with the following: 10 11 1 Tops of foundations for sign bridges and cantilever sign structures shall be 12 finished to the elevation shown in the Plans. 13 14 2. Steel reinforcing bars shall conform to Section 9-07. 15 16 3. Concrete shall be Class 4000, except as otherwise specified. Where water is 17 present in the shaft excavations for Type 1 foundations for sign bridges and 18 cantilever sign structures, the shaft concrete shall be Class 4000P placed in 19 accordance with Section 6-02.3(6)B. 20 21 4. All bolts and anchor bolts shall be installed so that two class full threads extend 22 beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, 23 plus or minus 1 degree. 24 25 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished 26 by adjusting leveling nuts. Shims or other similar devices for plumbing or 27 raking will. not be permitted. 28 29 6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be 30 tightened in accordance with Section 6-03.3(33), and by the Turn-Of-Nut 31 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug 32 tight. Permanent marks shall be set on the base plate and nuts to indicate nut 33 rotation past snug tight. 34 35 In addition to the basic requirements, roadside sign structures shall be installed in 36 accordance with the following 37 38 1. Tops of foundations shall be finished to final ground line, unless otherwise 39 shown in the Plans or staked by the Engineer. 40 41 2. Spiral reinforcing shall conform to AASHTO M32 All other steel reinforcement 42 shall conform to the requirements of Section 9-07. 43 44 3. Concrete shall be Class 3000. 45 46 4. The assembly and installation of all Type TP — A or B bases for roadside sign 47 structures shall be supervised at all times by either a manufacturer's 48 representative or an installer who has been trained and certified by the 49 manufacturer of the system. If the supervision is provided by a trained 50 installer, a copy of the installer certification shall be provided to the Engineer 51 prior to installation. 52 1 5. For all Type — A or B bases the Contractor shall attach four female anchors to a 2 flat rigid template following the manufacturer's recommendations The 3 Contractor shall lower the anchor assembly into fresh concrete foundation and 4 vibrate into position such that the tops of the anchor washers are flush with the 5 finished top surface of the foundation The Contractor shall support the 6 template such that all anchors are level and in their proper position 7 8 Slip base and hinge connection nuts of roadside sign structures shall be tightened using 9 a torque wrench to the torque, and following the procedure, specified in the Standard 10 Plans 11 12 8-21.3(10) Vacant 13 This section is revised to read 14 15 8-21.3(10) Sign Attachment 16 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be 17 attached or mounted to sign posts or sign structures as shown in the Standard Plans 18 19 Signs not conforming to the above, including all variable message sign (VMS) 20 assemblies and other message board type assemblies, shall be attached or mounted to 21 sign posts or sign structures by means of positive connections - defined as through- 22 bolted connections. The use of clips or clamps to accomplish the attachment or 23 mounting of such signs and assemblies is prohibited 24 25 8-21.3(12) Steel Sign Posts 26 This section is revised to read 27 28 For roadside sign structures on Type — A or B bases, the Contractor shall use the 29 following procedures and manufacturer's recommendations: 30 31 1 The couplings, special bolts, bracket bolts, and hinge connection nuts on all 32 Type — A or B bases shall be tightened using the Turn-Of-Nut Tightening 33 Method to a maximum rotation of 1/2 turn past snug tight. 34 35 2 The Contractor shall shim as necessary to plumb the steel sign posts. 36 37 For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use 38 the following procedures: 39 40 1 The Contractor shall assemble the steel sign post to stub post with bolts and 41 flat washers as shown in the Standard Plans. 42 43 2 Each bolt be tightened using a torque wrench to the torque, and following the 44 procedures specified in the Standard Plans 1 SECTION 8-22, PAVEMENT MARKING 2 April 6, 2009 3 8-22.3(2) Preparation of Roadway Surfaces 4 This section is revised to read: 5 6 All surfaces shall be dry, free of any loose debris and within the proper temperature 7 range prior to striping. When required by the pavement marking manufacturer's 8 installation instructions, remove pavement markings from pavement surfaces that will 9 adversely affect the bond of new pavement marking material to the roadway surface 10 according to Section 8-22.3(6). 11 12 Remove all other contaminants from pavement surfaces that may adversely affect the 13 installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air 14 blast the pavement with a high-pressure system to remove extraneous or loose 15 material. 16 17 Apply materials to new HMA that is sufficiently cured according to the manufacturer's 18 recommendations. Typically, Type D material applied to new HMA pavement requires a 19 pavement cure period of 21 days. This cure period may be reduced if the manufacturer 20 performs a successful bond test and approves the reduction of the pavement cure 21 period. 22 23 For new Portland Cement Concrete surfaces remove curing compounds and laitance by 24 an approved mechanical means Air blast the pavement with a high-pressure system to 25 remove extraneous or loose material. Apply materials to concrete that has reached a 26 minimum compressive strength of 2,500 psi and that is sufficiently cured according to 27 the manufacturer's recommendations. Typically, Type D material applied to Portland 28 cement concrete pavement requires a pavement cure period of 28 days. This cure 29 period may be reduced if the manufacturer performs a successful bond test and 30 approves the reduction of the pavement cure period. 31 32 After the pavement surface is dean and dry, apply primer as recommended by the 33 manufacturer to the area receiving the pavement markings. Apply the primer in a 34 continuous, solid film according to the recommendations of the primer manufacturer and 35 the pavement markings manufacturer. 36 37 8-22.3(3) Marking Application 38 The content of this section is deleted. This section is supplemented with the following new 39 sub -sections: 40 41 8-22.3(3)A Marking Colors 42 Lane line and right edge line shall be white in color. Center line and left edge line shall 43 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 44 Standard Plans 45 46 8-22.3(3)B Line Patterns 47 Solid line — a continuous line without gaps 48 49 Broken line — a line consisting of solid line segments separated by gaps. 50 1 Dotted line — a broken line with noticeably shorter line segments separated by 2 noticeably shorter gaps 3 4 8-22.3(3)C Line Surfaces 5 Flat Lines — Pavement marking lines with a flat surface 6 7 Profiled Marking — A profiled pavement marking is a marking that consists of a base line 8 thickness and a profiled thickness which is a portion of the pavement marking line that is 9 applied at a greater thickness than the base line thickness Profiles shall be applied 10 using the extruded method in the same application as the base line The profiles may 11 be slightly rounded provided the minimum profile thickness is provided for the length of 12 the profile. See the Standard Plans for the construction details 13 14 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 15 grooves An embossed plastic line may also have profiles See the Standard Plans for 16 the construction details 17 18 8-22.3(3)D Line Applications 19 Surface line — a line constructed by applying pavement marking material directly to the 20 pavement surface or existing pavement marking. 21 22 Grooved line — A line constructed by grinding or saw cutting a groove into the pavement 23 surface and spraying, extruding or gluing pavement marking material into the groove. 24 Groove depth is measured vertically from the bottom of a 2-foot or longer straight edge 25 placed on the roadway surface to the ground surface. The groove depth is dependent 26 upon the material used, the pavement surface and location. See these Standard 27 Specifications, the project Plans and Special Provisions 28 29 8-22.3(3)E Installation 30 Apply pavement marking materials to clean dry pavement surfaces and according to the 31 following. 32 33 1. Place material according to the manufacture's recommendations; 34 2 Place parallel double lines in one pass; 35 3. The top of pavement marking shall be smooth and uniform; 36 4. Line ends shall be square and clean, 37 5 Place pavement marking lines parallel and true to line; and, 38 6, Place markings in proper alignment with existing markings 39 40 When applying paint, Type A or Type C material, ensure that both the pavement surface 41 and the air temperature at the time of application are not less than 50°F and rising. 42 When applying Type B or Type D material, ensure that both the pavement surface and 43 the air temperature at the time of application are not less than 40°F and rising. 44 45 Ensure that the Type A thermoplastic material meets the manufacturers temperature 46 specifications when it contacts the pavement surface. 47 48 Two applications of paint will be required to complete all paint markings The second 49 application of paint shall be squarely on top of the first pass The time period between 50 paint applications will vary depending on the type of pavement and paint (low VOC 51 waterborne, high VOC solvent, or low VOC solvent) as follows 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 Pavement Type Paint Type Time Period Bituminous Surface Treatment Low VOC Waterborne 4 -hours min., 48 -hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Cement Concrete Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48 hrs. max Hot Mix Asphalt Pavement High and tow VOC Solvent 40 min. min., 30 -days max. Cement Concrete Pavement High and Low VOC Solvent 40 min min., 30 -days max. Centerlines on 2 -lane Highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided Roadways shall be applied in cycle in the direction of travel. 8 Where paint is applied on centerline on two-way roads with bituminous surface 9 treatment or centerline rumble strips, the second paint application shall be applied in the 10 opposite (decreasing mile post) direction as the first application (increasing mile post) 11 direction. This will require minor broken line pattern corrections for curves on the 12 second application. 13 14 8-22.3(3)F Application Thickness 15 Pavement markings shall be applied at the following base line thickness measured above 16 the pavement surface or above the groove bottom for grooved markings in thousandths of 17 an inch (mils): 18 Marking Material Application HMA PCC BST Groove Depth Paint -first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A - flat/transverse & symbols extruded 125 125 125 Type A - flat/long line & symbols spray 90 90 120 Type A - with profiles extruded 90 90 120 Type A - embossed extruded 160 160 160 Type A - embossed with profiles extruded 160 160 160 Type A — grooved/flat/long line extruded 230 230 230 250 Type B - flat/transverse & symbols heat fused 125 125 125 Type C-2 - flat/transverse & symbols adhesive 90 90 NA Type C-1 & 2 - flat/long line adhesive 60 60 NA Type C-1 - grooved/flat/long line adhesive 60 60 NA 100 1 2 3 4 5 6 7 8 9 10 Type D - flat/transverse & symbols spray 120 120 120 161 Type D - flat/transverse & symbols extruded 120 120 120 89 Type D - flat/long line spray 90 90 120 73 Type D - flat/long line extruded 90 90 120 54 Type D - profiled/long line extruded 90 90 120 36 Type D — grooved/flat/long line extruded 230 230 230 250 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Mils thickness Feet of 4" line/gallon Square feet/gallon 10 483 161 15 322 108 18 268 89 20 242 80 22 220 73 24 202 67 30 161 54 40 122 41 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 Solid pavement marking material (Type A) yield per 50 -pound bag shall not exceed the following Mils thickness Feet of 4" Zine/50# bag Square feet/50# bag 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 125 - embossed with 58 20 profiles 230- flat grooved 47 15 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4 -inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by shot blasting or a method approved by Engineer Immediately before placing the marking material clean the groove with high pressure air 10 11 8-22.3(3)A Glass beads 12 This section is renumbered as follows: 13 14 8-22.3(3)G Glass Beads 15 16 The second sentence in the second paragraph is revised to read: 17 18 For plastic pavement markings, glass bead type and application rate shall be as 19 recommended by the marking material manufacturer. 20 21 8-22.3(4) Tolerances for Lines 22 This section is revised to read: 23 24 Allowable tolerances for lines are as follows. 25 26 Length of Line — The longitudinal accumulative error within a 40 -foot length of broken 27 line shall not exceed plus or minus 1 -inch. The broken line segment shall not be Tess 28 than 10 feet. 29 30 Width of Line — The width of the line shall not be less than the specified line width or 31 greater than the specified line width plus 1/4 -inch 32 33 Lane Width — the lane width, which is defined as the lateral width from the edge of 34 pavement to the center of the lane line or between the centers of successive lane lines, 35 shall not vary from the widths shown in the Contract by more than plus or minus 4- 36 inches 37 38 Thickness — a thickness tolerance not exceeding plus 10 -percent will be allowed for 39 thickness or yield in paint and plastic material application. 40 41 Parallel Lines — the gap tolerance between parallel lines is plus or minus 1/2 -inch 42 43 8-22.3(5) Plastic Installation Instructions 44 This section's title is revised to read: 45 1 8-22.3(5) Installation Instructions 2 3 The following new sentences are inserted to follow the first sentence 4 5 The instructions shall include equipment requirements, approved work methods and 6 procedures, material application temperature range, air and pavement surface 7 temperature requirements, weather limitations, precautions, and all other requirements 8 for successful application and material performance Do not use materials with 9 incomplete or missing instructions 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 2 April 6, 2009 3 4 8-23.3(2) Beading and Tolerances 5 This section's content is deleted. This section's title is revised to read 6 7 8-23.3(2) Marking Application 8 9 This section is supplemented with the following new sub -sections: 10 11 8-23.3(2)A Temporary Pavement Marking Paint 12 Paint used for temporary pavement markings shall be applied in one application at a 13 thickness of 15 -mils or 108 -square feet per gallon Glass beads shall be in accordance 14 with Section 8-22.3(3)G. 15 16 8-23.3(2)B Temporary Pavement Marking Tape 17 Surface preparation and application of temporary pavement marking tape shall be in 18 conformance with the manufacturer's recommendations. 19 20 8-23.3(2)C Temporary Raised Pavement Markers 21 Surface preparation and application of temporary flexible raised pavement markers shall 22 be in conformance with the manufacturer's recommendations. When temporary flexible 23 raised pavement markers are used for bituminous surface treatment operations, the 24 markers shall be installed with the protective cover in place. The cover shall be 25 removed after spraying asphaltic material. 26 27 Application of temporary raised pavement markers (other than temporary flexible raised 28 pavement markers) shall conform to the requirements of Section 8-09.3. 29 30 8-23.3(2)D Tolerance for Lines 31 Tolerance for lines shall conform to Section 8-22.3(4) SECTION 9-02, BITUMINOUS MATERIALS April 6, 2009 9-02.1 Asphalt Material, General This section is supplemented with the following. The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory Any change to the QCP will require a new QCP to be submitted The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the Specification requirements of the Contract. 9-02.1(4)A Quality Control Plan This section including title is revised to read. 9-02.1(4)A Vacant 1 SECTION 9-03, AGGREGATES 2 April 6, 2009 3 9-03.1(1) General Requirements 4 The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted 5 6 The following new paragraph is inserted after the sixth paragraph: 7 8 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 9 may be approved for use for aggregates with expansions greater than or equal to 0.21 10 percent. The Contractor shall submit test results according to ASTM C 1567 through the 11 Project Engineer to the State Materials Laboratory that demonstrate that the proposed 12 fly ash when used with the proposed aggregates and portland cement will control the 13 potential expansion to 0.20 percent or less before the fly ash and aggregate sources 14 may be used in concrete The Contracting Agency may test the proposed ASR 15 mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting 16 Agency's results will prevail 17 18 9-03.8(7) HMA Tolerances and Adjustments 19 The third sentence in the second paragraph under (1 ), (Beginning with: The tolerance limits 20 on sieves...) is deleted. 21 22 9-03.17 Foundation Material Class A and Class B 23 This section is revised to read 24 25 26 Foundation material Class A and Class B shall conform to the following gradations: 27 All percentages are by mass. Percent Passing Sieve Size Class A Class B 21/2" square 98-100 95-100 2" square 92-100 75-100 1'/2" square 72-87 30-60 3/4" square 27-47 0-5 %" square 3-14 --- U.S. No. 4 0-5 --- 27 All percentages are by mass. 1 SECTION 9-07, REINFORCING STEEL 2 April 6, 2009 3 9-07.3 Epoxy Coated Steel Reinforcing Bars 4 The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. 5 6 9-07.10 Prestressing Reinforcement Strand 7 The first sentence in the fourth paragraph is revised to read 8 9 For every 5 reels furnished, one sample, not less than 51/2 -feet long, shall be sent to the 10 Engineer for testing 11 12 9-07.11 Prestressing Reinforcement Bar 13 The fifth and sixth paragraphs are revised to read 14 15 The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance 16 with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's 17 Certificate of Compliance in accordance with Section 1-06 3 for all nuts and couplers 18 confirming compliance with the specified strength requirement. 19 20 ' For each heat of steel for high-strength steel bar, the Contractor shall submit two 21 samples, each not less than 51/2 -feet long, to the Engineer for testing. 1 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 2 April 6, 2009 3 9-14.4(4) Vacant 4 This section including title is revised to read 5 6 9-14.4(4) Wood Strand Mulch 7 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native 8 conifer or deciduous trees with high length -to -width ratio A minimum of 95% of the 9 wood strand shall have lengths between 2 and 10 -inches, with a width and thickness 10 between 1/16 and 3/8 -inches. 11 12 The mulch shall not contain resin, tannin, or other compounds in quantities that would 13 be detrimental to plant life Sawdust or wood shavings shall not be used as mulch. 14 15 9-14.4(8) Compost 16 This section is revised to read 17 18 Compost products shall be the result of the biological degradation and transformation of 19 plant -derived materials under controlled conditions designed to promote aerobic 20 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 21 dioxide generation Compost shall be mature with regard to its suitability for serving as 22 a soil amendment or an erosion control BMP as defined below. The compost shall have 23 a moisture content that has no visible free water or dust produced when handling the 24 material. 25 26 Compost production and quality shall comply with Chapter 173-350 WAC. 27 28 Compost products shall meet the following physical criteria: 29 30 1. Compost material shall be tested in accordance with U.S Composting Council 31 Testing Methods for the Examination of Compost and Composting (TMECC) 32 02.02-B, "Sample Sieving for Aggregate Size Classification". 33 34 Fine Compost shall meet the following: 35 36 Min. Max 37 Percent passing 2" 100% 38 Percent passing 1" 95% 100% 39 Percent passing 5/8" 90% 100% 40 Percent passing 1/4" 75% 100% 41 Maximum particle length of 6 inches 42 43 Coarse Compost shall meet the following: 44 45 Min Max. 46 Percent passing 3" 100% 47 Percent passing 1" 90% 100% 48 Percent passing 3/4" 70% 100% 49 Percent passing 1/4" 40% 60% 50 Maximum particle length of 6 inches 51 1 2 The pH shall be between 6 0 and 8 5 when tested in accordance with U S 2 Composting Council TMECC 04 11-A, "1.5 Slurry pH" 3 4 3 Manufactured inert material (plastic, concrete, ceramics, metal, etc) shall be 5 less than 1.0 percent by weight as determined by U.S. Composting Council 6 TMECC 03.08-A "Classification of Inerts by Sieve Size" 7 8 4 Minimum organic matter shall be 40 percent by dry weight basis as determined 9 by U S. Composting Council TMECC 05 07A "Loss-On-Ignition Organic Matter 10 Method (LOI)". 11 12 5. Soluble salt contents shall be less than 4 0 mmhos/cm when tested in 13 accordance with U.S. Composting Council TMECC 04.10 "Electrical 14 Conductivity" 15 16 6. Maturity shall be greater than 80% in accordance with U.S Composting 17 Council TMECC 05 05-A, "Germination and Root Elongation" 18 19 7 Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S 20 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 21 22 8. The compost product must originate a minimum of 65 percent by volume from 23 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 24 maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated 25 food waste, and/or biosolids may be substituted for recycled plant waste The 26 manufacturer shall provide a list of feedstock sources by percentage in the 27 final compost product. 28 29 9. The Engineer may also evaluate compost for maturity using U.S. Composting 30 Council TMECC 05.08-E "Solvita® Maturity Index" Fine Compost shall score 31 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost 32 shall score a 5 or above on the Solvita® Compost Maturity Test 33 34 This section is supplemented with the following new sub-sections: 35 36 9-14.4(8)A Compost Approval 37 The Contractor shall either select a compost manufacturer from the Qualified Products 38 List, or submit the following information to the Engineer for approval: 39 40 1. A Request for Approval of Material Source. 41 42 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 43 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 44 Standards for Solid Waste Handling). 45 46 3. The manufacturer shall verify in writing, and provide lab analyses that the 47 material complies with the processes, testing, and standards specified in WAC 48 173-350 and these specifications An independent Seal of Testing Assurance 49 (STA) Program certified laboratory shall perform the analysis. 50 51 4 A copy of the manufacturer's Seal of Testing Assurance STA certification as 52 issued by the U.S Composting Council 1 2 9-14.4(8)B Compost Acceptance 3 Seven days prior to initial application of any compost the Contractor shall submit a 4 compost sample, a STA test report dated within 90 calendar days, and the list of 5 feedstocks by volume for each compost type to the Engineer for review. 6 7 The Contractor shall use only compost that has been tested within 90 calendar days of 8 application and meets the requirements in section 9-14.4(8). Compost not conforming 9 to the above requirements or taken from a source other than those tested and accepted 10 shall be immediately removed from the project and replaced at no cost to the 11 Contracting Agency. 12 13 9-14.5(1) Polyacrylamide (PAM) 14 The second sentence is revised to read: 15 16 PAM shall be anionic and shall be linear, and not cross-linked. 17 18 9-14.5(3) Clear Plastic Covering 19 This section is revised to read: 20 21 Clear plastic covering shall conform to the requirements of ASTM D 4397, for 22 polyethylene sheeting having a minimum thickness of 6 mils. 23 24 9-14.5(7) Coir Log 25 The reference to Standard Plans in the second sentence of the first paragraph is revised to 26 read Plans. SECTION 9-16, FENCE AND GUARDRAIL December 1, 2008 9-16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following Round Post Material Round post material shall be Grade 1 or 2 Roll Form Material Roll -formed post material shall be Grade 1 Roll -formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted 9-16.1(1)B Chain Link Fence Fabric The first paragraph is revised to read: Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire for chain link fence Type 1. The fabric shall be zinc -coated steel wire conforming to AASHTO M 181, Class C. Zinc 5 -percent Aluminum-Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot -dipped) at the application rate specified by ASSHTO M 181 for hot -dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1 0 oz/sq ft (305 g/m2). 9-16.1(1)C Tension Wire This section including title is revised to read: 9-16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1 Tension cable shall meet the requirements of Section 9-16 6(5). 9-16.1(1)D Fittings and Hardware This section is supplemented with the following Fabric bands and stretcher bars shall meet the requirements of Section 9-16 6(9) Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9-16.6(6). 9-16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read Gate frames shall be constructed of not less that 1 1/2 -inch (I D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A-11-99 primer meeting the requirements of Section 9-08.2 9-16.2(1)A Steel Post Material The paragraph under Angle Post Material is revised to read All angle post material shall be galvanized in accordance with the requirements of AASHTO M 111 except the anchor plate on fence post material shall be grade 55. Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 Ib/ft. The first sentence in the third paragraph is revised to read: Posts shall not be less than 7 -feet in length. The last sentence in the third paragraph is revised to read: The anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a minimum weight of 0.67 pounds. 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 9-16.3(3) Galvanizing The first sentence in the first paragraph is revised to read. W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting 9-16.3(4) Hardware This section is revised to read: Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9-06 5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9-06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A The Contractor shall submit a manufacturer's certificate of compliance per 1-06 3 for high strength bolts, nuts, and washers prior to installing any of the hardware 9-16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". 9-16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized". 9-16.6(2) Glare Screen Fabric The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491" 9-16.6(3) Posts The first paragraph is revised to read• Line posts for Type 1 glare screen shall be 1 1/2 -inches by 1 7/8 -inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8 -inches by 2 1/4 -inches galvanized steel H column with a minimum weight of 4 0 pounds per linear foot, or 2 -inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2 -inches by 1 7/8 -inches steel H column with a minimum weight of 2.8 pounds per linear foot. The first sentence in the second paragraph is revised to read. End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized". The first two sentences in the fifth paragraph are revised to read• All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum average zinc coating is per square foot of surface area. 9-16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized" 9-16.6(6) Cable and Tension Wire Attachments The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized" The third sentence in the first paragraph is deleted. 9-16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized" 9-16.6(10) Tie Wire This section including title is revised to read. 9-16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279 Galvanizing shall be Class 1 Hog rings shall be 12 gage galvanized steel wire. 9-16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 2 April 6, 2009 3 9-23.6 Admixture for Concrete 4 This section including title is revised to read 5 6 9-23.6 Chemical Admixtures for Concrete 7 Acceptance of chemical admixtures will be based on Manufacturer's Certificate of 8 Compliance If required by the Engineer, admixtures shall be sampled and tested before 9 they are used A one -pint (500 milliliter) sample of the admixture shall be submitted to 10 the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. 11 Chemical Admixtures shall contain less than one percent chloride ion (CI-) by weight of 12 admixture 13 14 This section is supplemented with the following new sub -sections. 15 16 9-23.6(1) Air Entraining Admixtures 17 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 18 260 19 20 9-23.6(2) Type A Water -Reducing Admixtures 21 Type A Water -Reducing admixtures shall conform to the requirements of AASHTO M 22 194 Type A or ASTM C 494 Type A. 23 24 9-23.6(3) Type B Retarding Admixtures 25 Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type 26 B or ASTM C 494 Type B. 27 28 9-23.6(4) Type C Accelerating Admixtures 29 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 30 Type C or ASTM C 494 Type C and only non -chloride accelerating admixtures shall be 31 used. 32 33 9-23.6(5) Type D Water -Reducing and Retarding Admixtures 34 Type D Water -Reducing and Retarding admixtures shall conform to the requirements of 35 AASHTO M 194 Type D or ASTM C 494 Type D. 36 37 9-23.6(6) Type E Water -Reducing and Accelerating Admixtures 38 Type E Water -Reducing and Accelerating admixtures shall conform to the requirements 39 of AASHTO M 194 Type E or ASTM C 494 Type E and only non -chloride accelerating 40 admixtures shall be used. 41 42 9-23.6(7) Type F Water -Reducing, High Range Admixtures 43 Type F Water -Reducing, High Range admixtures shall conform to the requirements of 44 AASHTO M 194 Type F or ASTM C 494 Type F 45 46 9-23.6(8) Type G Water -Reducing, High Range and Retarding Admixtures 47 Type G Water -Reducing, High Range and Retarding admixtures shall conform to the 48 requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 49 1 9-23.6(9) Type S Specific Performance Admixtures 2 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 3 494 Type S. When a Type S admixture is used a report on the performance 4 characteristics of the Type S admixture shall be submitted along with the WSDOT 5 concrete mix design (WSDOT Form 350-040). The report shall describe the 6 performance characteristics and provide data substantiating the specific characteristics 7 of the Type S admixture in accordance with ASTM C 494 8 9 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed 10 Concrete 11 This section including tide is revised to read 12 13 9-23.7 Vacant 14 15 9-23.9 Fly Ash 16 This section is supplemented with the following: 17 18 Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be 19 used if they meet the tests requirements of Section 9-03.1(1). The optional chemical 20 limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. 1 SECTION 9-25, WATER 2 April 6, 2009 3 9-25.1 Water for Concrete 4 The first paragraph is revised to read 5 6 Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for 7 human consumption (potable). If the water contains substances that cause 8 discoloration, unusual smell or taste, or other suspicious content, the Engineer may 9 require the Contractor to provide test results documenting that the water meets the 10 physical test requirements and chemical limits described in ASTM C1602 for non - 11 potable water 1 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 2 April 6, 2009 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 9-28.8 Sheet Aluminum Signs The second paragraph (excluding chart) is revised to read. After the sheeting has been fabricated, the surface of each panel shall be protected from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 class 11 Specification for Chromates on Aluminum. Aluminum signs over 12 -feet wide by 5 -feet high shall be comprised of vertical panels in increments of 2, 3, or 4 -feet wide No more than one 2 -foot and/or 3 -foot panel may be used per sign The Contractor shall use the widest panels possible All parts necessary for assembly shall be constructed of aluminum, galvanized, or stainless steel in accordance with the plans Sheet thickness shall be as follows. 9-28.9(1) Mechanical Properties The chart in this section is revised to read. Mechanical Property Tensile Strength Tensile Modulus Flexural Strength Flexural Modulus Compression Strength Compression Modulus Punch Shear Ave. Min. Requirement 10.0 psi x 103 1 2 psi x 106 20.0 psi x 103 1.2 psi x 106 32 0 psi x 103 1.4 psi x 106 12.0 psi x 103 ASTM Test D638 D638 D790 D790 D695 D695 D732 9-28.14(2) Steel Structures and Posts The first sentence in the fifth paragraph is supplemented with the following: Steel used for slip bases (SB -1, SB -2, SB -3) and heavy duty anchors shall have a controlled silicon maximum of 0 40 -percent. 1 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 2 April 6, 2009 3 9-29.1 Conduit, Innerduct, and Outerduct 4 This section's content is deleted. This section is supplemented with the following 5 6 Conduit shall be free from defects, including out of round, and foreign inclusions. 7 Conduit shall be uniform in color, density, and physical properties. The inside shall be 8 smooth and free from burrs which could damage cable during installation Conduit ends 9 shall be cut square to the inside diameter, and supplied with thread protectors All 10 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a 11 Nationally Recognized Testing Laboratory. 12 13 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 14 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 15 required and bear the mark of a Nationally Recognized Testing Laboratory Exterior and 16 interior surfaces of the galvanized steel conduit, except threaded ends, shall be 17 uniformly and adequately zinc coated by a hot -dip galvanizing process. The average of 18 the zinc coating shall comply with Federal Specification WW -C-581 d 19 20 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances 21 Couplings for rigid metal type conduits may be either hot -dip or electroplated 22 galvanized 23 24 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally 25 Recognized Testing Laboratory listed for wet locations, and shall be hot -dip galvanized 26 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt 27 on cover with stainless steel screws and a neoprene gasket seal. 28 29 Grounding end bushings shall be bronze or galvanized malleable iron with copper, 30 tinned copper, stainless steel, or integral lug with stainless steel clamping screw, 31 mounting screw and set screw. 32 33 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot -dip 34 galvanized. Two -hole type straps shall span the entire width of the support channel and 35 attach to the supports on both sides of the conduit with bolts and associated hardware. 36 Two piece conduit clamps shall interlock with the support channel with a single bolt. 37 38 Conduit supports for surface mounted conduit shall be hot -dip galvanized or type 304 or 39 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and 40 spring nuts. 41 42 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 43 Expansion/Deflection Fittings 44 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip 45 galvanized malleable or ductile iron end couplings and body and shall allow for 4 -inches 46 of movement minimum (2 -inches in each direction). Expansion fittings for rigid 47 galvanized steel conduit shall have an external tinned copper bonding jumper or an 48 internal tinned copper bonding jumper The internal tinned copper bonding jumper shall 49 not reduce the conduit conductor capacity 50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip 2 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless 3 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 4 for conduit movement of %-inch in all directions and angular movement of 30 degree in 5 any direction. 6 7 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit 8 shall be assembled from a deflection fitting and an expansion fitting as defined above. 9 10 The bonding jumper used for expansion fittings and combination expansion deflection 11 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt 12 type connection designed for the application. 13 14 9-29.1(3) Flexible Metal Conduit 15 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible 16 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 17 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 18 350. 19 20 9-29.1(3)A Flexible Metal Conduit Appurtenances 21 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, 22 and listed for wet locations. 23 24 9-29.1(4) Non -Metallic Conduit 25 26 9-29.1(4)A Rigid PVC Conduit 27 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. 28 Fittings shall conform to NEMATC-3, and be UL 514C and UL 651. 29 30 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes 31 for which the cement is recommended) 32 33 9-29.1(4)B HDPE Conduit 34 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings 35 for HDPE shall be mechanical and listed for use with HDPE. 36 37 Aluminum mechanical couplings are prohibited. 38 39 9-29.1(5) Innerduct and Outerduct 40 The innerduct system shall be factory -installed and shall be designed so that expansion 41 and contraction of the innerducts takes place in the coupling body to eliminate 42 compatibility probiems.The conduit coupling body shall have a factory -assembled 43 gasket that is multi -stage and anti -reversing, sealing both the outerduct and innerducts. 44 A secondary mid -body 0 -ring gasket shall be seated into the coupling body and shall 45 hold the coupling body firmly in the outerduct 46 47 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 48 from the same materials and manufacturing process as the conduit, except as specified 49 otherwise. The conduit system shall be a complete system with the following 50 accessories: 51 52 Manhole Terminator Kits 1 Deflection Fittings 2 Offset Fittings 3 Expansion/Contraction Fittings 4 Repair Kits 5 Conduit and Innerduct Plugs 6 Pull string 7 Pull rope 8 Conduit spacers 9 Split Plugs 10 11 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 12 Each section of steel outerduct shall be supplied with one reversing spin coupling that 13 allows straight sections and fittings to be joined without spinning the conduit. The 14 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 15 lock the coupling in place Setscrews or lock nut ring shall be galvanized or stainless 16 steel and insure continuous electrical ground. The couplings shall be galvanized steel 17 with the same material properties as the conduit. 18 19 The conduit system shall be designed so that assembly of components can be 20 accomplished in the following steps 21 22 1 Loosen setscrews or lock nut ring on coupling and spin back to allow for 23 insertion 24 25 2. Spin coupling mating sections forward to bottom 26 27 3. Tighten setscrews on lock nut ring 28 29 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct 30 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall 31 be 4 -inch with a minimum 5 -inch extended integral "bell end" and shall be gray in color. 32 The outerduct minimum wall thickness shall be 0 23 -inch for Schedule 40 PVC and 33 0.32 -inch for Schedule 80 PVC. 34 35 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor 36 37 The coupling body for PVC outerduct shall include a factory -assembled, multi -stage 38 gasket that is anti -reversing, sealing both the outer and innerducts. A secondary mid - 39 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 40 of the system. The bell end and the coupling body assembly shall accept a minimum of 41 5 -inches of the spigot end 42 43 The conduit system shall be designed so that straight sections and fittings will assemble 44 without the need for lubricants or cement. 45 46 PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for 47 proper innerduct alignment. PVC outer -ducts shall have a circumferential ring on the 48 spigot end of the duct to provide a reference point for ensuring the proper insertion 49 depth when connecting conduit ends. The line shall be a minimum of 5 -inches from the 50 end of the conduit 51 1 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or 2 PVC Outerduct 3 The innerducts shall have a minimum outside diameter of 1.25 -inch, and a minimum 4 inside diameter of 1.2 -inch. Larger diameter innerducts may be provided if the wall 5 thickness and diameter tolerances are met. The tolerance for inside and outside 6 diameters shall be 0 005 -inch. The innerducts shall have a minimum wall thickness of 7 0.060 -inch. Innerduct shall be color coded and shall index a minimum of one innerduct 8 with a different color. Alternate color codes are permitted as long as the color codes are 9 contiguous between adjacent junction boxes The innerducts shall be factory installed in 10 the outerduct. 11 12 Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia 13 GR -356 -CORE procedure. The coefficient of friction shall be less than 0.30 between 14 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 15 The coefficient of friction shall be less than 0.10 between the 1/4 -inch diameter 16 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 17 innerduct. Pull rope used for testing (meeting the 0 10 coefficient of friction requirement) 18 shall be the same type as the pull rope used for cable installation. The Contractor shall 19 provide as part of the conduit submittals a certificate of compliance with these 20 coefficient of friction requirements 21 22 The innerduct shall have a smooth, non -ribbed interior surface, with a factory 23 prelubricated coating. The coating shall provide the required dynamic coefficient of 24 friction. 25 26 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). 27 28 The coupling body for the Innerduct shall be factory assembled in the bell end of the 29 outerduct and shall be manufactured from a high impact engineered thermoplastic The 30 coupling body face shall be supplied with lead-ins to facilitate assembly. 31 32 All outerduct shall be marked with data traceable to plant location. 33 34 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances 35 Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane 36 gasket. Plugs shall be equipped with an attachment to secure the pull rope in the 37 innerduct. The plug shall withstand 5 psi. 38 39 9-29.1(5)D1 Bends for 4 -inch PVC Conduit with Innerducts or Galvanized 40 Steel Conduit with Innerducts 41 All bend radii shall be 36 -inches or greater. The conduit system shall provide a complete 42 line of fixed and flexible sweeps with system compatible bell and spigot or threaded 43 ends. The bends shall contain high-temperature burn -through -resistant innerducts 44 manufactured from PVC, PE, or Nylon -66. The innerducts shall meet all other 45 requirements for innerduct In Sections 9-29.1(1) and 9-29.1(5)A. \ 46 47 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) 48 The prefabricated standard fixed PVC bends shall have a radius between 4 -feet and 9- 49 feet and sweep angles of 11 25 -degree, 22.5 -degree, 45 -degree, or 90 -degree 50 51 Flexible bends shall be prefabricated These conduits may be field bent to a uniform 52 radius no less than 4 -feet. The field bend shall be no greater than 90 -degrees 1 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be 2 manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized 3 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 4 5 9-29.1(6) Detectable Underground Warning Tape 6 Detectable Underground Warning tape shall be Orange imprinted in black lettering with 7 the message, "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape 8 shall be polyethylene with a metallic backing The polyethylene shall be a minimum 4- 9 mils thick and 3 -inches wide 10 11 9-29.1(7) Steel Casings 12 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved 13 by the Engineer The Contractor shall furnish pipe of adequate thickness to withstand 14 the forces exerted by the boring operation as well as those forces exerted by the earth 15 during installation and shall be a minimum of %-inch thick.All joints shall be welded by a 16 welder qualified in accordance with AWS D1 1 structural welding code, section 3 17 18 9-29.1(8) Drilling Fluid 19 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite 20 clay, conforming to the drilling equipment manufacturers recommendations 21 22 9-29.3 Conductors, Cable 23 This section's content is deleted. This section's title is revised to read. 24 25 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 26 27 9-29.3(1)A Singlemode Fiber Optic Cable 28 This section is revised to read: 29 30 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 31 kpsi proof stress glass and primarily composed of silica which shall provide a matched 32 clad index of refraction (n) profile and the following physical and performance 33 characteristics. 34 35 1 Maximum Attenuation 0.4/0 3 dB/km at 1310/1550 nanometers, respectively; 36 37 2 Typical Core Diameter: 8.3 microns; 38 39 3 Cladding Diameter' 125 micron; 40 41 4 Core -to -Cladding Offset (Defined as the distance between the core center and 42 the cladding center < 0.8 microns, 43 44 5 Cladding Non -Circularity (Defined as {[1 -(minimum cladding diameter 45 maximum cladding diameter)] X 100.} < 2.0%; 46 47 6 Coating Diameter of 250 microns ± 15 microns with a minimum coating 48 thickness at any point of not less than 50 microns; 49 50 7 The coating shall be a dual -layered, UV -cured acrylate applied by the fiber 51 manufacturer; and, 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8. The coating shall be mechanically or chemically strippable without damaging 2 the fiber 3 4 9-29.3(2) Twisted -Pair (TWP) Copper Cable 5 This section's content is deleted This section's title is revised to read: 6 7 9-29.3(2) Electrical Conductors and Cable 8 9 This section is supplemented with the following new sub -sections: 10 11 9-29.3(2)A Single Conductor 12 13 9-29.3(2)A1 Single Conductor Current Carrying 14 All current carrying single conductors shall be stranded copper conforming to ASTM B3 15 and B8. Insulation shall be chemically XLP (cross-linked polyethylene) or EPR (Ethylene 16 Propylene Rubber) Type USE rated for 600 volt. 17 18 9-29.3(2)A2 Grounding Electrode Conductor 19 Grounding electrode conductor shall be bare or insulated stranded copper. The 20 insulation shall be green or green with a yellow tracer. 21 22 9-29.3(2)A3 Equipment Grounding and Bonding Conductors 23 Equipment grounding and bonding jumper conductors shall be bare or green insulated, 24 stranded copper with cross-linked polyethylene insulation rated USE and 600 volts, 25 with the exception that the equipment grounding and bonding jumper conductors 26 installed between junction box, pull box, or cable vault frame and lids shall be tinned, 27 braided copper. 28 29 9-29.3(2)A4 Location Wire 30 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The 31 insulation shall be type USE Orange in color. 32 33 9-29.3(2)B Multi -Conductor Cable 34 Two conductor through 10 conductor unshielded signal control cable shall conform to 35 International Municipal Signal Association (IMSA) signal cable Specification 20-1 36 37 9-29.3(2)C Aluminum Cable Steel Reinforced 38 Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of the 39 appropriate size for aluminum conductors shall be used where required in the Contract. 40 The neutral conductor shall be the same size as the insulated conductor. All conductors 41 shall be stranded. 42 43 9-29.3(2)D Pole and Bracket 44 Pole and bracket cable shall be a two -conductor cable rated for 600 volts. The individual 45 conductors shall be one red and one black 19 -strand No. 10 AWG copper, assembled 46 parallel The conductor insulation shall be 45 -mil polyvinyl chloride or a 600 volt rated 47 cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not 48 less than 45 -mils thick. If luminaires with remote ballasts are specified in the Contract, 49 this same cable shall be used between luminaire and ballast for both timber and 50 ornamental pole construction. If the luminaire requires fixture wire temperatures greater 51 than 75°C, the outer jacket shall be stripped for that portion of the cable inside the 1 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving 2 of the temperature rating recommended by the luminaire manufacturer. 3 4 9-29.3(2)E Two -Conductor Shielded 5 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and 6 shall conform to IMSA Specification No 50-2 7 8 9-29.3(2)F Detector Loop Wire 9 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3 10 11 9-29.3(2)G Four -Conductor Shielded Cable 12 Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG 13 conductors with polypropylene insulation, an aluminized polyester shield, water blocking 14 material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. The 15 four -conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a 16 different insulation color Overall cable diameter shall be 0.25 -inch maximum 17 Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between 18 diagonal pairs. The capacitances shall not vary more than 10 percent after a 10 -day 19 immersion test with ends exposed in a saturated brine solution 20 21 9-29.3(2)H Three -Conductor Shielded Cable 22 Three -conductor shielded cable (3CS) for the detector circuit for optical fire preemption 23 receivers shall consist of three 20 AWG conductors with aluminized mylar shield and 24 one No. 20 drain wire, all enclosed with an outer jacket All wires shall be 7 X 28 25 stranded tinned copper material. Conductor insulation shall be rated 75°C, 600 volt. The 26 drain wire shall be uninsulated Conductor color coding shall be yellow, blue, and 27 orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 28 1,000 -feet. Capacitance from one conductor to the other two conductors and shield shall 29 not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a 30 minimum average wall thickness of 0.045 -inch. The finished outside diameter of the 31 cable shall be 0.3 -inch maximum 32 33 9-29.3(2)1 Twisted Pair Communications Cable 34 Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall 35 be AWG22 conductor. The cable shall have a petroleum compound completely filling 36 the inside of the cable and rated for OSP (Outside Plant) applications. 37 38 9-29.6 Light and Signal Standards 39 This section is supplemented with the following 40 41 Materials for steel light and signal standards, and associated anchorage and fastening 42 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise 43 specified in one of the following documents. 44 45 1. The steel light and signal standard fabricator's pre -approved plan as approved 46 by the Washington State Department of Transportation and as identified in the 47 Special Provisions 48 49 2. The steel light and signal standard fabricator's shop drawing submittal, 50 including supporting design calculations, as submitted in accordance with 51 Sections 6-01 9 and 8-20 2(1) and the Special Provisions, and as approved by 52 the Engineer 1 SECTION 9-30, WATER DISTRIBUTION MATERIALS 2 December 1, 2008 3 9-30.3(1) Gate Valves (3 -inches to 16 -inches) 4 The second paragraph is revised to read: 5 6 The Contractor shall provide an affidavit of compliance stating that the valve furnished 7 fully complies with AWWA C509 or AWWA C515. 1 SECTION 9-34, PAVEMENT MARKING MATERIAL 2 April 6, 2009 3 9-34.2(4) Temporary Pavement Marking Paint 4 This section is revised to read 5 6 Paint used for temporary pavement marking shall conform to the requirements of 7 Section 9-34.2. 8 9 9-34.5 Temporary Pavement Marking Tape 10 The third sentence is deleted 11 12 9-34.6 Temporary Raised Pavement Markers 13 The eighth and ninth sentences in the first paragraph are deleted. 1 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 2 December 1, 2008 3 9-35.2 Construction Signs 4 The fourth paragraph is revised to read: 5 6 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other 7 previously approved sign materials except aluminum or aluminum composite is 8 prohibited. 9 10 9-35.14 Portable Temporary Traffic Control Signal 11 The third sentence in the eighth paragraph is revised to read: 12 13 A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of 14 the face of all vehicle signal backplates to project a rectangular image at night towards 15 oncoming traffic. W • E WASHINGTON IRRIGATION GAS LINE SANITARY SEWER DOMESTIC WATER STORM DRAIN FIBER OPTICS UNDERGROUND POWER/TELE OVERHEAD POWER/TELE FENCE IRRIGATION VALVE UTILITY POLE MANHOLE CATCH BASIN DRYWELL ARE HYDRANT WATER VALVE STATE MAP EXISTING FEATURES (SIZE, TYPE) c c • -0- 0 0 e LEGEND STEEL POLE/BOLLARD PULL BOX STREET LIGHT WATER METER GAS METER ANCHOR HOSE BIB CLEANOUT MAILBOX DECIDUOUS TREE EVERGREEN TREE SHRUB/HEDGE DENOTES CHANGE IN PIPE SIZE/ MATERIAL 0 CONTACT INFORMATION CITY OF YAKIMA MIKE SHANE ALVIE L. MAXEY NEW FEATURES IRRIGATION LINE BY TRENCH IRRIGATION LINE BY SLIPLINE IRRIGATION LINE BY DIRECTIONAL DRILLING IRRIGATION LINE TO REMAIN IRRIGATION MAINLINE VALVE PAVEMENT REPAIR CONCRETE REPAIR DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING. ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION. 576-6480 575-6194 PROJECT ENGINEER MICHAEL T BATTLE, PE 966-7000 CI Y OF YAKIMA —n=n=u=n=n=n= ■ — . — ■ CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS PHASE 1 SHEET INDEX SHEET 1 SHEET 2 SHEETS 3-9 SHEETS 10-24 SHEETS 25-27 COVER SHEET AND LEGEND GENERAL NOTES AND VICINITY MAP AERIAL PHOTOGRAPHS PLAN SHEETS DETAILS CITY PROJECT NO. 1R2257 HLA PROJECT NO. 09041 SEPTEMBER 2009 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ❖ Yakima WA 98902 (509) 966-7000 ❖ FAX (509) 965-3800 Huibregtse, Louman Associates, Inc. CIVIL LNVINEEPIN., • LAND _IIPVEYIN • PLANNING H. ai = 4 mm �. . i, Vo\\I E 9/15/061 JOB NUMBER: DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY MTB ENTERED BY BAA COVER SHEET SHEET 1 OF 27 GENERAL NOTES 1 THE CONSTRUCTION DRAWINGS PROVIDE ONLY APPROXIMATE INFORMATION REGARDING THE EXTENT AND LOCATION OF EXISTING IRRIGATION SYSTEM COMPONENTS. GARBAGE CANS, PARKED VEHICLES, RVS, AND BOATS, ETC. ARE NOT INDICATED ON THE DRAWINGS BUT MAY BE PRESENT THROUGHOUT THE PROJECT AREA, IN AND ADJACENT TO THE RIGHT OF WAY AERIAL PHOTOS ARE PROVIDED IN THE PLANS FOR GENERAL INFORMATION, ALTHOUGH ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTO THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. ALL DISTURBANCE, REMOVAL, REPLACEMENT, AND RESTORATION OF EXISTING FEATURES SHALL BE COMPLETED BY THE CONTRACTOR. 2. THE CONTRACTOR IS ADVISED THAT SURFACE REPAIR IS NOT SPECIFICALLY IDENTIFIED ON THE PLANS FOR EACH REPAIR LOCATION. ALL REPAIR LOCATIONS HAVE BEEN REVIEWED FOR SPECIFIC REPAIRS AND OVERALL QUANTITIES CALCULATED REPAIR QUANTITIES IN THE BID SUMMARY ARE APPROXIMATE, AND ALL FINAL REPAIR TYPES SHALL BE DIRECTED BY THE ENGINEER. 3. THE CONTRACTOR IS ADVISED THAT A PORTION OF THE PROJECT REQUIRES WORK WITH ASBESTOS CEMENT PIPE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLYING WITH ALL CODES AND REQUIREMENTS ASSOCIATED WITH HANDLING, REMOVAL, AND DISPOSAL OF MATERIALS CONTAINING ASBESTOS. 4 THE CONTRACTOR IS ADVISED THAT A SIGNIFICANT PORTION OF THE PROJECT OCCURS WITHIN EASEMENTS ON AND ADJACENT TO PRIVATE PROPERTY THE CONTRACTOR SHALL EXERCISE CARE TO NOT DAMAGE PRIVATE PROPERTY AND SHALL LIMIT EXCAVATIONS TO AREAS DESIGNATED FOR SERVICE REPLACEMENT OR ACCESS PIT THE CONTRACTOR SHALL UTILIZE LOW IMPACT CONSTRUCTION METHODS AND EQUIPMENT AND SHOULD ANTICIPATE THE USE OF HAND TOOLS IN THESE AREAS. 5. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 6 THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. 7 PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL BE REQUIRED TO POTHOLE AND VERIFY EXISTING UTILITY LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 8. ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 9 THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 10. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF 11 A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. OWNER SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 12. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS NEEDED FOR THE JOB, ON—SITE AT ALL TIMES. 13. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09 3(3)B, IT SHALL BE SHORED AND CRIBBED THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 4917 RCW I ' i i SHEET -13 3 C 5 17TH AVE SHEET 14 ' SHEET 12' 516TH AVE 5 15TH AVE 5 14TH AVE CAPITOL .HILL -IRRIGATION SYSTEMBOUNDARY 5 13TH AVE PHASE 1 IMPROVEMENT AREA BOUNDARY Or 0 F i >.JSHEETI16 x. , .. ,.., .. 517TH AVE SHEET 15 516TH AVE SHEET 17 SHEET 17 SHEET 1;8 -"- SHEET 10 pciAsig SHEET S 14TH AVE SHEET I ! 9 S 13TH AVE -SHEET 19 512TH AVE PC;1QSEf2 SHEET 11 I -SHEET 2 m 0 100 200" -- _400 . N 15TH AVE 5 14TH AVE e CHICAGO AVE -SHEET 22 ._ AVE -� SHEET 23 N HALL AVE 0 SHEET 24 14 IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY 15. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 16 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT ALL SECTIONS OF THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 17 THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 18. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS—BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE OWNER AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 19. 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 20. 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. 21 BOTH CONVENTIONAL AND TRENCHLESS CONSTRUCTION METHODS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO COMMENCING WORK. VICINITY MAP • Hulbregtse, Louman Associates, Inc. C IVIL EIdGINEEPING • LAPID 'JUPVE I NC: • PLaN NIIN'J : 0`;Lic. /09 JOB NUMBER: 09041 DATE. 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA GENERAL NOTES AND VICINITY MAP SHEET 2 OF 27 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 MATCHLINE 2. THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE SEE SHEET 5 LEGEND SEE SHEET 4 0 20 40 80 W Z_ J U IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN - 1 - 1 Huibregtse, Lowman Associates, Inc. EIr1,II:ELFIIP_ • FLria:IIiG 801 North 39th Avenue ♦Yakima, WA 98902 (509) 966-7000 ♦ =4X (509) 965-3800 JOB NUMBER: 09041 DATE: 09-15-09 FILE NAMES: DRAWING' 09041.dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA AERIAL PHOTOGRAPHS SHEET 3 OF 27 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 REOUIREMENTS 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. IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE LEGEND 0 20 40 IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN so MIN I. 1 — ■ NM Hnibregtse, Lotman Associates, Inc. IL LI ,_II EEFII • L-1.0 .E • 1 -L-1 I,II 801 No'lh 39tH Avelue O Yakima, WA 98902 ' (509) 966-7000 0 EAX (509) 965-3800 JOB NUMBER: DATE: 09041 09-15-09 FILE NAMES: DRAWING: 09041.dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY: ENTERED BY: MTB BAA AERIAL PHOTOGRAPHS SHEET 4 OF 27 MATCHLINE SEE SHEET 3 NOTES: I. 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. • Hwibregtse, Lowman Associates, Inc. IzIL FL�I .I:II_G 801 North 39th Avenue • Yokimo, WA 98902 (509) 966-7000 0 7A (509) 965-3800 p9 2. THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE JOB NUMBER: DATE: 09041 09-15-09 FILE NAMES: DRAWING: 09041. dwg PLAN: N/A PROFILE: N/A SEE SHEET 6 SEE SHEET 7 LEGEND 0 20 40 80 IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN CITY OF YAKIMA . CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY: ENTERED BY: MTB BAA AERIAL PHOTOGRAPHS SHEET 5 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 4 MATCHLINE MATCHLINE 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 SEE SHEET 5 2. THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE SEE SHEET 7 MATCHLINE LEGEND N 0 20 40 80 IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN -1 .4* Huibregtse, Lonman Associates, Inc. C1 IL EIlSII iEEFIti; L.IJD ELF VE1IIIt: • FLA .I III�S 901 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 * FAX (509) 965-3800 JOB NUMBER: 09041 DATE: 09-15-09 FILE NAMES DRAWING: 09041. dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DA TE DESIGNED BY: ENTERED BY: M TB BAA AERIAL PHOTOGRAPHS SHEET 6 of 27 MATCHUNE 1 1 1 1 SEE SHEET 5 MATCHLINE NEW 3 (3 A01 1 I 1_ 1,11L F Tot r NW (3' AC) SEE SHEET 6 NM so OM 1 aril, —1 NOTES: i . 1 1 i • f1 `�. *ate . —TAW , 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. Huibregtse, Lowman Associates, Inc. :1 IL EI ILII •EEFIh,G • LAI.0 :LF • FLtiIJI:II iG 801 North 39th Avenue •YokiRW, WA 98902 (509) 966-7000 0 AX (509) 965-3800 2. THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. P I FY111 i!fit IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE JOB NUMBER./ DATE: 09041 09-15-09 FILE NAMES: DRAWING: 09041 dwg PLAN: N/A PROFILE: N/A SEE SHEET 8 W Z S U 'ham !"I LEGEND 0 20 40 80 IRRIGATION PIPE TO BE REPLACED BY ■ DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY: MTB ENTERED BY: BAA AERIAL PHOTOGRAPHS SHEET 7 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 7 MATCHLINE MATCHLINE SEE SHEET 6 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. IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE LEGEND SEE SHEET 9 0 20 40 80 MATCHLINE IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN M I W e-. W Hnibregtse, Lotman Associates, Inc. I ;IL EI..;II.EEFII • L;.I.L _LF • FL-IJ.II 901 North 39th Avenue ♦Yokima, WA 98902 (509) 966-7000 • FAX (509) 965-3800 9 JOB NUMBER: DATE: 09041 09-15-09 FILE NAMES: DRAWING: 09041 dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY: MTB ENTERED BY: BAA AERIAL PHOTOGRAPHS SHEET 8 OF 27 SUMMITVIEW AVE SUMM W AVE NEW 2 HDPE WAST MATCHLINE 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. IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE SEE SHEET 8 LEGEND W••E 0 20 40 80 IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN NM t I 1 1 - le* Haibregtse, Lohman Associates, Inc. CIVIL ENGII LEP.ING • LAND SURVEYING • PLANNING 801 North 39th Avenue ♦Yakima, WA 98902 (509) 966-7000 ♦ FAX (509) 965-3800 JOB NUMBER: DATE: 09041 09-15-09 FILE NAMES: DRAWING: 09041.dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY: ENTERED BY. MTB BAA AERIAL PHOTOGRAPHS SHEET 9 OF 27 (3 EA ) W CHESTNUT AVE ASPHALT Iz z International Church Foursquare Gp 1705 W Chestnut Ave (181323-41021 ) ®N I (ATPHA ....mai IRR e+I0 aMb i'EmIImIJI�TnT. 7. .. .. .. _. . , e HAL �•®® t o . II.Il >:=->-=- NEW 61� PVC1`IRRIG` MAIN`- CAP TOL HILL 1 v 9+00 - SS 55 55 55 55 8° SS _S-ASPHALT-7-- SS ASPHALTz G 2' PE G G L.I_G.M _ G I --OHP IRR p4 OHP 4' ROCK „, RETAINING WALL rr 2' STEEL—G CD4]AI T RR 6HPRR OHP a r W CHESTNUT AVE -SASPHALT z- OHP Central Lutheran Church 1604 W Yakima Ave ( 1 81 323-41 01 9 ) z SS SS (6" STEEL - CAPITOL HILL) FENCE ON WA OER 18" gLOC TREE a ° w L) 3 p SEE SHEET 13 ( 181323-44409 ) Jenkins 1708 W Chestnut Ave LTLAWNz_ GOOD CONDITION to x PHP _~ UT OHP Q OHP -r PLANTERII d IIA (181323-44400 ) Kringen 202 S 17th Ave -UT +00 SS SS -s-ASPHALT-z 1,1111111 W 6" PVC IRRIG. MAIN - CAPITI� HILL IE S4,gg7'O± • 55 SS SSSS SS .LSS sASPHALTZ_ OHP sA ALT -17 JT 3 5' CHAIN LINK FENCE SIGN 3' WOOD CONC FENCE uONC RET WALL IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. SEE ABOVE STA 5+50 MATCHLINE 1ALT z Central Lutheran Church 1604 W Yakima Ave (181323-41019 ) -s-ASPHALT--z-- 0' 0 (7) o i au % (8" CI LOMA VISTA) H RR R 0 0-2' P N5 MAKE CONNECTIONS AND MODIFICATIONS TO EXISTING IRRIGATION HEADWORKS BOX. SEE DETAIL ON SHEET 27 STA 0+22±, 10' LTf INSTALL NEW 12"MJ G V , VALVE BOX, (2) 12" MJ 22.5° ELBOWS, AND CONC THRUST BLOCKING 0 STA 0+14±, 2' LTf INSTALL NEW 12"MJx12"MJx6"MJ TEE, (1) 12"x 6"MJ REDUCER ON S. LEG, (2) 6"MJ G V '5, VALVE BOXES, (1) 6" 22.5° ELBOW ON S LEG, AND CONC THRUST BLOCKING STA 0+14± TO STA 5+28 5, OPEN CUT AND INSTALL 515 L.F , NEW 6" PVC PIPE REMOVE EXISTING IRRIGATION PIPE WHERE ENCOUNTERED DURING CONSTRUCTION N9 STA 0+17± TO STA 11+00, OPEN CUT AND INSTALL 1,083 L.F NEW 12" PVC PIPE REMOVE EXISTING IRRIGATION PIPE WHERE ENCOUNTERED DURING CONSTRUCTION 1511 STA 5+28 5, BLOCKING Mora W Chestnut Ave ( 181324-32472 ) INSTALL W \ JI AN1)6 ) 0' SIDEWALK 0 LAWN 036' BOLLARD 0 44. POOR CONDITIOSTNUMP NEW 6" 90° ELBOW AND Leeper CONC THRUST HOUSE ( 181323-44483) ( 181323-44484 ) Kosmatka Schubert (1 TYP EA.) 1610 WAve Chestnut 1608 W Chestnut Ave 1 SEE SHEET 15 STA 8+59 5, 11' LT INSTALL NEW 12"MJx12"MJx4"MJ TEE, (1) EA 12"MJ G V , (1) EA 4"MJ G V., 4"x3" REDUCER, VALVE BOXES, AND CONC THRUST BLOCKING INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED CLOSE VALVE, REMOVE VALVE BOX, FILL WITH SELECT BACKFILL AND PATCH WITH HMA AS REQUIRED PROVIDE TRENCH SURFACING REPAIR TYPE 2. ALL TRENCH PVMT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR CUT, PLUG WITH CONCRETE AND ABANDON EXISTING IRRIGATION MAIN AT CROSSING LOCATIONS. STA 6+50± TO STA 7+40±, DEFLECT IRRIGATION MAIN WITHIN MANUFACTURER'S RECOMMENDATION TO MAINTAIN ALIGNMENT Hansen 1509 W Chestnut Ave 1501 W Chestnut ( 181324-32473 ) SIDEWALK Cc cc AWN POOR CONDITION W LAWN FAIR CONDITIO W-6' i Ave W CHESTNUT AVE ( 181324-32541 ) CONCRETE I SIDEWALK n sLAWN CON•IT I SIDEWALK z sLAWNz W W Lu w 0 z 0 SEE SHEET 11 SIDEWALK In LAWN 8. 6' wT GOOD CONVION (10R STEE NEW 12" 'PVC"IRRIG. RR RR - CAPITOL F�JI1� IRR SIDEWALK MAIN-"CAPtTOL'HILL/LOMA`"-'VISTA` IRR IRR IRR IRR _s -ASPHALT -z-- I+00 ' o z N P a 0 AGE T rLAITIE, X 3 5' WOOD FENCE ( 181323-44482 ) Gasperetti 202 S 16th Ave IR RR +00 RR IRR Sta. 8+59:4 = I tr!Sta. SU+U 10-- i —{R +00 IRR (10 STEEL -RCAPITOLRHILL) R 'NEW` -1 RPVC IRR -MAIN CAPITOL" -F C%LOMAIR'ISTA2- 10+00 STEEL 0 OHP C� sASPHALTz- UT uT UT --s-LAWN-Z- 5001 CONDITION (7 u1 UT OT UT 0 G0,1. -k STEEL-G17R ,•'' 0 6 AC)U I ROSE sLAW BIB b GOOD LIC ( 181324-33473 ) Freund 202 S 15th Ave ilk Huibregtse, Louman Associates, Inc. CI\QL ENUINEEPING • LAND _,UPVEIIId; • PLANNING I•I, - 1 i A.1.24': (1P, 4 „ 2 ( 181324-33449 ) Stillwaggon 1512 W Chestnut Ave x4 ' WOOD SEE SHEET 17r 9 w 0 uT UT Z UT uT sASPHALTz— UT UT UT UT SLAWNL G G a RA >„ JOB NUMBER DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CONDITIONR GauC N 2 > - H,DR(N[( 181324-33474 Sziebert 1412 W Chestnut U)R Ave W _ v I FENCE SEE BELOW STA 5+50 MATCHLINE W E 0 10 20 40 MITNIEWI ANE II_ Ls. ILS I-- MACLAREN-- STA 11+00 MATCHLINE CITY OF YAKIMA VICINITY MAP W s 0 10 20 E 40 �= CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY MTB ENTERED BY. BAA PLAN SHEET SHEET 10 OF 27 SEE SHEET 10 0 0 (/) MATCHLINE • Ld!--2e, EL- T— c CON�nRETE xz Gilhuly 1411 W Chestnut Ave ( 181324-32461 ) Ash Irrevocable Trust 1409 W Chestnut Ave (181324-32462 ) H Santillanes I 1407 W Chestnut I Ave (181324-32463 ) LAWN GOOD CONCRETE W P_A"'TE° LAWN 3 E COO" r • SIDEWAL' ,am IRR 11+00 AUT -UT STEEL U7 ry.6,66 elFie _ EWW 7i'StO1F+•11+89.47= R sta. 95-1—ff •- U z Ur _ASPHALT (11 Mecca 1405 W Chestnut Ave (181324-324 W J Ir cc SIDEWALK w U Z utiij���Yvp�:.7��� U 0 i GOOD Sta. 1 Z a=\ )7 w �RL11Ul - Ci0:UL lt, Raya 1403 W Chestnut Ave ( 181324-32465 ) - � f � 1 I I I / ' SIDEWALK - NEW 12 PVC=IRRIG.-= MAIN':-- °_ ' — (10'=.=STEEL --' CAP i0L .HCL)= --' RR RR RR IRR RR IRR ., IRR 2+00 I d3 -00 34,(31 /(' t' ,,�,rr' -jly 1' -z ;' a sASPHALTz- N ws G _- (6' AC), x --max x UT uT CI 'f\ LAWN 00 CONDITION SEE Chestnut West LLC 1401 W Chestnut #5 I PS;` (181324-32466) u _ASPHALT— 1 SIGN om WATER METER EOLL sCONCRETEkz_ W 6" ANCHOR a 1- >I - SHEET 21 W� >� Q� 0 ASPH Bower 1213 W Chestnut ')/i/h, Ave (111181/3-24-32447 ) KW CON 1 iiirTtzff nRR 11 nT' IRR 4+00 NRRW'=12" PVRR IRRIG: MAIN - CAPIITROL- HILL' PLANTER w FEWERv_ IRu��� .aha G 2 STEEL 10 ZE sASPHAL 5 5+00 RR Ii_ XI 0 J w LJ 4' W( O] SIDEWALKw POOR L WN ON. TION Ud L V W CHESTNUT AVE O (0 v:INGRETE SCI) ce Go 00 - - ,---\---7--4 IF� .Y •-• 6D C 7t NJ .- M co c a 4 c) L 0 > co c 07, Q co O ▪ r 74HALT, ASPHALT JI SEE SHEET 18 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. CLOSE VALVE, REMOVE VALVE BOX, FILL WITH SELECT BACKFILL AND PATCH WITH HMA/CONCRETE AS REQUIRED STA 11+00 TO STA 19+70±, OPEN CUT AND INSTALL 870 L.F NEW 12" PVC PIPE. STA 11+89 5, 11' LT INSTALL NEW 12"MJx12"MJx4"MJ TEE, (1) EA 12"MJ G V , (1) EA 4"MJ G V , 4"x3" REDUCER, VALVE BOXES, AND CONC THRUST BLOCKING SIDEWALK URR JRR�-�RR�i�,. 'PP•,,. RR SRR 0 0 �o r 3§ ICn SEE SHEET 20 ( 181324-33001 ) Catholic Bishop of Yak Corp 1214 W Chestnut Ave 0 STA 13+45±, 11' LT INSTALL NEW 12"MJx12"MJx4"MJ TEE, (1) EA 4"MJ G V , 4"x3" REDUCER, VALVE BOX, AND CONC THRUST BLOCKING 0 STA 15+57±, 11' LT INSTALL NEW 12"MJx12"MJx6"MJ TEE, (1) EA 6"MJ G V , VALVE BOX, AND CONC THRUST BLOCKING STA 19+53±, 11' LT INSTALL NEW 12"MJ 22.5' ELBOW AND CONC THRUST BLOCKING STA 19+70±, 17' LT± INSTALL NEW 12"MJ G V , VALVE BOX, 12"x10"MJ REDUCER, AND TRANSITION COUPLING TO EXISTING 10" STEEL PIPE In + a (n L01 z J 0 1- a 1 Victoria Dorothy Havlis Living Trust 1209 W Chestnut Ave (181324-32449 ) 41111) Clark 1207 W Chestnut Ave (181324-32450 ) )SHRLQB)o 0 G SIDEWALK +1 LAWN OOD CONDITION -3 s U SIDEWALK 0 U INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED PROVIDE TRENCH SURFACING REPAIR TYPE 2. ALL TRENCH PVMT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR CUT, PLUG WITH CONCRETE AND ABANDON EXISTING IRRIGATION MAIN AT CROSSING LOCATIONS Benson 1203 W Chestnut Ave ( 181324-32451 ) Jacobs 1201 W Chestnut Ave ( 181324-32452 ) ? SIDEWALK aw SIDEWALK • _LAWN U FAIR CONDI ON w 0 U G (n d GOOD CONDITION e ry �PJ G (1 EA.) 0 o MATCHLINE 0 (D GEEL RR CAPITOL" HILLY,'- .1: RR I7+00 (3" CI)u ASPHALT ' R ;:s (2 EA. 1®ERVICEES RR _ASPHALT z L3 `6JP99` NEW '12"=PVC'1RRIG''M AIN= --CAPITOL MA"•VI A!" -RR IRR IRR IRR -IRR R��IRR 118+00 , __ -,2-11-00 W CHESTNUT AVE T SET OHP/ In P/ ID _IASPH ALT CIO W• • E 0 10 20 40 -- --- SUMMITVIEW-AVE- - fl I 'I IFR W CHESTNUTIAVEI 1; SIDEWALK LAWN GOOD CONDITION wW 32 _LAWN GOOD CONDITION 0 U ( 181324-33001 ) Catholic Bishop of Yak Corp 1214 W Chestnut Ave LAWN GOOD CONDITION SIDEWALK 11 _LAWN ul GOOD CONDITION 0 _LAWN -- GOOD CONDITION ASPH BUILDING VICINITY MAP N 0 10 20 40 Huibregtse, Louisan Associates, Inc. CIVIL ENGINEEPINS • LAND SIJPVE TING • PLANNIU, .- 7r' JOB NUMBER- DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA PLAN SHEET SHEET 11 OF 27 0 0 F—� W° R-9 ( 181323-44456 ) Trombley 1705 Tieton Dr I I I I ( 181323-44455 )1 ( 181323-44454 )1 ( 181323-44453) I ( 181323-44452 )1 ( 181323-44451 )1 ( 181323-44450 ) I i ?C m 05 CONC 4' CHAIN LINK FENCE ON TOP OF CINDER WAI I Saxon Mortage Hammond Services INC 417 S 18th Ave 419 S 18th Ave I GARAGE 5' CHAIN LINK FENCE AND GATE X OHP 80. IN AVEL i 1 GRA GARAGE GRAVEL -z_ Manuel 415 S 18th Ave GRAVEL GARAGE Lundberg 413 S 18th Ave 6' CHAIN 6' CHAIN LINK LINK FENCE GATE r F Heeringa 411 S 18th Ave GARAGEI 6 WOOD FEFENCE / Germunson 409 S 18th Ave DIRT --z_ IV IV CARPORT CONCRETE 1 ( 181323-44449 ) Schiffner 407 S 18th Ave IP 3 2 STEEL G - SS SS 81 CO CRE E 6 W00 NCE 13w ( 181323-44432 ) Wagner 424 S 17th Ave I I I I ( 181323-44448) m GARAGE . }0 STEEL 1 1U 5 GATE 15/ HP HP �HP la Karstetter 405 S 18th Ave 5 5' WOOD CSE HOUSE (36" GRA - Mr -Hp N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. N5 STA 21+90, INSTALL NEW 4"MJ R S GATE VALVE AND CONNECT TO EXISTING IRRIGATION MAIN WITH FITTINGS AS REQUIRED 6W1Vi� x f 1 GA 0D HE GARAGE 4WOOD I FENCE > 0I GATE V ' WOOD FENCE 5' WOOD GATE IV 6' WOOD FENCE GARAGE AVEL 1 GARAGE ( 181323-44434) ( 181323-44435 ) Oliver Hutchins 420 S 17th Ave 418 S 17th Ave ( 181323-44436) Henderson 414 S 17th Ave 0 STA 21+90 TO STA 31+24±, OPEN CUT AND INSTALL 934 L.F NEW 4" PVC PIPE REMOVE EXISTING IRRIGATION PIPE. N7 STA 27+75, INSTALL NEW 6"x6"x6" TEE, (1) EA 6" MJ GATE VALVE, (2) EA 6"x4" REDUCERS, (2) EA 4"MJ R S GATE VALVES, VALVE BOXES, AND CONC THRUST BLOCKING 0 STA 31+24±, INSTALL NEW 4"90' ELBOW, (1) 4"x2" REDUCER, AND CONC THRUST BLOCKING 0 STA 31+25± TO STA 32+80±, SLIPLINE 155 L.F NEW 2" HDPE PIPE IN EXISTING 5" STEEL PIPE LJ 0 m Q D.J LTJ (n Ln + N STA 32+80±, INSTALL NEW 2" BLOWOFF/FLUSHING VALVE ASSEMBLY PER DETAIL. PLUG AND ABANDON PIPE TO NORTH INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED c 0 CC) 1.5 0, E a) _c w 0) 0 5 t LAWN SEE I I -0- ( 181323-44445) ® Nh I he �s Rosas 401 S 18th Ave 6 CHAIN LINK GATE• I IV I ASP IALT G "AGE ion SPH NW -P G HP OHF x nOH' Hpi ME am SS S ao i ea! , .... i Z 41�JiYIQ� IOW + c NC 0 o ONC SZ EET 13 Q 1— U)i L, 3' ' E I - - J Lu uJ Lu i Z ui 3 0 05 P s cZ co co N 0) w �4 ( 181323-44471 ) z Henry Bell St/18th Ave Ht L,t 0 ti (22 EA.) TYP ( 181323-44439) ( 181323-44440) ( 181323-44441) ( 181323-44442 ) Carney Hopkins Galloway Bimbi 412 S 17th Ave 410 S 17th Ave 408 S 17th Ave 406 S 17th Ave 05 IV CONCRETE x6' WOOD FENCE I - �I IV ASPHALT-CONCRETEz� M ^I 5. 16005 FENCE GARAGE oc21 moo Eww IV s GRAVEIL STA 21+68± TO STA 27+58±, SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER STA 28+04± TO STA 31+30±, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY CONTRACTOR SHALL PERFORM ALL WORK NECESSARY TO CONNECT THE NEW SERVICE LINE TO EXISTING LOT IRRIGATION SYSTEM PIPING AND DISCONNECT THE LOT IRRIGATION SYSTEM FROM EXISTING SERVICE LINES ALL WORK SHALL BE PAID FOR UNDER "SERVICE LATERAL" PER LINEAR FOOT OF IRRIGATION PIPE INSTALLED ( 181323-44469 ) 1 ICONCIIV u GARAGE m� 6' WOOD FENCE GARAGE ( 181323-44444 ) Perrigo 402 S 17th Ave J RAV GARAGE 0_W0 DI FENCE A, IV ( 181323-44468 ) ( 181323-44467 ) SUMMITNEW-AVE - -_ W CHESTNUTVAVEE rEE7-1T--' 1177 L I 11 1J --11- II 11 =11 11=;.11: II---II'..U._-U=a ___ II —1 I NETON'DR -- MACLAREN-ST.-- VICINITY MAP ( 181323-44466 ) Morehouse Dyson Dyson o Burton 223 S 18th Ave 221 S 18th Ave 219 S 18th Ave c6 217 S 18th Ave > ▪ ▪ 4 CHAIN LLNK_E' (' 1V x Uf '> i GARAGE OH 6' SS m_ 6FENCEI' WOOp V OHP GRA PP P I / Iv Q O J 5 OHP --r7 IN - Q LINK FENCE U1 0 11 �1f 1• �_ 'r�Y11"l�Y1N1i�l►1�;�Il�QR:' 1( 181323-44458) I( 181323-44459 ) Hoed 226 S 17th Ave Spencer 224 S 17th Ave 1 I E--4vVt%QLY=4=CjC5 �J 4•�[��/ FENCE FENCE` HEDGE' ( 181323-44498 ) Macias 222 S 17th Ave SS O TEEL G V )3( 0 J W CO LU LU (1) L'J z 1- 0 10 20 40 SEE SHEET_13 1 , ., 5/W ,d R m 0 10 20 z 40 1E1E11 S1i1 Sta. 33 Sta. 39 CON( .000 CONDITI EN; F00.00= NEW 6 31 72 RETE HOPE —s C( (5 STEEL EE CONC DC z 0 0 0 m r"jeT 3 S J LJ V) .1i CRETE 11 P .(0 W R 2 LA CO J LU LilN 411110 00 G FENCE /1 IRR c I AN P=E O' 1813 GOOD COI G .1 •• o—GRAVELz OHP OHP 6' WOOD FENCE IV ( 181323-44497) Garcia 216 S 17th Ave 5" STEEL) HP OHP IV. OHP P H� 6St@6 +24.20 SS LINK FENCE ( ' o J 4' WOOD FENCE BUILDING ® Cramer, Nagle, (17 EA.) TYP Commet 214 S 17th Ave ( 181323-44464 ) OH 0 LJ oQ JN Li O _c t 0 co 0 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEEPING • LAND ;IJRVEYING • PLANNING Nr. ,£1 64•-. JOB NUMBER 09041 DATE. 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA PLAN SHEET SHEET 12 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 12 C 181323-44027) I Cody E 402 S 18th MelE 1 1 1 I ( 181323-44010 ( 181323-44026 )1 ( 181323-44023) ( 181323-44022) I ( 181323-44019)1( 181323-44018) I ( 181323-44015) 1 ( 181323-44014 )1 ( 1 81 323-4401 1 ) 1;,,�� Carr 1 Dahl Parsons 0- �y,1 //226 S 18th Ave 224 S 18th Ave • 1 �-TR€T LAWN � '^./ w is. 0 5 u. .. _. �. / CONC S/W CONC S/W C000 lx�IC`•�E-LE LAWN G C f �vufi`�R—wATE-R LAWN c c I o 0 3 s 3 5 ,w METER METER / ® 1Ot0F = _ -P G- MAIN yin —�� NEW 6j' HDPE IRRIG. M S 18TH AVE I tCONCRETEZ s CONCRETEz w w w 6' w w w W w w 6' •.• ... .. 222 S 18th Ave LAWN--�. C & � Kunkel 220 S 18th Ave LAWN v. GOOD COND.,t PI ANT Knight 218 S 18th Ave LAWN GOOD CONDITION / U I 0 U METER LAWN Lozano 216 S 18th Ave 2' CONC. WALL 3 5' C L FENCE Cyr 1 214 S 18th Ave LAWN g,^Nc1G �DL.uw.NI Ayyob 212 S 18th Ave '—LAWN- � — '_•N CrIO.. 1 CONC S/W U W LAWN -SCONCRETE-z 5t.v E ,40LE z1 I C 1.81323-44470) ( 181323-44469) 1 ( 1 81 323-44468 ) sip Walker Morehouse Dyson 1711 Bell St 223 S 18th Ave 221 S 18th Ave METER LAWN GOOD CONDITION P METER 3' WOOD SIGN METER LAWN FENCE c> GOOD CONDITION ATERED ETER ASPHALT F I( 181323-44471 ) Henry Bell St/18th Ave -3l HLU(,L, 55 SEE SHEET 12 (4„ �7 , )(5 EL) SzW000 w FENCE o 1\/ 6'1 w N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. SEE ABOVE MATCHLINE ±i ASPHALT -Jt - WOOD FENCE co N 0 U —pc --- v WATER _ • 5WATER= METERR,g LAWN %>PLANITER �i TREE W w ( 181323-44466) 1( 181323-44465) !Ip'F wE, RE Deutsche Bank National Trust Co 210 S 18th Ave LAWN TRE 1 r /4R -COM - CONC CONC 5/W WATER z CONC S/W U O S/W LAWN v LAWN�-LAWN z 000 CONDITI 0000 CONC}h'G);-KUU �5 E hAI 0551506 Sta. 33 00.00= NEW 6' HDPE IRRIG. MAIN 'i Sta. 39 3172 CON RETE -5-CONCRETEZ 6 (5 STEEL) 6' W GOOD CONDITION j�p CONC RR Burton 217 S 18th Ave Bueling 215 S 18th Ave 42" TREE ( 181323-44055) Andreotti 1802 Chestnut s LAWN Z 3 5' CHAIN yLINK FENCE _LAWN GUUD 206011106 CONCRETE. L\A WN CONC 0/ LAWN w W ec U 0 U GOOD CONDITION 2000 2' ROCK RCOETAININGNDITION WALL LAWN `,j CONC S/W /TP `CO; ; S/W .OD 4 X11 . Ir-r?E I AWN GOOD CONDITION w ( 181323-44405 ) Sowers 213 S 18th Ave SEE SHEET 12 TP W S 18TH AVE W W NEW 6' HDPE IRRIG. W MAIN v R OHP I0x v0LVF LAWN z ANCHOR IR GOOD CONDITION IL -n-° ( 181323-44407 ) Jones 209 S 18th Ave CON GRE TE WATER METER LAWN GOOD 200D CONDITION G Y PO E 20 -0 • pp 0 FO W'-6 W F W ‘1111 RRI-�Q, RE ANCHOR WATER HYDRANT M TFR —`1, -CONCRETE -e-- / 0 ( 181323-444083 Turner 207 S 18th Ave 3' CHAIN LINK FENCE ON CINDER O9 BLOCK WALL ( 181323-44409) Jenkins 1708 W Chestnut ooI =>z Ave �z 0 STA 34+20±, SEE SHEET 12 FOR CONSTRUCTION NOTE. 0 STA 34+20± TO STA 35+97, HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 177 L.F NEW 6" HDPE PIPE. STA 35+97, INSTALL NEW 6" HDPE 90' ELBOW AND CONC THRUST BLOCKING STA 35+97 TO STA 42+65±, HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 668 L.F NEW 6" HDPE PIPE. STA 42+65±, INSTALL NEW 6" 22.5` ELBOW AND CONC THRUST BLOCKING STA 42+65± TO STA 42+89±, OPEN CUT AND INSTALL 23 L.F NEW 6" HDPE PIPE V 6 IV 5 00 +1 LL, AH, 4 Yr CONCRETE 3E s LAWN z C GOOD CONDIT1ON a ( 181323-44406 ) Ziegler 211 S 18th Ave Baker 7 S 18th Ave ( 1 81 323-41 005 ) :HO Q aQ � I H v = v) v a QW _ T CNC LINTER U Ar CHOR SEE SHEET 10 International Church /1 _ M (V Cr) u m 0 10 20 Z 40 0 w CO w w N r 0 d a H <n MATCHLINE 0 10 20 40 SUMMITVIEW' AVE I' rIT--,_ SII I PIT- 73 �j W CHESTNUT, ARE I ---[r'1T ''Is-_ -11- II �_- 11'-II I,I II 11 i' 11. il_ II 11 1.1f 11 II U , U II _II II I r 1 U--, ll.w,TIETON :DR _1^ -I- II ', II -I -MACLAREN'IST STA 42+95±, SEE SHEET 10 FOR CONSTRUCTION NOTE. VICINITY MAP MAKE CONNECTIONS AND MODIFICATIONS TO EXISTING IRRIGATION BOX. SEE DETAIL ON SHEET 27 PROVIDE TRENCH SURFACING REPAIR TYPE 2. ALL TRENCH PVMT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR CONTRACTOR SHALL PERFORM ALL WORK NECESSARY TO CONNECT THE NEW SERVICE LINE TO EXISTING LOT IRRIGATION SYSTEM PIPING AND DISCONNECT THE LOT IRRIGATION SYSTEM FROM EXISTING SERVICE LINES ALL WORK SHALL BE PAID FOR UNDER "SERVICE LATERAL" PER LINEAR FOOT OF IRRIGATION PIPE INSTALLED Huibregtse, Louman Associates, Inc. C IVIL ENGINEERING • LAND =UPVE'I INC', • PL,\NNIN; cg JOB NUMBER. DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY: MTB ENTERED BY BAA PLAN SHEET SHEET 13 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MACLAREN ST RR z w Q O 0 O ( 181326-11412 ) Bryant 623 S 17th Ave ( 181326-11411) I ( 181326-11410) , ( 181326-11409) 1 ( 181326-11408) 1 ( 181326-11407) I ( 181326-11406) I ( 181326-11405)619 S 17th Ave 617 Childers Miller Butler Noble I� 61; S 17th Ave Q mZ Q HOUSE 6' CHAIN a z a LINK FENCE IV, V s LAWN z_IV / a a Hf WOOD FENCE Meyer 621 S 17th Ave 5 5' WOOD xi FENCE GRAVEL V 11 We0D F NCE GRAVEL Tello 611 S 17th Ave 1-2' STEEL -G 5 5+00 s ASPHALT 00 row a� aJ 4m IV' G C 19" 0 bRYWE OMR G SD 6' WOOD FENCE IV 0H - •H' - OH 'a- --�H CONC .•� I- .� -�, PATER N ETER 3 35 CHA N LINK FENCE HOUSE TREE /. HP Nygard 609 S 17th Ave I ASF ALT HP HP i OHP • 1G a.,- W�i�R91Wr_ GRAvEL CONC IV ASPHALT 50 I( 181326-11413 ) Painter 1605 MacLaren Ave, ( 181326-11415 ) Mashburn Rev Trust 620 S 16th Ave N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. SEE ABOVE MATCHLINE ( 181326-11402) I 1610/1612 1 Friedline I— _Tieton Dr ( 181326-11403) 1 603 S 17th Ave 1 ( 181326-11401 Medina 605 S 17th Ave GARAGE 6' WOOD FENCE OrP •o� 7 I a)N I (/) GRAVLC>z_ OHP Gibbs 1606/1608 Tieton STEEL POLE GOOD CONDITION s LAWN GRAVEL CjONCRETE GRAVEL IV GARAGE GARAGE I I I 1 I f I( 181326-11417) ( 181326-11418) ( 181326-11419 ) (17 EA.) Gefre Alvarez Simpson TYP 618 S 16th Ave 616 S 16th Ave ,, 614 S 16th Ave SS IV I IV __s -ASPHALT -E__ 0 GARAGE 0 STA 44+77±, INSTALL NEW 4"x4"x2" TEE, (1) EA 2" R S. GATE VALVE, (2) EA 4" R S. GATE VALVES, VALVE BOXES, AND 2" PVC PIPING TO SANITARY SEWER MANHOLE. GROUT NEW CONNECTION TO SANITARY SEWER MANHOLE REMOVE EXISTING VALVES AND BLOWOFF PIPING TO MANHOLE. CONNECT TO EXISTING 4" IRRIG PIPE TO SOUTH STA 44+86±, POTHOLE AND REMOVE CAPITOL HILL SYSTEM PIPING AND VALVES FROM 16" MACLAREN SYSTEM PIPING CAP AND PLUG ABANDONED CONNECTIONS TO 16" IRR PIPE WITH FITTINGS AS REQUIRED AND AS DIRECTED BY THE ENGINEER STA 44+74± TO STA 55+00, OPEN CUT AND INSTALL 1026 L.F NEW 4" PVC PIPE REMOVE EXISTING IRRIGATION PIPE STA 51+69±, INSTALL NEW 4" MJ R S GATE VALVE AND VALVE BOX 0 Z. WI F ANCH ( 181323-44431 Poole 421 S 17th Ave HOUSE L J GO �D CONDITIOAWNFUELN O ANCHORFILL OHP HP �■ U P " n 45 6' WOOD I IIV FENCE CONCRETE s GRA grAPCk • Py1t E YS-CONCR RIM 1072.74 I IE 1063 6± N IE. 1064 7± S ( 181323-44430 ) Johnston 419 S 17th Ave x_55 CHAIN CONCRETE _ GLINNATE 1 X 6' WOOD FENCE IV (o N Q) > c Q oc 0 4 CHAIN x t4EDCE LINK FENCE OHP �91.71W� OHP .i - r 6' WOOD' GATE 6' WOOD �HOUSE FENCE FENCE T N wooD FENCE N N M 0 ( 181326-11420) ( 181326-11421) Johnson Gonzales Jr 612 S 16th Ave 610 S 16th Ave OHP (n Q 0 t (73 u) U 0 0 0 SEE BELOW 0 0) MATCHLINE 0 10 20 40 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED PROVIDE TRENCH SURFACING REPAIR TYPE 2 ALL TRENCH PVMT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER CONTRACTOR SHALL PERFORM ALL WORK NECESSARY TO CONNECT THE NEW SERVICE LINE FOR 1610/1612 TIETON DRIVE TO EXISTING LOT IRRIGATION SYSTEM PIPING AND DISCONNECT THE LOT IRRIGATION SYSTEM FROM AN EXISTING SHARED SERVICE WITH 1608/1608 TIETON DRIVE. ALL WORK SHALL BE PAID FOR UNDER "SERVICE LATERAL" PER LINEAR FOOT OF IRRIGATION PIPE INSTALLED ( 181323-44429 ) Waite 417 S 17th Ave L I I ( 181323-44428) 1 ( 181323-44427) Rank 415 S 17th Ave Allen 413 S 17th Ave FENCE li; ARPOR uP'L-ASPHALTz. = - - SS _ SS 55 E oNEW 475 VC. IRRIG.SSM �N �4+0 1x(4". STEEL) GA AGE STEEL=G S_/ HEDGV, 2 STEEL G . SS V old _s--LAWN-e2 POOR CONDITION IH NL-;' jTREE l<ENCE,< 1 I � ALT - TP e' WO FENC GARAGE IV ASIHA[T a) > OQ) o 55 • SUMMITVIEW AVE LI_ 11rr- W CHESTNUT AVE ft_ -f-TT 1i�- -11 �J L '!1 Wil- 1'11-; 1.11-- 11 I 11 LII II 11 II r 11.._ u- -H_ -H_ -- . 11 ,11- U 11 11W TIETON DR- •^ .- MACLAREN ST GARF OHP CO CRETE IsGRAVEL� ASPHALT y ,rye ( 181326-11423) ( 181326-11424) ( 181326-11425 ) Ebbelaar Miley Rauscher 606 S 16th Ave 604 S 16th Ave 602 S 16th Ave N9 ( 181323-44410D (21 EA.) ( 181323-44411) Rennie TYP Rennie 424 S 16th Ave 420 S 16th Ave ( 181323-44412) ( 1 81 323-4441 3 ) Helms Stanton 418 S 16th Ave 416 S 16th Ave ( 181323-44414 ) Smith 414 S 16th Ave M N M x GRAVE SFE _c > int SEE SHEET 15 MATCHLINE VICINITY MAP m 0 10 20 z 40 •Huibregtse, Louman Associates, Inc. CIVIL EN,;INEEPINS • LAND SUPVE 01.10 • PL LINING = 11 NCr-- ' 1 9r1 e +'], rT, JOB NUMBER DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN. N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA PLAN SHEET SHEET 14 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 14 O 0 N ( 181323-44425 ) Clark 411 S 17th Ave MOVE IRR SERVICE TO HERE F,' WQD 1[_FF NI ( 181323-44424 ) Dramer 407 S 17th Ave 6' CHAIN Tc Ir. Frn,rn ( 181323-44423) I ( 18132344422 ) Kennard Swetnam 405 S 17th Ave 403 S 17th Ave fi CHAIN LINK ENCS ON NCRE tea,G • I 11 01' 4 ASPHALT 160 SHED Tgs OHP G 2" STEEL MAIN sASPHALTss ( 181323-44421 ) Murphy 401 S 17th Ave GRAVEL W CONC GREEN HEDGE Tg{ 1 co IV tiFII� (b£3 c:C.�C3 `m)`, ®LAWN `J •HP ....Aria -iii Of�I HP ...r. fir/ U OHP . GDP FENCE . ss ss co1co VOOD VCE 5' CHAIN IV LINKLINK FENCE ( 181323-44416 ) Wick 410 S 16th Ave GRAVEL 6' WOOD FENCE ( 181323-44417D Rigdon 408 S 16th Ave a HEDGE N�CFENCE = LINK FENCE 0_ ( 181323-44418 ) Halbakken 406 S 16th Ave CARPORT CARPORT GRAVEL GARAGE sGRAVELz ( 181323-44496 ) Stephens 225 S 17th Ave 6' WOOD FENCE, GARAGE ( 181323-44495 ) Monahan 223 S 17th Ave IV L.,„5.54 - — 2" STEEL -1 STEEL) _s -CONCRETE -z_ IV 1 - ( 181323-44494 ) Kingsborough 221 S 17th Ave 5' I 6' GARAGE WOOD WOOD FENCE (FENCE x ACPHAIT 12/ ( 181323-44493 ) Beaulaureir 219 S 17th Ave HEC E 6' WDOD Sz FEE CE GATE I GARAGE 3'ASPHALTz G G G SS SS I' UP p(NLWss6'L: PVC, IRsE�I GARAGE CO 77) GARA- G▪ E AS▪ PHALT SEE BELOW •• N� % GRAV `W % 11 "GARAGE o 5' WOOD �6 woob' a GARAGE FENCE ON FENCE 2' CONC e WALL 1 ( 181323-44419 ) Murphy 404 S 16th Ave N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. w 0 m W w (n ( 181323-44420 ) Covenant House Adult Family Homes LLC 402 S 16th Ave ( 181323-44472 ) Covenant House Adult Family Homes LLC 226 S 16th Ave 0 STA 55+00 TO STA 58+15±, OPEN CUT AND INSTALL APPROX. 315 L.F NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE 0 STA 58+10±, INSTALL NEW 4" MJ R S. GATE VALVE, VALVE BOX, AND 6"x4" REDUCER 0 STA 58+10± TO STA 65+00, OPEN CUT AND INSTALL APPROX 690 L.F NEW 6" PVC PIPE. REMOVE EXISTING 6" STEEL IRRIGATION PIPE Ng ABANDON IRRIGATION VALVE AND PATCH WITH ASPHALT AS REQUIRED (SERVICE LOCATION CHANGED TO STA 55+59±) N9 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED (20 EA ) TYP 6' WOOD FENCE ( 181323-44473) Gamache 222 S 16th Ave ( 181323-44474-) Shockley 220 S 16th Ave P — r - o +I +I GARAGE „„ 0 0 SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER STA 65+00, SEE SHEET 10 FOR CONSTRUCTION NOTE. 1 1 I I 1 1 1 1 I I I I I I I I 1 I I •1 wv >: s •I i° a .. ( 181323-44491) ( 181323-44490) ( 181323-44489) ( 181323-44488) ( 181323-44487) ( 181323-44486) ( 181323-44485) ( 181323-44484) ,• TE Vogtlin 9 215 S 17th Ave 4' WOOD FENCE ON CINDER Heilman 213 S 1 17th Ave GARAGE Harris Jr 211 S 17th Ave 6' WOOD GARAGE Barneyustafson y 209 S 17th Ave 6' WOOD IQ 207 S 17th Ave ,w H DGE I– HEDGE Politte 205 S 17th Ave 1 5 wa.D Geiger 203 S 17th Ave °' '' 6' WOOD I Schubert ME 1608 W Chestnut w D Ave o _ 6' WOOD 1 ELOrK WAH �CDF!CRFTFT-7 UP F=NCE FE -NCE rnn,rR T 3?i zs Q s: M` 6&E E- I\ coN1 _ in J x iv_ OHP HP o H 'OA — �i r IN FE i,E al UP ENCS :. w UH .,,..,.,,._i. _., o SA „ L— -_ _ 1 `G'� OHP H ___ • • ■ .. _- ____ _ -% ^® x • HP - �..� e. I I�' .,� to r. ,.:..<..,.. ''" �...,'-•2^>-. .. - .. J. .oma..-_.::. -._ r� ..:� _.:. .x .. .. _.�. TL,,;i �{ S AL=T , 'G "G� - ',. '� a UP"" " ''FENCE _ - .- - F"z� - - G A P G ..:^, :OHP....:.. G" ` :` 2" STEEL G G�" G- - '•__� ,.;,,,." G �w. °tip S EEL - -L ss': `.ter ` z��� - ss` SS 's ASPHALT- - .'�`s �'��" � ss C� .„, ,. s.._, r ..., ., �.........i+ ss _ �... tea,:, ..n;_ ,.y ... ".. .. ... )0.. _.... _ ,u.�.u.�-� ._....,..� ss z,: �.r- . , N 6 `P,V � i"IG: s.t M � 0 •H .a.; '-L6, STEEL = �I� Pi �lgx��I � IDJ ® ^a a. -, 3 :-. ”" ., .,x. .: , ; "!w y 17 _ `... - - -- - 4-` ""GRAY — 4, — �y. LL _ sASPHALT a aC a =IRR'' IRR - IR --s-ASPHALT = 4 WO a� .n>,c�.i2 DD FENCE 7 Oi S FENCE w) . CONC :: TP 35' .HAIN ¢ �'�' .Ti7Ra t, tr 3 G'Gx.- f•`' V 6 WOOD x x 4� AN dor FENCE -w Ln Q 14I L, WITH BRICK POSTS ON 2' CONC WALLin GARAGE CARPORT I 1 > V" Iw 4' WOOD LONCRET w FENCE CARPOR LINK FENCE < Q w a I Q a I 35' CHAIN LINK FENCE CARPOR GARAGE 1 I .�' 4 5."- OHA V" HEDGE LINK FENCE ON CONCRETE 1 RETAINING I DIV RASH RACK WALL w 0 a Lw ( 181323-44476-) ( 181323-44477) (-181323-44478) ( 181323-44479) ( 181323-44480) ( 181323-44481) • ( 181323-44482) Sumner 216 S 16th Ave Marquis 214 S 16th Ave Sumner 212 S 16th Ave Sumner 210 S 16th Ave 1 Schactler 206 S 16th Ave 1 Schactler 206 S 16th Ave I (19 EA.) Gasperetti TYP 202 S 16th Ave o A ATER ETER ATER ETE�Q z SIGN vJ ®2 LT Central Lutheran Church MATCHLINE 40 SUMMINEW AVE — 1 fI J,I:47 ) Irl __'_- W CHESTNUT IAVE�I_U -�-Ti 'I17--= 1 I I I1 '', 11-'' 1 jj=l% a__II_ 11 - _.u., .11 a,_, - ,II-,' II II II - -,_1y- I I .- _�_ , -llW TIETON DR" °T 11 _ 11 11 0.- -MACIAREN ST SEE SHEET 10 VICINITY MAP m 0 10 20 Z 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEEPING • LAND SUPVE; INC. • PL NNIN', .1 5-r- 1 '-. En. C "' a, JOB NUMBER: 09041 DATE. 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY - MTB BAA PLAN SHEET SHEET 15 OF 27 1 ( 181324-33511) ( 181324-33510) ( 181324-33509) I ( 181324-33508) 1 ( 181324-33507) ( 181324-33506) li 1 Beerman 1 Beerman 1 Beerman 1 McLaughlin 1 Schafer 1 Burton 1513 Tieton Dr 421 S 16th Ave 419 S 16th Ave 417 S 16th Ave 415 S 16th Ave 413 S 16th Ave CENTER DE 4 OFT (OUT) SOUAR BLOW OFF 41110 EN Z N vnuLT BUILDING PX WATER +I ii s i I I I L., GARAGE w . W MEJTwR 1n'' 4' CHAIN SHED "'oma HALT opo co -s- GRAVEL -1— 6' WOOD 0o IV sIRAVEL-- 'pT'TP GRAVEL ► '—_-72-_ -ALJ LJ: G C�� 1 V IGARA 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES SEE ABOVE L __s -ASPHALT -z_ C •'_,._,. NEW 3" PVC IRR MAIN. IV U� 13 AS OCP HOE IV 00 3 CI) CINDEITI IV /Z BLOCK GRAVEL WALL ( 181324-33513 ) Lopez 1505 Tieton Dr ( 181324-33514 ) Bennett ( 181324-33512) I 422 S 15th Ave LINK GAJE x ENCE G 6' CHAIN LINK FENCE IV goo ss� 1V6' WOODG44E 6' woob , FENCE F:NCE ( 181324-33515 ) Garza 420 S 15th Ave 0 I SHED I� (13 EA.) TYP ( 181324-33516 ) Ornelas 418 S 15th Ave NS STA 66+65±, CONNECT TO EXISTING 3" IRRIGATION PIPE WITH FITTINGS AS REQUIRED 0 STA 66+65f TO STA 75+50, OPEN CUT AND INSTALL 885 L.F NEW 3" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. 0 STA 67+43±, INSTALL NEW 3"x3"x2" TEE, (2) EA 3" MJ GATE VALVES, (1) EA 2" R S GATE VALVE, VALVE BOXES, AND 2" PVC PIPING TO SANITARY SEWER MANHOLE. GROUT NEW CONNECTION TO SANITARY SEWER MANHOLE. REMOVE EXISTING VALVES AND BLOWOFF PIPING TO MANHOLE 0 STA 73+06±, INSTALL NEW 3" MJ R S GATE VALVE AND VALVE BOX. I ( 181324-33504) I ( 181324-33503) I ( 181324-33502) I (181324-33501 ) 1 I 1 1 ( 181324-33500 ) Lewis 1 Bernard 1 Solis 1Sylvester F. Et Ux 1 Rief McCann 403 S 16th Ave [401 S 16th Ave 6' WOOD`; 4 FHAIN LINK FENCE FENCE < GARAGE CONCRETERETAINING Q o . I 'PLANTER ` WALL 409 S 16th Ave GARAGE CONC GRAVEL irw 407 S 16th Ave GARAGE IV z 405 S 16th Ave w � 45 152 6 Z IV GRAVEL Tp V GRAVEL ` L ANTE HP. w O + O t` H- MATCHLINE -C 1001 sASPHALiT,z Ss :17 25 00 CONCRETE 6' WOOD 1 FENCE fly. U LINK FENCE 5 W005 6 V -JG: I IV GATE FENCE ( 181324-33517) ( 181324-33518 ) Picardal Mallett 416 S 15th Ave 414 S 15th Ave 181324-33505 CHAINC — LINK FENCE GARAGE 'E IGR IV GAI AGE I J LIF 0) E() M M 4 M Ng INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER ( 181324-33460) I ( 181324-33459) i ( 181324-33458 ) Torres 225 S 16th Ave N8 Green 223 S 16th Ave Schreiner 221 S 16th Ave SEE BELOW 0 0 + O MATCHLINE 0 :, z 0 10 20 40 p'Ir- SUMMIT\IEW- AVE W CHESTNUT 'AVE IIL F7-71[7,7_ Ilii 11 i.. -:_11:L-- - 11 1, f_. 1L� ; 11 < n -M', C - 11-11!1:=.11 —: 11.:I_11 11-, ,Ti .- 11 __ a 11 i -11_-' .11.'; II a_ _,_11 U U. 1' I I i II �- -II _ =r L_�- -U II '''_- ETON .DR_„ 11_ 11 -4- = , U - ---MACLAREN 'Si' ( 181324-33457 ) Johnson 219 S 16th Ave OHP 047 0 5'WIRE x FENCE e' 4' CHAIN LINK FENCE ON WOOD WALL 6' WOOD GATE OHP DCONC 6' CHAIN LINK FENCE ON CON RETE WALL x OHP 5) 5' CHAIN LINK FENCE ON WOOD WALL X x s GRAVEL OHP OHP IV OVERHANG 4' CHAIN LINK FENCE ON CONCRETE WALL OH G GC 2" STEEir_„G iF,IfT UI ALL x K T p±01 GARAGT TII 1 4' WOOD w ;E FENCE ( 181324-33520 ) C. Durnbaugh 410 S 15th Ave a' _Worm FENCE UP 1 ( 181324-335219 Camden 408 S 15th Ave -ASP'ALT— uO ' 41 s' -G >r NlW 3=' P. -VC'' IRRIG:.MA CONCRIETE 6' (WOOD o co io GARAGE FENCE - o 0 4' BRICK „1' BRICK WALL WALL POOR COND GRAVEL GARAGE bS sASPHALTz:' ( 181324-33522) ( 181324-33523 ) Camden Moore 406 S 15th Ave 404 S 15th Ave 181324-33524 Bennett 402 S 15th Ave ( 181324-33461) ( 181324-33462 ) Glasscock Hanson 226 S 15th Ave 224 S 15th Ave ( 181324-33463 ) Hooper 222 S 15th Ave 2 CHAIR LINK FENCE SHED ( 181324-33464 ) Medina 220 S 15th Ave Ls. Pie 21B 1- LJ w cn w w <n 0 Ln + MATCHLINE VICINITY MAP m 0 10 20 z 40 Huibregtse, Louman Associates, Inc. IVIL ENGINELPING • LAND JIJPVE I IIJG • PLANNING ,1 V:,r- t.sn.,p +'4 r:, 111- = 1 ...-- _ •F 4 ,Vag JOB NUMBER: 09041 DATE. 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN. N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA. PLAN SHEET SHEET 16 OF 27 1 1 SEE SHEET 16 MATCHLINE ( 181324-33455) ( 181324-33454 ) Titus I Carlton 215 S 16th Ave 211 S 16th Ave 5' CONCRETE RETAINING 5RVICE WALL � PO OHP• GARAGE IV GARAGE C 181324-33453 ) Laws 209 S 16th Ave. ( 181324-33452 ) Amato 207 S 16th Ave (16 EA.) TYP GARAGE 1,/,, .� -Li Q44. OHP _%--ASPHALT OHP 6' WOOD FENCE xgF� SS I ( 181324-33451)1( 181324-33450) ( 181324-33449) I Reyes i Stillwaggon 203 S 16th Ave 1512 W Chestnut Ave Homer 205 S 16th Ave TP 8 5' WOOD 8.5' WOOD FENCE x SI ' CONCR TE i 6' CHAIN GONG -<q 6' WOOD 7' WOOD I LINK T H1�-r/ GATE rXrvt.E q IOHP G 2" STEEL—G SS ' S -AHP I_a1 ova o 0 c co ▪ 00 IV GARAGE. RACE 6' .CHAIN �p °_sASPHALTz:' 4c, IV ROSE HEDGE GATE 6' CHAIN ' LINK FENCE 6' w00D 5K- SS F GRIAVEL _GRAVEL IV 6' WOOD FENCE ( 181324-33466) ( 181324-33467) ( 181324-33468) ( 181324-33469 ) Trujillo Honanie • Torrell Kautzman 216 S 15th Ave 214 S 15th Ave 212 S 15th Ave 210 S 15th Ave N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES ( 181324-33536) ( 181324-33535) Watkins Chu 423 S 15th Ave 421 S 15th Ave 4111) HOUSE GAS ETER 0 SI 8 3z WEEDS IV 111.1M MAIN MAIl N . . SHED M J TP ( 181324-33534 ) Schab 419 S 15th Ave 5.5' WOOD FENC ly 6WO D FENCE IV 7' WOOD FENCE — 0 4502 FENCE HOUSE ( 181324-33470) ( 181324-33471) ( 181324-33472 ) Roberts Living Trust 208 S 15th Ave Nelson 206 S 15th Ave 0 STA 75+50 TO STA 80+00, OPEN CUT AND INSTALL APPROX. 450 L.F NEW 3" PVC PIPE REMOVE EXISTING IRRIGATION PIPE. 0 STA 80+00±, SEE SHEET 10 FOR CONSTRUCTION NOTE N7 REMOVE EXISTING IRRIGATION VALVE. Nickens 204 S 15th Ave N8 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED 0 SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER ( 181324-33533 ) Lafferty 417 S 15th Ave 0 w S N T] IV 'I —I :3+00 ( 181324-33532 ) Platt 415 S 15th Ave 4 5' STEEL WOOD 5' WOOD SGRAVELz POST GATE FENCE I x IVCOMPOgTx SS I2" STEFL„, C ( 181324-33531 ) ( 181324-33530 ) Harrington Yunker 413 S 15th Ave 411 S 15th Ave ® i GARAGE 5 5' WOOD xFEN�E f� MI]ItiIlilfill1111111111111M1 GRAV1 L GRAVEL 55 G ss 5 5' WOOD -la FENCE ( 181324-33473 ) Freund 202 S 15th Ave c W 5 • c • 2 1` L N 1Z-1 co SS< N O T° N- 12 10 SEE SHEET 10 0 10 20 40 �. 3' STA 81+65±, INSTALL NEW 3" MJ R S GATE VALVE, VALVE BOX, AND CONNECT TO EXISTING 3" IRRIGATION PIPE WITH FITTINGS AS REQUIRED STA 81+65f TO STA 87+00, OPEN CUT AND INSTALL 535 L.F NEW 3" PVC PIPE REMOVE EXISTING 3" IRRIGATION PIPE STA 81+58± TO STA 87+00, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY ( 181324-33529) ( 181324-33527 ) Aplanalp Topping Groth 409 S 15th Ave 407 S 15th Ave 405 S 15th Ave 4 5' WOOD FENC HOUSE ( 181324-33528 ) 5 5' CHAIN NK w m 12 FENCE bo GARAGE w 4' CHAIN om LINK FENCE x =y. CO N U•) Cr) 4 N C!) TT. CO AVE 1 `-III ,: �J W CHESTNUTIAVE i _1.1_I_ I� -I--- U_'.',�_'1..-L—_ _!-_ 111- -i.--_-11-H1 - -11=- , (r, -- Tf--1 F__ .,r --H--,11 11U.-- • -h 11 1 - I1-� k -,L= -11 511=' 1,1=-;: 1r';-11,-iy-.;'I, _:_.11,,, 11- c11 _ U - a,- _I I- --U ,. 111 " IJ YW 11ETON' DR .7.!......,_'., 1I- 1 V J �I�� fi�ic{•la�u�i � s �. - Emorommom_—D _' ' " Yallii G.'"4IG.o HP M,9t'N 6' WOO,p !N FENC P ( 181324-33537 ) Schantz 424 S 14th Ave H 606 OHP ®ST P (' WOOD 5' PLAISTIC POST -x FENCE FENCE ( 181324-33538 ) Garcia 422 S 14th Ave ( 181324-33539 ) Miller 420 S 14th Ave UP SGRAVELz OSP , OHP Q • 0 BUILDING ( 181324-33540) Coonan 418 S 14th Ave OHP 0 r WOODI 1 I V FENCE ( 181324-33541 ) Morgan 416 S 14th Ave NEW 3 OHP GARAGE PVC IRR OHP s RAVEL 7- 5' CHAIN LINK FENCE OHP (22 EA.)°I TYP • HP�,l�P • GE rnHEDGE ARA GE 181324-33542) ( 181324-33543 ) Mirkovich Hull 414 S 14th Ave 412 S 14th Ave H 1E. 1070 0- 'SID* Is' W000 W000 RIM 1079 17 " FENCE - FENCE IE. 1070 6 N ( 181324-33544 ) Coffman 410 S 14th Ave HP OHP SHED WOOD 6EENC' WOOD 1V GATE ( 181324-33545 ) Baca 408 S 14th Ave I Vls FEs woobENC" IG. MAIN -5 -GR: OHP '7" Q 0 ( 181324-33546 ) Jordan 406 S 14th Ave t1; Doo SH D 16' CHAIN (-H\ LINK GATE LC) c7 (6) N N °) E (0 1 - IV FE. 404 SEE SHEET 18 MATCHLINE VICINITY MAP U1•z 10 20 40 Huibregtse, Lohman Associates, Inc. C IVIL ENGINEEPING • LAND EUPVE i 1N0 • PL \NIJIN G F a'r-o. JOB NUMBER' DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA PLAN SHEET SHEET 17 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 17 MATCHLINE I 1 181324-33525 1 Hovsepian 401 S 15th Ave SHS D,6 w 3 5' � 4HfIN (GARAGE g -x -LAWN z 3 0 (- 181324-33485 ) Bodeen 225 S 15th Ave 4' CHAIN LINK FENCE ON CONCRETE WALL (HEDGE BEHIND GARAGE L'. G 2" STEEL—G ICE N10 G s- s G ( 181324-33484 ) ( 181324-33577 ) Dills Ojeda 223 S 15th Ave 221 S 15th Ave --S-GRAVEL-Z- 0.. I SGRAVEL-Z-0PI V SHED T Loom IMMIN . • 1 AMU WIN SS S�Y, 11 •. ._ SS - SS A� N5 6' CHAIN LINK GATE ( 181324-33482 ) GH Rental Enterprises 219 S 15th Ave IV CONC ( 181324-33481 ) Forsythe 217 S 15th Ave zLI ( 181324-33480) ( 181324-33479) Duncan 215 S 15th Ave -H -H 4' CHAIN o0 N (LINK` FENCE 6 LINK xCHAIN �— u 100 HL'`'4::!Z'�4 iri=� X� GATE NCH OR I - V _ - V neo _I I_ I -- „ �� .� PATE 6CHAIN I LINK LT FENCE ( 181324-33548 ) Cardenas 402 S 14th Ave OHP VI.Kt 1 `^ zA J —J CO E GARAGE 6' CHAIIN-' LINK GATE L�GNC-/ "413 55 6, f WOOD WOOD FENCE GATE CONC 4' CHAIN o LINK FENCE 0 SHED 2 S Morgan 213 S 15th Ave 6' WOOD FENCE 5' WOOD GA E 46 81324-33478 .0 0 c>s m a) rn N 4 WOOD FENCE 6' WOOD FENCE ON CONCRETE ON CINDER TP BIJOCK WALL • •IMMIENERIMEAT .5 0 Ss G S 5 5' WOOD IV FENCE 0 WEEDS (18 EA.) TYP GRAVEL H- - ( 181324-33486) ( 181324-33487) C 181324-33488) 1 ( 181324-33489) ( 181324-33490) C 181324-33491 ) ( 181324-33492 Ullas 226 S 14th Ave 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. Moore 224 S 14th Ave Forsythe 222 S 14th Ave Carter 220 S 14th Ave Purpura 218 S 14th Ave 0 STA 87+00 TO STA 95+00, OPEN CUT AND INSTALL APPROX 800 L.F NEW 3" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. 0 STA 88+05±, INSTALL NEW 3" MJ R S GATE VALVE AND VALVE BOX 0 REMOVE EXISTING IRRIGATION VALVE. 0 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED L1J 0 Q w w O 0 + N 01 Q Skinner 216 S 14th Ave Martinez 214 S 14th Ave LLI 116 0, fa crid• iVj y 3�� co N CO N9 STA 88+04± TO STA 94+61±, SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER STA 87+00 TO STA 87+58±, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY STA 95+00, SEE SHEET 11 FOR CONSTRUCTION NOTE AIN I SEE Q I - MATCHLINE m 0 10 20 40 SUMMINIEW-A5E Tff II -_- i1 WCHESTNUTIANE IL _ II' IIII ir II .:II 11 - MACLAREN ST SEE SHEET 11 0 0 VICINITY MAP (1) m 0 10 20 z 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND GIJPVEI IMG • PLANNIPb_ ;I Vcr- "-n C. =n,e 4 3• T-, Irc 4 1 JOB NUMBER: 09041 DATE. 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA PLAN SHEET SHEET 18 OF 27 BA, NV DR ( 181324-33474) LrE E ( 181324-33477 ) ( 181324-33476) ( 181324-33475) W GO�a. 11+ $7 a G000 WNCEH IT J N CONDITION r::::ri x'f7,4A, SIDEWALK Gomez 209 S 15th Ave 1 Baker 207 S 15th Ave 1 Alvarez 205 S 15th Ave 1 Sziebert 1412 W Chestnut Ave ® BUILDING® Ir a x ->< o 'I l ,, a ES .. GN _ SF. H E • . E ,.{ GRAVEL 5' WOOD FENCE ON BU IND WALL IV T'x GRAVEL 6 ENOL F IV _ ,U GE _ i Lk l0 1 M' O _ n� a r�� rr� - _A�:�UJ x .. BLOCK L '. a >r 3d sem. S m 'SS _ i, ' M H V 1•>'f S s .i sY 55 �SS°=: 1• SS 4ss;;x .3 :.. aS=Sfi-'-��.i / :Y. - UP= `1 -ASPHALT- ;: L' .OHP '1 NF H .PVC-IRRIG- MAI \ tall I' .; CI) ooV,� ,.• 6 E. a. N; ...:. HP-_ ,� _ •N -9• x ,q d .•�_ �'r•-:.) ", G+ RETE V 6' WOOD FENCE 6', WOOD ' CONC IV FENCE • CONC FIL SHEDo I • (10 EA.) TYP FEND K Obi 17 0 cvT?L E: 'I ,� �- 1.S71:'---_17,2-__S- 1� sGR 1cl, ,; l ® -2' STEEL I G ,IR I (i PLANTE4' S ® a ( 181324-33494) ( 181324-33495) ( 181324-33496) ( 181324-33498) Milnor Hernandez Heine Dominguez 0 CON RETE 210 S 14th Ave 208 S 14th Ave 206 S 14th Ave 1 1406 W Chestnut Ave 1 1' E•T R w a y_ _ W AIN I SEE Q I - MATCHLINE m 0 10 20 40 SUMMINIEW-A5E Tff II -_- i1 WCHESTNUTIANE IL _ II' IIII ir II .:II 11 - MACLAREN ST SEE SHEET 11 0 0 VICINITY MAP (1) m 0 10 20 z 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND GIJPVEI IMG • PLANNIPb_ ;I Vcr- "-n C. =n,e 4 3• T-, Irc 4 1 JOB NUMBER: 09041 DATE. 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY ENTERED BY MTB BAA PLAN SHEET SHEET 18 OF 27 1 1 J 00 I ( 181324-33445 Coleman 1309 W SpruceSt N 0] HOUSE pm = w 231‘.___I LINK 4 -CHAIN �/ AAE xCE x LINK CAE ASPH4T RIM 1080 87 IE 1(171 2± N IE. 1671 8± S o .02 ccr .? - o CO CONCRETE GARAGE g) I a� . co M HOD ENCE C;; . - N 'ONCRETE BUILDING d�l-- ( 181324-33555 ) Schlief 311 S 14th Ave ( 181324-33554 ) Passmore 225 S 14th Ave 4 5' CHAIN 4' CHAIN w SHUB RS LINKGATELINK FENCE `C, IxCpNCR lo TEx- s VCONCRETE SII GRAB ( 181324-33553) ( 181324-33552 ) Reyes Lipscomb 221 S 14th Ave 219 S 14th Ave GRAVEL If CONCRETE I (- 181324-33551 ) Daughs 203 S 14th Ave LAWN a' a' WIRE G00D IV FENCETEL C�NDCITION A' -s NEWS'S3S '•P1C_IRF4IG.''M w z 0 0 6' wool D FENC WOOD FENCE ( 181324-33443) ( 181324-33442) Hanson Metz 320 S 13th Ave 318 S 13th Ave I I M IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. uJ LLI 0 0 xrc J 0 5 WOOD FENCE I cr rip - CO 4 5' CHAINU LINK FENCE V 1V4 5' CHAIN LINK FENCE - OHP_ WOO HP . ," . . - -H�(' - . --. `. OH. yGIAiT -i. .3 WOODI 7 V 'WEED GARAGE FENCE I Iwoo 6' CONIC EN F FENCE ( 181324-33558) ( 181324-33559 ) ( 181324-33556 ) Rieken 312 S 13th Ave ( 181324-33557 ) Duffey 310 S 13th Ave 60 WbOD I\, FENCE Huza 308 S 13th Ave 0 STA 96+65±, CONNECT TO EXISTING IRR PIPE WITH FITTINGS AS REQUIRED N6 STA 96+60± TO STA 102+00, OPEN CUT AND INSTALL APPROX. 540 L.F NEW 3" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE N7 STA 101+97± AND STA 107+97±, SEE SHEET 20 FOR CONSTRUCTION NOTE. 0 STA 97+00± AND 103+00±, INSTALL NEW 3"x3"x2" TEE, (2) EA 3" MJ GATE VALVES, (1) EA 2" R S. GATE VALVE, VALVE BOXES, AND 2" PVC PIPING TO SANITARY SEWER MANHOLE. GROUT NEW CONNECTION TO SANITARY SEWER MANHOLE. REMOVE EXISTING VALVES AND BLOWOFF PIPING TO MANHOLE N9 STA 102+99± TO STA 108+00±, OPEN CUT AND INSTALL 501 L.F NEW 3" PVC PIPE REMOVE EXISTING IRRIGATION PIPE. 306 Boitano S 13th Ave II ( 181324-33400) i ( 181324-33401) I ( 181324-33568) I ( 181324-33567) i ( 181324-33566) ( 181324-33565 ) Garza CO IV IV GARAGE 315 S 13th Ave Duim 313 S 13th Ave Lockbeam 311 S 13th Ave Lopez 309 S 13th Ave White 307 S 13th Ave 1/ sGRAVELz- I II I H 5x' WOOD FENCE x s GRAVEL -z 6' WOOD FENCE Vijarro 305 S 13th Ave SHED I3w GARAGE V • OHy. 4' CHAIN v-SLAWNz LINK FENCE (20 EA) TYP ( 181324-33560 ) Schmidt 304 S 13th Ave ( 181324-33549 ) Klingele 1312 W Walnut GARAGE I* ~".GRAVEL LAA IN IRR POOR VAULT ASPHALT -z--- G 'Y'STEEL m 0 10 20 I— RI OVERHANG`?" ( 181324-33562 ) Kokenge 1306 W Walnut J z IQ8 U co z CONCRE INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER REMOVE EXISTING IRRIGATION VALVE. ( 181324-33564) Chase 303 S 13th Ave 6' CHAIN LINK IV FENCE ( 181324-33563 ) Garcia 301 S 13th Ave GARAGE CFR s--ASPHALT >ASPHALT 40 TIETON':DR.�'^_._ II_, ,I - -IJ_ 'EIACLAREN ST 0 0 17) GRAVEL sASPHALT z _QHP 0 sASPHA -77 s ASPHALTz (OUT) s AS N CO _N cvD Huibregtse, Louman Associates, Inc. Nf' lir CIVIL ENGINEEPII`IG • LAND LUPVL,'II`IG • PLANNING ;1 Vc,r-- ,'.1 . 'n.E •> n, -cc /,C __ ALT z OHPf—rON I LAW \ __s -ASPHALT -7_, I" T N 8 ss NEW:^3 PV ASPHALT nHP LINK: FENCE IRRIG:' MAIN: �Ik ''-i`=44? diff SSu: , IV s ASPHALTz _:_ - OHP x 6' WOOD FENCE c ANCHOR,a,- ( 181324-33586 ) Ruegsegger S 12th Ave/W Spruce ( 181324-33587 ) Medical Center Properties INC S 12th Ave/W Spruce ( 181324-33571 ) Medical Center Properties 308 S 12th Ave (15 EA.) TYP ( 181324-33590 ) Gondo 306 S 12th Ave JOB NUMBER: 09041 DATE. 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN' N/A PROFILE. N/A (OUT) ( 181324-33574 ) Wilkinson 302 S 12th Ave a J OHO O ,n ON +I o0 ,1 M co 0 O 0 0 0 S o. 108+99.75 w 0 VICINITY MAP 'z 0 10 20 40 CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY MTB ENTERED BY. BAA PLAN SHEET SHEET 19 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE BELOW O O + 1- h N Z J 2 0 Q —GRAVELZ —ASPHALTZ —ASPHALTZ ( 181324-33001 ) Catholic Bishop of Yak Corp 1214 W Chestnut Ave —ASPHALT -7-- —ASPHALTZ ASPHALTZ Sta. 109+27.50= NEW 3" PVC IRRIG. MAIN Sta: 112+66.23=HP Sta. 102+00.00 .DMP (3' AC) NEW 3" PVC IRRIG. MAIN W WALNUT ST —ASPHALTZ OHP -LAW GNZ x GOOD CONDITION a' CHAIN GATE LINK FENCE 3.5' (CHAIN LINK FENCE ( 181324-33550 ) Cortez 201 S 14th Ave OHP G 2' STEEL -G —6 —W TR%,',/ UT 4REE T TREET'Q" AWN GOOD CONDITION L./ f laa\ ( 181324-33549) Klingele 1312 W Walnut g '�— FENCE � 0 SIDEWALK 5 _ —ASPHALTZ rn 109+09 h RIM. 1085 34 IE 1077 3± S SIDEWALK 1181324-33562 Kokenge 1306 W Walnut SEE SHEET 19 N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. MATC ( 181324-33561 ) Baken 302 S 13th Ave N5 STA 109+27 5 TO STA 114+55±, OPEN CUT AND INSTALL APPROX. 528 L.F NEW 3" PVC PIPE. STA 112+66±, INSTALL NEW 3"x3"x3" TEE, (1) EA 3" MJ R S GATE VALVE, VALVE BOX, AND CONC THRUST BLOCKING 0 STA 109+27 5, INSTALL NEW 3" 90° ELBOW, (1) EA 3" MJ R S. GATE VALVE, VALVE BOX, AND CONC THRUST BLOCKING STA 109+27 5 AND STA 114+55±, INSTALL NEW 3" 90° ELBOW, CONC THRUST BLOCKING, AND CONNECT TO NEW 3" HDPE PIPE WITH FITTINGS AS REQUIRED N9 STA 114+55f TO STA 118+00, HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 345 L.F NEW 3" HDPE PIPE. 181324-33563) Garcia 301 S 13th Ave c )OD FENCE SEE SHEET 19 ( 181324-33574 p Wilkinson 0 302 S 12th Ave STA 117+97±, SEE SHEET 11 FOR CONSTRUCTION NOTE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED CUT, PLUG WITH CONCRETE, AND ABANDON EXISTING IRRIGATION MAIN AT CROSSING LOCATIONS PROVIDE TRENCH SURFACING REPAIR TYPE 2 ALL TRENCH PVMT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR ( 181324-33492) I ( 181324-33493) ( 181324-33494) I ( 181324-33495) C 181324-33496) I ( 181324-33576)�`; (', 1.� I Z I'• m CON(' c ` ., .• . Martinez go 214 S 14th' Ave 7A 11 l �V,h�,,1p��✓ �!3 � � 1 E�cE Berry 212 S 14th Ave LAWN �� FAIR COND. w Milnor 210 S 14th Ave 5I.111 �✓ 5. arc..L.,=:__,..11,‘`, I I �d \c Hernandez 208 S 14th Ave �(�' OCK w / 2' R api I �' Heine 206 S 14th Ave , LAWNS K WALL coot . 0 Mecca 14(1: 1, 1402 W Chestnut -�,1\ Ave —LAWNZ".. OOD CONo. \ 1 FAIR COND. I. r _ Al . x, 3„ pa �� m \V 7,- '•. 7. =�. w , T—`,A3i /I 1 nrER�> SIDEWALK WATE• • , CC SIDEWALK SIDEWA ABM SIDEWALKww -- 1 _ iv, I �. ' V U ` :i' 6() �� D. ` LAWN I �E COND. p 0 LAWN . W 1`� FAIR COND. �`!r- • LAWN �p coop coND I AIR COND. _ LAAl J''a coon SIGN _— T - •- +.. � 'MOWS .+.. T :. .. .. �-�+_ ' ,: n .iP I,Wil J" l ��/`� NEW 3" HDPE IRRIG. MAIN J __.5--CONCRETE--z_ M...___ _s -CONCRETE -z_ 1 S 14TH AVE cD Z i 1® W W W - N WVLIG 1_ LIG T --- 'RR IRR IRR ®—ASPHALTZ RR�RR W---1RR-w—S --i n ' - -- RR•w �Rw'OV —ASPHALTZ (3' Cl ..ASPHALTZ_ RR •• -6 w 1 '_l\ o' w ', : ASPHALT• mn rcrc (3" CI < ---LI 1 1 t' c z z sASPHALTz UNC , Al.'Er SIDEWA K3 COC E SIDEWALK SIDEWALK SIDEWALK YDRANTCONII SI! P ASSIGN _� I —ASPHALT z-—ASPHALTz _s -CONCRETE -z_ STANDPIPE ED z ( 181324 33001) CONNECTION 0! GUMMI' Catholic Bishop of (1 1TYP) ® iLINE STA 114+00 SEE ABOVE Yak Corp 1214 W Chestnut Ave RETE Y J 0 0 10 TEF TEF 12" REI RE Q (UJ 5 h -> c c m N C. Ut M in , 1— r- 0D IZ W Q r =1 B N SEE SHEET 11 O8 T co �_ �(-) M Lo c7-00 N - TREE W •4 E 0 10 20 40 11 = - SUMMITVIEW A0•£ I _MACLAREN ST, 1, 7-1,7 - 0 10 20 VICINITY MAP 40 Huibregtse, Lohman Associates, Inc. CIVIL ENGINEERING • LAND _•UPVEIING • PLANNING ;1 NC,- 15r 4 i. 1-1, '/1 0Q JOB NUMBER DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY MTB ENTERED BY BAA PLAN SHEET SHEET 20 OF 27 (n SEE SHEET 11 O In m 0 10 20 O G z 1-'I 40 MATCHLINE STA 124+08 z i aN T= 1 TPp F1 Chestnut West LLC 1401 W Chestnut #5 (181324-32466 -) LID COVER TCF- BASIN S- n An HEDGE OHP OHP OHP 3 5' WIRE FENCE OVER 120+0 N' _s -ASPHALT -e__ a 6- , SD_ "1 ▪ NEW 6" HDPE IRRIG. MAIN • i I ; iv I; C ,.. R,.., -1„ •_.i I . 0044 / �,iR V4 �. �� . '���i /%' 3' WOOD:', I.j---�3' W000 I' A`. �Il�tc%i'� �FENCE�,,:..'— FENCE cam. �TRc"r�(r,I RZE/\,IlItiT /:=TREE.T ��' ' -�, N1 ! , I f \ i i\�- Bower ),-,,+7;k‘;( I 1213 W Chestnut Ave ( 181324-32447 ) 2 7 Ly wi Y SEE ABOVE -o s 0 J Q a "1 OHP w ( 181324-32453 ) McGree LLC 1402 W Yakima Ave OHP OHP _s-ASPHALTz sASPHALTz - -ASPHALT-z UP OHP OHP 3 5 GONG WALOHa AS HALT 4�\ HYDRAN 6.\;1/y = /V CATC' = BASIN S 14TH AVE NEW 6" HDPE IRRIG. MAIN sASPHALTz- P 12 .EI - SF{RUB .s 22+00 RR IRR RR ,I/iw>> 6' Q. Q z,n, Spy z TREE 0 U ( 181324-32550 ) Thompson 5 S 14th Ave IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. N5 STA 119+44±, SEE SHEET 11 FOR CONSTRUCTION NOTE. N6 STA 119+44± TO STA 123+55±, HORIZONTAL DIRECTIONAL DRILL 425 L.F NEW 6" HDPE PIPE ( 181324-32491) Fitch 2 Hall Ave BUILDING SEE SHEET S U ( 181324-32493) i ( 181324-32494) I( 181324-32495 )olw Stockman 4 Hall Ave 5Fs3UgSs LAWN r= 1 56 UB2 Jj SHRyB 12 FAIR COND SIDEWALK_y4.1» I �}/J� TREE SIDEWALK T TREE -Z SHRu@S 04,o LAwN e '_ O AIR D /I —;-3 STUMP Velikanje 6 Hall Ave LAWNLAWN '•AIR CONOf it �� .. FAIR COND FFNCP Peterson 8 Hall Ave 0. U m N,yc�+AB RIM c IE. 127 -x -00 J., •.--� NEW 6" HDPE IRRIG. MAIN ✓ y<it •{ tr s C0NGRE TEz N HALL AVE _s -CONCRETE -o_ SIDEWALK o `^/" S�^ETREE IV 0 SEE SHEET 23 a t' 23 -r GATE IDEWALK CONGA II AIR C( LO 0 N (54-i nVA;ONCRET +NM �ao ,o)9) LCH *WV _s -ASPHALT -z_ /W 6 HEDGE 0 N✓ \£ GRAVEL " = 4'- ?23+00 F 45 IRR CA TC EASIN SAN \ ( 181324-32490 Velikanje \1 Chicago Ave pm o 6AWNF; 4SPHALTz /W 6' W H-� D RR r^ GRAVEL ( 181324-32490 Velikanje \ Chicago Ave LAWN`„ FAIR CO^ ITION CATCH 0 BASIN0 L ( 181324-32432 ) Affiliated Leasing INC 1209 W Yakima Ave HOUSE ( 181324-32487 ) Velikanje Chicago Ave/ ®Yakima Ave 0 ( 181324-32486) 1 ( 181324-32485) 1 Velikanje 9 Chicago Ave (18 EA.) TYP Lane 11 Chicago Ave 0 2' ROCK/CONC ` - yypLL 4' GH z o w HP. G. SPH ALT ss " 131+00 ss' 4 '{i d 0 0 N,:... IV ` SASPHALT0 a +I 0 0 0 0 co 0 �o EE Z N005 ( 181324-32492 ) Fitch 1205 W Yakima Ave 2t SEE SHEET 21 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. q2 SEE ABOVE MATCHLINE IV A�PFAL y..SF' 0 QIDoo) (II �o U CHAIN, v LINK FENCE HOUSE a Z nl C4.RP-Ort 0 ONCRETE 4 CHAIN inti FEN ( 181324-32484 ) Anderson L., 15 Chicago Ave __s—ASPHALT G" G NEW 6 PVC IRRIG. MAIN s.. " ss ss P o_",NEW inn 0 o 1IIJ pp GARAGE Z + oo n 6 W00� -'_ -- FENCE - • 1i1i1R�1 n ��nnc l i.....N ( 181324-32422 ) Reynolds 17 Chicago Ave GARAGE 6F N%C GR1AVEL 41 6' CHAIN UNE (:ATF ASPHALT GARAGE GARAGE ( 181324-32493) i ( 181324-32494 ) Stockman Velikanje 4 Hall Ave 6 Hall Ave GRAVEL' Peterson 8 Hall Ave M 6 VC I'RI 6' W FEN z = Qf 6: E 1 •HP, -.Zinn Wig ATE' o 'w'6' wOsD o < FENC mo 0 IRT -z__ 4 0 U � M LAWN N Gb00 CONDITION ASPHALT o.> SEE BELOW 0 U 6' WOOD FENCE SEE SHEET STA 129+04±, SEE SHEET 21 FOR CONSTRUCTION NOTE. STA 129+04± TO STA 132+00±, OPEN CUT AND INSTALL 296 L.F NEW 6" PVC PIPE REMOVE EXISTING IRRIGATION PIPE. STA 132+00±, INSTALL NEW 6"x4" REDUCER STA 132+00± TO STA 136+00±, OPEN CUT AND INSTALL 400 L.F NEW 4" PVC PIPE REMOVE EXISTING IRRIGATION PIPE N9 STA 135+77±, INSTALL NEW 4"x4"x2" TEE, 2" R S. GATE VALVE AND VALVE BOX, AND 2" PVC PIPING TO SANITARY SEWER MANHOLE. GROUT NEW CONNECTION TO SANITARY SEWER MANHOLE. REMOVE EXISTING BLOWOFF PIPING TO MANHOLE ( 181324-32415 ) Velikanje Chicago Ave/A St TAIRS !AIRS 4 5' CONCR TAIRS we ~US ( sAS x6' WOODx FENCE HALT MAIN GARAGE i( 181324-32412) ( 181324-32413 ) Miller Seefeldt 18 Hall Ave 20 Hall Ave Huibregtse, Louman Associates, Ince C IVIL ENCINEEPIN G • LAND =UPVE I ING • PLANNING' ( 181324-32414 ) Long 22 Hall Ave 1 U 0 0 0 G0 Z ER z 0 0 m !AIRS A¢ AS az N ETER a 23 ( 181324-32410 ) Campbell 14 Hall Ave a) c Q o _ STA 136+00, INSTALL NEW 4"x4"x4" TEE, (3) EA 4" MJ R S. GATE VALVES, VALVE BOXES, AND CONC THRUST BLOCKING REMOVE EXISTING VALVE, PLUG AND ABANDON EXISTING IRRIGATION MAIN REMOVE EXISTING IRRIGATION VALVE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETAIL) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER ABANDON IRRIGATION VALVE AND PATCH WITH ASPHALT AS REQUIRED JOB NUMBER: DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A (1) m 0 10 20 z 40 M MACLAREN ST -- VICINITY MAP • .49 0 10 20 40 CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY' ENTERED BY' MTB BAA PLAN SHEET SHEET 22 OF 27 ( 181324-32408) � 0 _ �C181324-32408) Rodriguez �� 10 Hall Ave 0 CONDITIONO Pena 12 Hall Ave 40 ( 181324'32408) Edmondson 9 Hall Ave HOUSE LAWN FAIR COND CHAIN - - < LINK (10 EA.) TYP STEE vICIPN LINK FENCE POOP CONCRETE CONCRETE DOD � m AEC G CONC IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATER|AL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN /��\ PROVIDE SURFACING REPAIR AT ALL v�/ EXCAVATION L0CATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING C0ND|TIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER /��� SANITARY SEWER MAIN AND SIDE� SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES /��\ THE CONTRACTOR SHALL MAINTAIN � ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 141+16±, AND STA l45+5O± . INSTALL NEW 4" 225' ELBOW SEE ABOVE � + � m MATCHLINE ( 181324'32405) Peterson 8 Hall Ave ° Ee— ° Robinson 1111 W Yakima Ave STA 138+85± TO STA 145+89±. OPEN CUT AND INSTALL 694 L.F NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE 0 STA 141+62l. INSTALL NEW 4" 80' ELBOW AND CONC THRUST BLOCKING 0 STA 145+84±. INSTALL NEW 4^X4^X4^ TEE. 0 4" 4"x2" REDUCER, AND CONC THRUST BLOCKING STA 145+88± TO STA 145+51l. SLIPLINE 62 L.F NEW 2" HDPE PIPE IN EXISTING 3" STEEL PIPE INSTALL BLOWOFF/FLUSHING VALVE ASSEMBLY SEE DETAIL. REMOVE EXISTING IRRIGATION BLOWOFF VALVE. ( 181324'32404) Wolff 11 Hall Ave { 181324-32403 ) 15 Hall Ave 21 Hall Ave 23Hall Ave ,a GirardSteere // Marek LC)� BUILDING (181324'32487) (181324'32498) Burgstaller Whitney Generations LLC NCHOR ANCHOR POLE .uxFENCE oRm LINK JCE INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATI0NS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. SAW CUT ALLEY EDGES AND REMOVE EXISTING ASPHALT AND SUBBASE MATERIAL REQUIRED FOR RECONSTRUCTION OF THE ALLEY SECTION WITH 2" HMA AND 4" CSBC (SEE DETA|L) SEQUENCE OF MATERIAL REMOVAL AND REPLACEMENT SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER ( 181334'32402 GARAGE oro _s -ASPHALT -z_ =~~~~~~~=%VI~��r=��' ipiasfrECPS � s„, X4�ENC I IC gMAINgri§, 6' WOO FENCE ( 181324-314Q0) Wilson 8 N 11th Ave �'~' `- .���:�� = w� w ° CONCRETE � " 0 / /4V1 AISPHALT 4F' 'NVOcOED GARAGE ���� orL »4'0� Magana 19 Hall Ave ( 181324-32401) /( 181324-324O0) 6' WOOD } SERVIC FENCE POLE ( 181334-31491 ) Gamet 10N11thAve 4' CHAIN LINK FENCE 6'1 CHAIN LINK F NCE CE rrvvrac Tr SERVICE GRAVEL — �o z x� s 's.�� 6 � o -� o HOUSE 12:111.1TI=SSII:-� SEE SHEET 24 71,4 ) karl'Maxwell ' ,pr 40101 / Hall Ave irr ^.` 1~L ( 181324'31402) ( 181324-31403) J�nnen | Ramirez / / 12N11thAve14N11thAve / (15 EA.) TYP ( 181324'31484) Camarena 16 N 11th Ave ^ 1( 181324-32002. --- �. MathisK�/�8lig ..� _ .54 VICINITY MAP 0 10 20 40 Associates, Inc ��r IVIL ENC:/wEEnwC; •umo DJ,VE1'11112, • PLANN/TI,.; ' 1 \Ic,' "^ ",- JOB NUMBER DATE. 09041 09-15-09 FILE NAMES. oe^WIwa 09041 dwg PLAN N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY MTB ENTERED BY. BAA PLAN SHEET SHEET 23 OF 27 SEE ABOVE —OHP O O N N S(JMMITVIEW AVE 8' STEEL G G 0 8' STEEL -G 1502 Summitview Ave 11 Sta. 156+58.27 SI FIRE HYDRANT �1 LAWN FOOD GOND W ASPHALT z SIGN -CONCRETE ( 181324-32023 ) Hazel 1420 Summitview Ave N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. C 181324-32017 ) Fairbrook Rev (3 EA.) Living Tr TYP Summitview Av/15th Las. CATCH>SOL1 BASIN < LID OHP OHP,m Lx_pa� J Do z G �z 1/) ASPHALT zo n sg 5' CH LINK FE AINss VCE LAWN c\G C =ASIN Lf) 'r SOLID LID S CATCh 0H• OHP - 9 A R BASIN'— SLAWNz_55 zZ GRAVEL GOOD CONDI ION 2 RIM. 1094 98 IE 1087 63 w OS IE 1086 53 E IE 1086 53 5 00 ONCRETE z 0E f)8: O ( 181324-32521] Ua Orr 1501 Mt Vernon Ave ( 181324-32017 )1 Fairbrook Rev Living Tr Summitview Av/15th CRETEIBUILDING I CONCRETE + 1 —OHP •.HP OHP PHALT �' (6" STEEL) Ib LHAIr. ( 181324-32539) FENCE Ortega 111 N 15th Ave a LAWN -z_ GOOD CONDITION OHP On 6' CHAIN aIGAR LINK FENCE E CC 0 0 co ( 181324-32429 Rippee 28 Chicago AVE ( 181324-32005 ) McCormick Place LLC 1400 Summitview Ave SEE BELOW STA 153+50 N WE 0 10 20 40 (7 EA.) TYP THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 155+28±, INSTALL NEW 4" 90' ELBOW, (1) EA 4" MJ R S. GATE VALVE, VALVE BOX, 6"x4" REDUCER, AND CONNECT TO EXISTING PIPING WITH FITTINGS AS REQUIRED PLUG WITH CONCRETE AND ABANDON EXISTING IRRIGATION MAIN TO EAST N6 STA 148+00 TO STA 155+28±, OPEN CUT AND INSTALL 728 L.F NEW 4" PVC PIPE. N7 STA 150+77±, SEE SHEET 22 FOR CONSTRUCTION NOTE 0 STA 148+00, SEE SHEET 23 FOR CONSTRUCTION NOTE N9 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED PROVIDE TRENCH SURFACING REPAIR TYPE 2. ALL TRENCH PVMT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR PROVIDE TRENCH SURFACING REPAIR TYPE 1, NORTH OF CURB LINE. ALL TRENCH PVMT EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR CONCRETE R• = U z PHALT o0 BUILDING V) Ct _u w-wMMI atwrZREMM vEWMMONIN. PHALT-Z__ RR R 2+00 4-7C!n 02 :ERVICE BUILDING 02 !x_'117. • - ASPHALT 33 co ss R -ASPHALT z Z• NEW -n4" PVC^IRRIG. MAIN _5 -ASPHALT 0 WAST :95,5, a.'T50+,/b.83t85-1 . 136+00.00 RIM: 1093 IE. 1083:30s IE 1083 23 E IE 108363 w ASPHALT -z.- 166 IRR CONCRETE P RR 50+00"1." NEW 4" PVOnIRRIG. MAIN _s -ASPHALT SIG JHP /. SIDEWALK RR Y 0 171 ( 181324-32004 ) Maxwell 101 Hall Ave y ,� , yw SIDE%4*-7 ----- cake. 68,,"+v . RR.:!f ESQ IRRI' 49+00 r1,zf%i.4C ti3d tLL NEW 4" PVC IRRIG. MAIN _sASPHALT-z i 5 SUMMLNEW, AVE I L� 1 J�� I6 W CHESTNUT,AVE . IT TIT—'1171--= I_ -11=L__ 11? 1`11- 11 % 11 i1 I I I I I 1..11=-- -1H-11-j. 11'' L11: U U a 11= n)r 11 y -� -llW SIETON DR a\ c ss NCRETE IP x - arc HAIN LINK OHP ss -02 LAWNzs 5000 CONDITION OHI' OHP SOLID SOLI LID SS LAWN -z GOOD CONDITION x 5 LH AIN LINK FENCE z z CATCH 8 BASIN 0BASI • In 5 55 o1P 4' CHAIN LIINK FLNLE- x nHp SAWN ss GOOD CONDITION x I neo 4' CHxAI8 . LINK FENCE 55 o GRAY 0 SEE SHEET 22 SOLID LID CATCH BASIN 5 55 SS sl 2' STEEL G AWN -z_ PAPP CONDITION G n� _ '5' CHAIAI oxl+ X;a LINK FENCE 1 5 SS LAWN POOR CONDITIONG W 1BLOCK WALL 0a o4 + C+ CO 0- 0 13 .p RI IE I0 E 1093OHP 0823 N 081 63 E 081 83 w G LAWN G 33355E6E-G GOOD0CgpNDITION 0HP OHP IE 1085 83 SEE SHEET 23 VICINITY MAP W E 0 10 20 40 • Huibregtse, Louman Associates, Inc. CIVIL EN';INEEPINS LAND ;LIPVE 1111G • PLANNING .,1 N:r-- n 6.=n.= o 34 r- !Ir -_ JOB NUMBER. DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN- N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY MTB ENTERED BY BAA PLAN SHEET SHEET 24 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LENGTH VARIES NOTE. FOR VEHICLE 1' 0" TRAFFIC AREAS 1'-0" NOTE. FOR NON -VEHICLE TRAFFIC AREAS IRON VALVE BOX CAPS TO BE PROVIDED /-GROUND BY THE CITY SEE PLAN 3Z Et J FINISHED GRADE t6" r- , = a 1 1/2" HMA 3PG 648 CL 28 PAVED UNPAVED CAST IRON LID W/ "IRR" "IRRIGATION" Z o CL 3000 CEMENT CONCRETE FULL DEPTH OF PVMT AREAS FINISHED GRADE AREAS OR MIN. 6" THICK CL 3000 CEMENT CONCRETE CONCRETE /1/ '�-IIFITCI111TLI11IT1TL "�"' "^"- III-111-IIFIILIII=�IL111-1T'1 51i'115111 �511"' 1"=" =11511' NOTE. VALVE BOX TYPE VARIES USE w v 5 z o <0 TYPE 1 IN ALL TRAFFIC AREAS AND TYPE 2 IN NON -TRAFFIC AREAS. SEE DETAILS. ix w u> , LESS 1 1/2" /���//� .; � . • •,, IIEIIF EIT1=1 IFIII= -III=1 115III' II=1 1111 111 1=III= VIII --j �^ II=III= -IT1=1 1511E FOR LAWNS OR =1151 UNSURFACED AREAS, 11=III' INSTALL 5' DIA. =11L -I SCH. 40 PVC PIPE, 1111111E LENGTH AS REQUIRED II it I1t =1 - 'ti • ° • ;�i�i `�' LOCATING WIRE SECURE N `':<. <1.!i; < ���� <%%� i ; WILL VAION MAIN AND RY DEPENDING SERVICE ON PVC OR HDPE MAIN. SEE SERVICE CONNECTION DETAILS. 3/4" SERVICE PIPE SDR -9 OLYETHYLENE CTS 200 LB POLYETHYLENE- OR OR EQUAL. TYPICAL TO SIDE OF VALVE BOX AS APPROVED BY ENGINEER. w _ •//\\/\i!i i\ a UPPER TYPE % SECTION SLIDING C.I. VALVE BOX RICH MODEL 940 B, 8 INCHES HIGH) , 4 (R SECTION HT SLOPE TO DRAIN SLOPE TO DRAIN 9 \\ RRRR QUIREM NT VA IES EQUIREMENT VARIES) o p p '�- :�'.� -. 0 TYPICAL SERVICE \ 3/4» CURB STOP VALVE FOR NEW HDPE SERVICE PE PIPE FORD 666 333 G EXTEND FOR OR APPROVED EQUAL. EXISTING SERVICE EXISTING PIPE VARY USE REQUIRED FOR LEAK PROOF INSTALLATION LATERAL. CONNECTION TO PIPING. MATERIALS MAY FITTINGS AS A COMPLETE, CONNECTION. P 1� \1®\\ �r d TYPE 2 �`�SEE TYPICAL SERVICE INSTALLATION DETAIL VALVE BOX P I�i1\t� ����I d TYPE 1 VALVE SEE INSTALLATION BOX TYPICAL SERVICE DETAIL NOT TO SCALE NOT TO SCALE NOT TO SCALE VARIES - SEE PLANS 2" WIDE STAINLESS STEEL STRAP ROMAC SINGLE STRAP SERVICE SADDLE 101S 3 4" SERVICE / FOR 3/4" SERVICENINE PIPE i CAST IRON LID W/ 1 1/2" HMA CL 3/8" "IRR" OR "IRRIGATION" SAW CLASS 3000 CEMENT CONCRETE CUTA 2'_0" •j PES OFTH 1/2" PAVEMENT EXISTING CEMENT CONCRETE CURB & GUTTER TO REMAIN ► PROFILE GRADE POINT MATCH EXISTING VARIES 2.0% VARIES 2.0%GUTTER %%% 3% MAX. MIN EXISTING CEMENT CONCRETE CURB & TO REMAIN 11 SECTION HMA -N i ■ :. <vvwvvp<<��—✓/> �• >ii✓>i>i>ia> he TOP OF SUBGRADE / �— MIN 3% MAX. --D.- - - % ' 'rl; 6" MIN. LOWER SECTION (RICH MODEL R-36 36 -INCHES HIGH) 01��� IN CAST IRON LID W/ RR" OR "IRRIGATION" 1 • PAVEMENT TYPE C.I. VALVE BOX (RICH MODEL 940-B, 18 -INCHES HIGH) UPPER SECTION SLIDING VALVE NOTE. PROVIDE EXTENSION W PIECE REQUIRED II411 FOR VALVE BOX. (RICHE MODELWHERE 044, 12 -INCHES HIGH) 6" THICK CLASS -0„ 3000 CEMENT CONCRETE C EXCAVATION PAYMENT LINE 2" HMA CLASS 3/8" PG 64-28 NOTES.6" CRUSHED SURFACING - BASE COURSE 1 ALL THICKNESSES ARE COMPACTED DEPTHS. 2. CONTRACTOR WILL BE REQUIRED TO PAVE TYPICAL ROADWAY SECTION 414 ES NEW PVC IRRIGATIONHERE MAIN SERVICE CONNECTION FORD COUPLING FOR PVC C84-33 DETAIL NEW ROADWAY IN TWO (2) PASSES WIDTH OF PAVING PASS SHALL BE 15'). 3. EXCAVATION PAYMENT LINE SHALL BETWEEN EXISTING GUTTER LINES AND EIGHT INCHES OF DEPTH. MAX. (MIN. NOT TO SCALE BE (8) VARIES - SEE PLANS 6 NOT TO SCALE 3/4 -INCH HDPE 3/4" SERVICE �. .! ��' >OOO e'? N(c(c�/ n�. c0i D a 3 o N ¢ ' I. PROFILE GRADE POINT MATCH EXISTING VARIES 2.0% VARIES 2.0% MIN 3% MAX. --1.-- MIN/3% MAX. 0 o N < TAPPING TEE WITH FULL CIRCLE SERVICE SADDLE 6" MIN. LOWER SECTION (RICH MODEL R-36 36 -INCHES HIGH) 01010111611 NOT IN IRRIGATION MAINLINE : • TUPPER YPE C.I. ASECTION SLIDINGO (RICH MODEL 940-B, 18 -INCHES HIGH) VALVE NOTE. PROVIDEON WHEREREQUIRED_��� PIECE VALVE BOX. (RICH MODEL 044, PAVEMENT 12 -INCHES HIGH) VALVE BOX FUSED CONNECTION. SLIPLINING. A MINIMUM OF 2'-0" OF EXISTING RECEIVING PIPE, CENTERED ON 0J THE NEW SERVICE TEE, SHALL BE REMOVED IN ENTIRETY PROTECT NEW NEW INSERTION PIPE. IRRIGATION MAIN SERVICE CONNECTION FOR HDPE HDPE DETAIL .�.d "V EXCAVATION PAYMENT LINE 2" HMA CLASS 3/8" PG 64-28 4" CRUSHED SURFACING - BASE COURSE TYPICAL ALLEY SECTION NOT TO SCALE NOT TO SCALE NOT TO SCALE Hulbregtse, Lounnan Associates, Inc. g,L T. p. °�F"'a.�� ��, / `;I 4.,f_ ,-� 434872,-N. `" ••;'O\at. -,A 9/'s��/ �f JOB NUMBER 09041 DATE. 09-15 09 C CAPITOL IMPROVEMENTS I TY OF YAK HILL IRRIGATION - PHASE I MA SYSTEM 1 SHEET 25 OF 27 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CIVIL ENGINEEPING • L. -ID `_.uPVE,'ING • PLAI'INII-IG , PI,--L,,_1.c -, -nr, " .;, :1 DESIGNED BY• MTB ENTERED BY• BAA DETAILS E - - 'r, :4. -,2 I,r,• ; _ _ nI REVISION DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PAYMENT LINE LIMIT FOR ALL TRENCH SURFACING REPAIR 1'-0" PIPE 0.D. + 24" MAX. SEE DETAILS FOR SURFACING REPAIR THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH BACKFILL BEYOND THE LIMITS SHOWN, INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTOR'S OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE BEYOND THE PAYMENT LIMIT 1'-0" MAX. ,? / / NATIVE MATERIAL SHALL BE / USED FOR BACKFILL EXCEPT ROAD CROSSINGS SHALL BE BACKFILLED WITH SELECT BACKFILL AS DIRECTED BY THE CITY DETECTABLE MARKING TAPE PER SECTION 9-15.18 REQUIRED FOR ALL PIPE INSTALLATION BY TRENCHING ALTERNATE BACKSLOPE AT CONTRACTOR'S OPTION PIPE ZONE SUITABLE EARTH FOUNDATION CRUSHED SURFACING TOP COURSE SHALL BE USED FOR PIPE ZONE MATERIAL. NEW IRRIGATION MAIN OR SERVICE LINE. TYPICAL TRENCH SECTION NOT TO SCALE °PAYMENT LINE LIMIT FOR LL TRENCH SURFACING REPAIR 5'-6" SEE DETAILS FOR SURFACING REPAIR 1'-0" MAX. / ALTERNATE BACKSLOPE AT CONTRACTOR'S OPTION NEW 12" PVC IRRIG. NOTES. 404 � NEW 6" "- SUITABLE EARTH PVC IRRIG. FOUNDATION DETECTABLE MARKING TAPE PER SECTION 9-15.18 REQUIRED FOR ALL PIPE INSTALLATION BY TRENCHING 1 THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH BACKFILL BEYOND THE LIMITS SHOWN, INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTOR'S OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE BEYOND THE PAYMENT LIMIT 2. NATIVE MATERIAL SHALL BE USED FOR BACKFILL EXCEPT ROAD CROSSINGS SHALL BE BACKFILLED WITH SELECT BACKFILL AS DIRECTED BY THE CITY 3. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR PIPE ZONE MATERIAL. TYPICAL TRENCH SECTION W. CHESTNUT AVENUE STA 0+35 TO STA 5+30 NOT TO SCALE * AS DIRECTED BY ENGINEER. MAY VARY DEPENDING UPON GRADE OF SIDEWALK AND DRIVEWAY BEYOND CURB. DEPRESSED — TYPE D —{ 5 1/2 " 1/2" R 2% L/-1" R. 1" BATTER 1" R. �� 1/2" R 18" FULL HEIGHT — TYPE A STANDARD CONCRETE CURB & GUTTER NOT TO SCALE * PANEL SIZE MAY EXCEED 10' WHERE MATCHING EXISTING CONDITIONS OR AS DIRECTED BY THE ENGINEER. CONCRETE SfPa (qNs 2" COMPACTED DEPTH CSTC CONSTRUCTION JOINT • 4" THICK CONCRETE SLAB SECTION AT SIDEWALKS AND OTHER AREAS AS DIRECTED BY THE ENGINEER • 6" THICK CONCRETE SLAB SECTION AT DRIVEWAYS AND OTHER AREAS AS DIRECTED BY THE ENGINEER. ALL 6" THICK CONCRETE SLABS SHALL HAVE #4 REBAR AT 12" O.C. EACH WAY CONC. SLAB SECTIONS NOT TO SCALE NOTES. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS. THROUGH JOINTS ON EACH SIDE OF AND - AROUND EACH UTILITY APPURTENANCE. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. CONC. SLAB JOINTING NOT TO SCALE HMA PATCH 1'-0" PAYMENT LIMITS EXCAVATION 1'-0" PAYMENT PAYMENT LINE ISYMMETRICAL ABOUT OF PIPE EXISTING PAVEMENT SURFACING DEPTH VARIES 1'-0" (MIN) 1.1,111111111111=, MEW HOT MIX ASPHALT \, SELECT BACKFILL (BASE COURSE) \ ALTERNATE BACKSLOPE �\ AT CONTRACTORS OPTION PERMANENT HOT MIX ASPHALT SURFACING TRENCH REPAIR, TYPE 1 ALLEYWAYS, DRIVEWAYS, AND OTHER AREAS DIRECTED BY THE ENGINEER. • 2" HMA CL 3/8" PG 64-28 • 6" CSBC TRENCH REPAIR, TYPE 2 STREETS AND OTHER AREAS DIRECTED BY THE ENGINEER. • 3" HMA CL 3/8" PG 64-28 • 6" SELECT BACKFILL (CSBC) 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING OPERATIONS. REPLACE TO MINIMUM THICKNESS SHOWN. IF EXISTING GROUND SURFACE ADJACENT TO TRENCH DOES NOT INCLUDE SILT OVERBURDEN, THEN BACKFILL TO SURFACE WITH NATIVE MATERIAL EXCAVATED FROM TRENCH. GRAVEL REPAIR PAYMENT LIMITS 1'-0 EXCAVATION 1'-0"1 PAYMENT LINE EXISTING GRAVEL SURFACING DEPTH VARIES (MIN) 2" CRUSHED SURFACING TOP COURSE GRAVEL SURFACING UNSURFACED REPAIR 1'-0" PAYMENT LIMITS EXCAVATION PAYMENT UNE • 1'-0" SURFACING REPAIR NOT TO SCALE UNSURFACED AREAS ALTERNATE BACKSLOPE AT CONTRACTORS OPTION \s EXISTING GROUND ALTERNATE BACKSLOPE AT CONTRACTORS OPTION NOTES. 1 CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTORS OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR SURFACE REPAIR BEYOND THE PAYMENT LIMITS. 2. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR TRENCH SURFACING REPAIR IN UNSURFACED AREAS. 0 0 0 0 m 2" HDPE IRRIGATION MAIN. 2" FPT x SLP COUPLING. 2" BRASS THREADED BALL VALVE W/ TEE HEAD (FORD B11-777-2 OR APPROVED EQUAL) 2" G.I. NIPPLE, TYPICAL. 2" G.I. UNION. 2" x 2" x 1" G.I. TEE. 2" G.I. 45' ELBOW 2" G.I. PIPE. PLAN 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" 12" MIN. DEPTH DRAIN ROCK BELOW VALVE BOX. 2" G.I. 13.0 PIPE CAST INTO NEW CEMENT CONCRETE CURB AND GUTTER. 1" G.I. NIPPLE. 1" BRASS THREADED BALL VALVE W/ TEE HEAD 2'-0" O I1=�'1-1 I 1=IIIII-T1IIIIIOO ©/ Oo III- 1 =0 ,QIS Dap 000 =1IFII D 1tF_III=0p0° I1=11 00 0 ISI LI VIII=11L-I11=111-111 111=111=111=111-1' 21E11 E-311E11EI 11=1 11=1 I FI 11=11 1=1I B 11=1 I r E=1 1=1 1=1111=1 L-1 rl 1 1-11 H I H I I=11 C-1 F _ Oo0 0g0 00 00 - 11E111E11, 1-11 —Hr OODa111iiir 0°0 III=i 000 000o SECTION A—A 0 2" MAX . ABOVE FLOWLINE E BLOW OFF/ FLUSHING VALVE DETAIL NOT TO SCALE •ot Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND =UPVE 1 INS • PLANNING ' En_c o •j, r- -J. , .n =-.n JOB NUMBER. DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE DESIGNED BY' MTB ENTERED BY BAA DETAILS SHEET 26 OF 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INSTALL NEW ®ire 12" PVC PIPE REMOVE EXISTING 2" AIR RELEASE VALVE AND PIPE INSTALL NEW LEAKSEAL GROUT TO SEAL AREAS BETWEEN NEW PIPE AND EXISTING CONCRETE WALL OF BOX. CONNECT NEW 2" PVC PIPE TO 12" PIPE WITH ROMAC S.S TAPPING SADDLE. INSTALL GROUT PAD FOR PIPE SUPPORT AS REQUIRED 41111 4r REMOVE EXISTING 12" GATE VALVE. CUT AND REMOVE MIN. 3 L.F PIPE OUTSIDE BOX. FILL PIPE PENETRATION WITH CONCRETE AND CAP PIPE. REMOVE EXISTING 2" AIR RELEASE VALVE AND PIPE II II it II it II II II II II II 11 1I 1 INSTALL NEW 12" PVC PIPE REMOVE EXISTING 10" STEEL PIPE, GATE VALVE, AND APPURTENANCES. REMOVE EXISTING 8" GATE VALVE. CUT AND REMOVE MIN. 3 L.F PIPE OUTSIDE BOX. FILL PIPE PENETRATION WITH CONCRETE AND CAP PIPE. `N--SAWCUT AND REMOVE EXISTING ASPHALT AS REQUIRED BY CONSTRUCTION. PROVIDE HMA TRENCH REPAIR. REMOVE EXISTING 2" G.I. PIPE FLUSH TO BOX AND PLUG WITH GROUT IRRIGATION HEADWORKS BOX - PLAN VIEW REMOVE AND REPLACE CONCRETE SEAL AS REQUIRED FOR CONSTRUCTION INSTALL NEW 12" PVC PIPE, LEAKSEAL, AND GROUT CONNECT NEW 2" PVC PIPE TO 12" PIPE WITH ROMAC S.S. TAPPING SADDLE. INSTALL GROUT PAD FOR PIPE SUPPORT AS REQUIRED EXISTING CONCRETE SPILLWAY NEW 2" PVC PIPE EXTENDED 6" BELOW TOP OF CONCRETE BOX ** DIMENSIONS SHOWN ARE APPROXIMATE, CONTRACTOR SHALL VERIFY REMOVE EXISTING 8" GATE VALVE. 'N-SAWCUT AND REMOVE EXISTING ASPHALT AS REQUIRED BY CONSTRUCTION. PROVIDE HMA TRENCH REPAIR. REMOVE EXISTING 10" STEEL PIPE GATE VALVE, AND APPURTENANCES. IRRIGATION HEADWORKS BOX SECTION - FACING WEST 0 bo CLASS 3000 CONCRETE POURED IN PLACE FORM CONCRETE TO ALLOW REMOVAL OF BOLTS UNDISTURBED EARTH TEES CLASS 3000 \ CONCRETE POURED IN PLACE ,//\ \ UNDISTURBED EARTH' //\ /\ SIDE VIEW THIS VIEW TYPICAL OF ALL BLOCKING MINIMUM END AREAS PIPE SIZE (D) TEES & PLUGS 90' BENDS 45' BENDS 11 1/4' AND 22 1/2' BENDS 6" 5.1 SO FT 7.2 SQ FT 3.9 SQ FT 2.0 SQ FT 8" 8.8 SO FT 12.4 SO FT 6.7 SO FT 3.4 SQ FT 10" 14.3 SO FT 20.2 SO FT 11.0 SO FT 5.6 SQ FT 12" 20.4 5Q FT 28.9 SQ FT 15.7 SO FT 7.9 SQ FT 14" 27 7 SQ FT 39.2 SQ FT 21.2 SO FT 10.7 SO FT 16" 35.8 SQ FT 51.2 SQ FT 27.5 SQ FT 13.9 SQ FT 110 SQUARE STEEL PLATE - PLUG (USE MECHANICAL CAP 1/4" THICK __ FOR SLIP JOINT PIPE) CLASS 3000 CONCRETE POURED 2 IN PLACE UNDISTURBED EARTH -\ PLUGS AND CAPS NOTES. 1 D IS APPROXIMATE PIPE DIAMETER. THE ABOVE END AREAS ARE BASED ON AN ALLOWABLE SOIL BEARING PRESSURE OF 1500 PSF AND 250 PSI TEST PRESSURE. 2. DIMENSIONS LISTED DENOTE MINIMUM STANDARDS FOR SOIL AND TEST PRESSURES SHOWN. SHOULD TEST PRESSURE AND/OR SOIL CONDITIONS VARY, THE CONTRACTOR SHALL CONTACT THE ENGINEER FOR SPECIAL THRUST BLOCK DESIGN. 3. ALL FITTINGS AND/OR PIPE MAKING DIRECT CONTACT WITH CONCRETE SHALL BE WRAPPED WITH 4 MIL POLYETHYLENE SHEETING PRIOR TO PLACEMENT OF CONCRETE. TYPICAL THRUST BLOCKING NOT TO SCALE FORM CONCRETE TO ALLOW REMOVAL OF BOLTS =Vr ' . L/2± \ //- ////// EARTH UNDISTURBED \/\\/\�� ENDS CLASS 3000 CONCRETE POURED IN PLACE REBAR STRAP W/ STD HOOK COAT AS PER SHACKLE / RODS VERTICAL OVERBEND VERTICAL OVERBEND PIPE SIZE (0) 22 1/2' BEND 45' BEND REBAR SIZE L 6'• 20 CU FT 39 CU FT #5 2.0 FT 8" 34 CU FT 67 CU FT #5 2.0 FT 10" 56 CU FT 110 CU FT #5 2.0 FT 12" 79 CU FT 157 CU FT #6 2.5 FT 14" 107 CU FT 212 CU FT #7 3.0 FT 16" 139 CU FT 275 CU FT #9 4.0 FT REMOVE EXISTING STEEL LID AND INSTALL NEW ALUMINUM DOUBLE DOOR, SPRING ASSISTED ACCESS HATCH. VERIFY DIMENSIONS PRIOR TO CONSTRUCTION. 4 2 EA NEW 2" PVC PIPE EXTENDED 6" BELOW TOP OF CONCRETE BOX FOR NEW 12" PIPES. INSTALL STAINLESS STEEL SUPPORT TO CONCRETE WALL WITH FITTINGS AS REQUIRED 18 MIN REMOVE EXISTING 211 AIR RELEASE VALVE AND PIPE NEW 12" PVC PIPE REMOVE EXISTING 2" G.I. PIPE FLUSH TO BOX AND PLUG WITH GROUT SAWCUT AND REMOVE EXISTING ASPHALT AS REQUIRED BY CONSTRUCTION. PROVIDE HMA- TRENCH REPAIR. 6° INSTALL GROUT PAD FOR - SUPPORT AS REQUIRED NEW 12" PVC PIPE IRRIGATION HEADWORKS BOX SECTION - FACING NORTH CAPITOL HILL/LOMA VISTA IRRIGATION HEADWORKS BOX S. 18TH AVENUE/ W CHESTNUT AVENUE NOT TO SCALE SURFACING SEE PLANS S = -0.02 FT/FT i�4,4��i�' COMPACTED EARTH ��i0i0i0 p. COLD JOINT TYPE A CURB 1 /AND GUTTER 2" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" THICK SIDEWALK SECTION MATCH BACK OF SIDEWALK GRADE UNLESS DIRECTED OTHERWISE BY ENGINEER. SIDEWALK BEYOND S = -0.02 FT/FT p•p00�`/��`���`��\/.p✓ COMPACTED EARTH 2" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE COLD JOINT TYPE D CURB AND GUTTER 6" THICK CONCRETE APPROACHES AT DRIVEWAYS NOTE. 1 DRIVEWAYS ARE CONCRETE APPROACHES PER SECTION 5-05.3(18) 2. DRIVEWAY CONCRETE SHALL DEVELOP 2500 PSI STRENGTH IN 3 DAYS. SIDEWALK SECTIONS NOT TO SCALE 1110 9 Huibregtse, Lowman Associates, Inc. CIVIL ENSIb1EEPIl'b; • LAPID ',UPVE (INS; • PL>NNIN, 11r - o • 67 JOB NUMBER DATE. 09041 09-15-09 FILE NAMES. DRAWING. 09041 dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS - PHASE 1 REVISION DATE - DESIGNED BY ENTERED BY MTB BAA DETAILS SHEET 27 OF 27 AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND HUIBREGTSE, LOUMAN ASSOCIATES, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this 19� day of I4/}Q(1}f , 2009, by and between the City of Yakima, Washington, with principal offices at 129 North Second Street, Yakima, WA 98901, hereinafter referred to as "CITY", and HUIBREGTSE, LOUMAN ASSOCIATES, INC., 801 North 39th Avenue, Yakima, WA 98902 and which corporation and its principal engineers performing this Agreement are licensed and registered to do business in the State of Washington, hereinafter referred to as "ENGINEER," for CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENT PROJECT, CITY PROJECT NO. IR2257 (approximately 25,000 linear feet of pipeline replacement) Design Services, herein called the "PROJECT." WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with expertise and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ENGINEER agree as follows: SECTION 1 INCORPORATION OF RECITALS 1.1 The above recitals are incorporated into these operative provisions of the Agreement. SECTION 2 SCOPE OF SERVICES 2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both parties, duties of ENGINEER shall not be construed to exceed those services specifically set forth herein. 2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign Michael T. Battle, PE, as Project Manager and Principal -in -Charge throughout the term of this Agreement unless other personnel are approved by the CITY. 2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled "CITY OF YAKIMA — CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENT PROJECT, CITY PROJECT NO. IR2257" (WORK) which is part of this Agreement as if fully set forth herein. 2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by ENGINEER can be defined in detail at the time this Agreement is executed, and that additional WORK related to the Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions, of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price G:IPROPOSALS12009\City of Yakima\Capitol HiMPROFESSIONAL SERVICES AGREEMENT -with xls link.doc Page 1 and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly. 2.2.2 Compensation for each such request for Additional Services will be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit B and, if so authorized, shall be considered part of the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing. 2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date of receipt by the ENGINEER of the written notification of change or of providing services related to an asserted change, whichever is earliest. SECTION 3 CITY'S RESPONSIBILITIES 3.1 CITY -FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEERS performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 3.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this Agreement. CITY'S Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions therefrom. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in Exhibit A, compensation shall be according to Exhibit C - Schedule of Specific Hourly Rates on a time spent basis plus reimbursement for direct non -salary expenses. 5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary G:\PROPOSALS\2009\City of Yakima \Capitol Hill\PROFESSIONAL SERVICES AGREEMENT -with xls link.doc Page 2 transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging; laboratory tests and analyses; printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY - requested and PROJECT -related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary Expenses are shown in Exhibit B. 5.1.1.1 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ENGINEER and each of the Subconsultants in connection with PROJECT WORK; provided, as follows: • That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company orindividually owned vehicles for that portion of time they are used for PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation. • That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person. This rate may be adjusted on a yearly basis. • That accommodation shall be at a reasonably priced hotel/motel. • That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.1.2 Telephone charges, computer charges, in-house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates. 5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for engineering, architecture, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1.10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. Estimated Subconsultant costs are shown in Exhibit B. 5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed that amount set forth in Exhibit B. The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 5.3 The ENGINEER will use its best efforts to submit to the City's Representative by the 10th day of each calendar month an invoice for payment for PROJECT services completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required. G1PROPOSALS\2009\City of Yakima Capitol HiU\PROFESSIONAL SERVICES AGREEMENT -with xls link.doc Page 3 5.4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less; provided, however, that no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 39.76.020(4). 5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the ENGINEER of a release of all known claims against CITY arising under or by virtue of this Agreement, other than such claims, if any, as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein. 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ENGINEER 6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all plans, design, drawings, specifications, reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional compensation, correct or review any errors, omissions, or other deficiencies in its plans, designs, drawings, specifications, reports, and other services. The ENGINEER shall perform its WORK according to generally accepted civil engineering standards of care and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits. 6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof andwill not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.4 INDEMNIFICATION: (a) • ENGINEER agrees to indemnify, defend, and hold the CITY harmless from loss, cost, or expense,including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subconsultants in connection with. the PROJECT. In the event that any lien is placed upon the property of the CITY or any of the CITY'S officers, employees, or agents as a result of the negligence or willful misconduct of the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond or otherwise. G:\PROPOSALS\2009\City of .Yakima Capitol H011PROFESSIONAL SERVICES AGREEMENT -with xls link doc Page 4 (b) CITY agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CITY, its employees, or agents in connection with the PROJECT. (c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. 6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or other employee benefit acts. The ENGINEER waives its immunity under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by the ENGINEER and the CITY as evidenced by their specific and express initialing of this paragraph. ENGINEER'S INITIALS CITY'S INITIALS 6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of ,a contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for the safety of construction work, or for compliance by contractors with laws and regulations. CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEERS officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable standard of professional care and judgment in such investigations. SECTION 7 PROJECT SCHEDULE AND BUDGET 7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall be as set forth in this Agreement and attachments. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen (15) days after execution of this Agreement. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks and the completion date for the entire PROJECT shall not be extended, nor the budget increased because of any unwarranted delays attributable to the ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ENGINEER which could not be reasonably anticipated. 7.2 Not later than the tenth day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants G.\PROPOSALS \2009\City of Yakima \Capitol Hill\PROFESSIONAL SERVICES AGREEMENT -with XIS link doc Page 5 on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. SECTION 8 REUSE OF DOCUMENTS 8.1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf of the CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs including, but not limited to, litigation expenses and attorney's fees arising out of or related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees where caused by the ENGINEER's own acts or omissions. 8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be vested in the CITY. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The ENGINEER, including its subconsultants, shall maintain books, records, documents and other evidence directly pertinent to performance of the WORK under this Agreement in accordance with generally accepted accounting principles and practices consistently applied. The CITY or the CITY'S duly authorized representative, shall have access to such books, records, documents, and other evidence for inspection, audit, and copying for a period of three years after completion of the PROJECT. The CITY shall also have access to such books, records, and documents during the performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ENGINEER'S WORK and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGINEER. 9.4 The ENGINEER shall ensure, that substantially, the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10.1 Prior to beginning WORK under this Agreement, ,the ENGINEER shall provide Certificates of Insurance satisfactory to the CITY as evidence that policies providing the following coverage and limits of insurance are in full force and effect. The CITY and the CITY'S officers, principals, employees, representatives, and agents shall be designated as additional insured on all such policies except for professional liability and Worker's Compensation. Such insurance shall be primary to the extent covered as additional insureds and other insurance maintained or carried by the CITY shall be separate and distinct and shall not be contributing with the insurance listed hereunder. 10.1.1 Comprehensive general liability insurance, including personal injury liability, blanket contractual liability, and broad -form property damage liability coverage. The combined G \PROPOSALS \2009\City of Yakima \Capitol Hd11PROFESSIONAL SERVICES AGREEMENT -with xls link doc Page 6 single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence. 10.1.2. Automobile bodily injury and property damage liability insurance covering owned, non - owned, rented, and hired cars. The combined single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence. 10.1.3. Statutory workers' compensation and employer's liability insurance as required by state law. 10.1.4. Professional liability insurance. The limit of liability shall be not less than 1,000,000. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its officers, employees, agents, and representatives thereunder. The CITY and the CITY'S officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner so as to affect the rights of the City thereunder until thirty (30) days after written notice to the CITY of such intended cancellation, expiration, or change. SECTION 11 SUBCONTRACTS 11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld. Each subcontract shall be subject to review by the .,CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11.3 CITY hereby authorizes the ENGINEER to subcontract with the persons and firms listed below: None anticipated. 11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto. SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto. This Agreement may not be assigned by CITY or ENGINEER without prior written consent of the other, which consent will not be unreasonably withheld. SECTION 13 INTEGRATION 13.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. G.\PROPOSALS\20091City of Yakima \Capitol Hill\PROFESSIONAL SERVICES AGREEMENT -with xls link doc Page 7 SECTION 14 JURISDICTION AND VENUE 14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of. litigation arising from this Agreement shall be in that state. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes shall be Yakima County, State of Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 In connection with the Services under this Agreement, ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the WORK shall be extended by the number of days WORK is suspended. If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate WORK on the suspended portion of Project in accordance with SECTION 17. SECTION 17 TERMINATION OF WORK 17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under. this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity. for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. 17.2 In addition to termination under subparagraph A of this Section, CITY may terminate this Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. 17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the WORK itself or of employing another firm to complete it. Under no circumstances shall payments made under this provision exceed the contract price. In the event of default, the ENGINEER agrees to pay CITY for any and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said default. This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. 17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ENGINEER G:\PROPOSALS\2009\City of Yakima \Capitol Hill\ PROFESSIONAL SERVICES AGREEMENT -with xls link.doc Page 8 reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 17.5 Upon receipt of a termination notice under subsections 17.1 or 17.2 above, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, and materials as the ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same. 17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall have no responsibility to prosecute further WORK thereon. 17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined that the ENGINEER has not so failed, the termination shall be deemed to have been effected for the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 17.4 of this Section. 17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17.3 of this Section. SECTION 18 ARBITRATION 18.1 All claims, counterclaims, disputes, and other matters in question arising out of, or relating to, this AGREEMENT or the breach thereof may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. Either CITY or ENGINEER may initiate a request for such arbitration, but consent of the other party to such arbitration shall be a necessary precondition to arbitration. SECTION 19 NOTICE 19.1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee -party, or seventy-two hours after mailing by certified mail to the place of business set forth below, whichever is earlier. CITY: City of Yakima 2301 Fruitvale Boulevard Yakima, WA 98902 Attn: Mr. David Brown, Water and Irrigation Manager ENGINEER: HUIBREGTSE, LOUMAN ASSOCIATES, INC. 801 North 39th Avenue Yakima, WA 98902 Attn: Jeffrey T. Louman, PE, President IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. G:\PROPOSALS\2009\City of Yakima \Capitol HIM PROFESSIONAL SERVICES AGREEMENT -with xis link.doc Page 9 CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Signat Printed Name: R.A. Zais, Jr. Printed Name: Jeffrey T. Louman Title: City Manager Title: President Date: 03 -M -D1 Date: ..3/4:10 9 G.\PROPOSALS\2009\City of Yakima\Capitol Hill\ PROFESSIONAL SERVICES AGREEMENT -with xls link doc Page 10 STATE OF WASHINGTON ) ) ss. COUNTY OF YAKIMA ) I certify that I know or have_satisfactory evidence that R.A. ZAIS, JR. is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: Seal or Stamp s9t-(Ar gegavu (Signature) Title Cteld-ctir S; ya /Q. elaa /e Printed Name My commission expires: "CI G:\PROPOSALS\2009\City of Yakima\Capitol RIR PROFESSIONAL SERVICES AGREEMENT -we xls link.tloc Page 11 STATE OF WASHINGTON ) ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that JEFFREY T. LOUMAN, PE, is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument, and acknowledged it as the President of Huibregtse, Louman Associates, Inc. to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: .3/// / O Seal or Stamp (Signature) Title er, L Printed Name My commission expires: ' c -i --c_)` --t o )Av - - as:j G:\PROPOSALS\2009\City of Yakima\Capitol Hill \PROFESSIONAL SERVICES AGREEMENT -with xls link.doc OcT. / 2cel Page 12 EXHIBIT A CITY OF YAKIMA — CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENT PROJECT, CITY PROJECT NO. IR2257 SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima — Capitol Hill Irrigation System Improvement Project This scope of work shall include the furnishing of all services, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter. The work to be performed involves design engineering, preparation of plans, specifications, and estimates for up to two (2) stages of work as shown on Exhibit D. 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 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, dravyings, proposals, and other documents presented by the ENGINEER and render decisions in writing pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. • CITY shall advertise for meetings and pay for all costs incident thereto. • CITY shall make contact with and provide information to all affected property owners and coordinate required meetings. • CITY shall obtain approval of all governmental authorities having jurisdiction over the Project and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 1. PROJECT MANAGEMENT A. Project Management. The project manager will coordinate ENGINEER's design team to ensure that the work is completed on schedule, is technically competent, and meets the CITY's needs. The project manager will provide overall project management for ENGINEER's work elements. B. Project Meetings. Attend up to two.(2) project meetings in Yakima with CITY Staff'to coordinate the design aspects of the project with the CITY. C. Public Meetings. Attend up to two (2) neighborhood meetings in support of the CITY to address technical aspects of the work related to final design and preparation of plans and specifications for the Project. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Perform field investigations and field surveying necessary.to design the project. G \PROPOSALS\2009\City of Yakima \Capitol Hill PROFESSIONAL SERVICES AGREEMENT -with xls hnk.doc Page 13 . 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. It is anticipated that only plan view and details will be prepared and no vertical views or profiles are included. E. Furnish the CITY thirty (30) copies of the final Plans and Specifications for bidding and construction for each stage of work. It is anticipated two (2) sets of contract documents will be prepared to accommodate two (2) stages of construction work. F. Furnish to the CITY engineering data for and assist in the preparation of the required documents so that the CITY may secure approval of such governmental authorities as have jurisdiction over design criteria applicable to the Project. G. Answer and supply such information as is requested by prospective bidders. H. Prepare and issue addenda, if necessary. Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process. K. Prepare tabulation of all bids received by the CITY and review bidder's qualifications. L. Make recommendation of construction contract award to the lowest responsible bidder. The following professional services work for this project (SERVICES DURING CONSTRUCTION) is provided for information only at this time. The scope and cost of SERVICES DURING CONSTRUCTION professional services are intended to be negotiated and incorporated into this agreement by supplement/addendum at a later date with the mutual agreement of CITY and ENGINEER: 3. SERVICES DURING CONSTRUCTION A. Furnish the field survey crew necessary to set horizontal and vertical control for the improvements authorized for construction. B. Furnish a qualified resident engineer who shall make construction observations and be on the job at all times that significant work is in progress, whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Specifications. C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. D. Consult and advise the CITY during construction and make a final report of the completed work. E. Monitor the construction contractor's compliance with State labor standards. F. Review Contractor's submission of samples and shop drawings, where applicable. G. Recommend progress payments for the construction contractor to the CITY. H. Prepare and submit proposed contract change orders when applicable. Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the CITY's construction contractor. G\PROPOSALS12009\City of Yakima\Capitol Hill\PROFESSIONAL SERVICES AGREEMENT -with xis link doc Page 14 EXHIBIT B CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENT PROJECT CITY PROJECT NO. IR2257 Professional Fees Compensation for professional services will be on a time spent basis at the specific hourly rates shown on Exhibit C, plus reimbursement for direct non -salary expenses. The following spreadsheet shows the estimated time and expenses to perform design engineering, plans, specifications, and estimate for this work. The maximum amount 'of compensation to the ENGINEER for this work will be $186,560. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. Project Title Capitol Hill Irrigation System Improvement Project, City Project No. IR2257 (2 Stages) Client: City of Yakima Job Number: 09041 Date: 12 -Mar -09 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 Hours Task Direct Costs $148 $101 $136 $89 $161 $59 1 PROJECT MANAGEMENT A Project Management 32 64 0 0 0 16 112 $12,144 B Project Meetings 16 16 0 8 0 8 48 $5,168 2 DESIGN AND FINAL PLANS, SPECIFICATIONS & ESTIMATE A Field investigations and field surveying 12 40 24 48 292 0 416 $60,364 B Perform the preliminary design 32 144 12 304 12 16 520 $50,844 C In-house project review, quality control 6 18 8 8 0 6 46 $4,860 D Incorporate Agency review comments 6 36 0 48 0 6 96 $9,150 E Final design, Plans, and Specifications 16 64 8 160 8 12 268 $26,156 F Furnish copies of Plans and Specifications 2 6 0 0 0 6 14 $1,256 G Furnish engineering data for approvals 4 8 0 0 0 4 16 $1,636 H Answer bidders questions 4 12 0 0 0 0 16 $1,804 I Prepare and issue addenda 4 8 0 12 0 8 32 $2,940 J Prepare Estimate of construction cost 4 8 0 8 0 4 24 $2,348 K Attend bid opening 4 8 0 0 0 0 12 $1,400 L Prepare tabulation of bids 2 4 0 0 0 6 12 $1,054 M Make recommendation of contract award 2 4 0 - 0 0 4 10 $936 Labor Subtotal 146 440 52 596 312 96 1642 $182,060 EXPENSES: Cost $/hr Ground Days Miles Travel: Mileage $0 40 0 $0.00 Meals/Lodging $0.00 Misc. Expenses: Advertisement $3,000.00 Telephone Postage Outside Printing $1,500.00 Sub -Consultants: None Anticipated $0.00 Mark-up 1.1 • $0,00 Subtotal - Labor $182,060.00 Subtotal - Expenses $4,500.00 Subtotal - Subconsultants $0.00 Total - DESIGN AND FINAL PLANS 8 SPECIFICATIONS $186,560.00 G:\PROPOSALS\2009\City of Yakima \Capitol Hill \PROFESSIONAL SERVICES AGREEMENT -with xis hnk.doc Page 15 EXHIBIT C SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2009, Through December 31, 2009) Licensed Principal Engineer $148.00 per hour Licensed Principal Land Surveyor $136.00 per hour Licensed Professional Engineer $123.00 per hour Licensed Professional Land Surveyor $112.00 per hour Project Engineer $101.00 per hour CAD Technician $89.00 per hour Resident Engineer/Inspector $84.00 per hour Surveyor $84.00 per hour Senior Engineering Technician $84.00 per hour Engineering Technician $59.00 per hour Word Processing Technician $59.00 per hour Two Man Survey Party $161.00 per hour Three Man Survey Party $210.00 per hour Vehicle Mileage $0.40 per mile Global Positioning Survey System Fee ,$78.00 per hour G:\PROPOSALS\2009\City of Yak ima\Capitol Hill\ PROFESSIONAL SERVICES AGREEMENT -with xls link.doc Page 16 11.11 IF iiii'i,,ilir7,11;i7,fi;i'„ „!i..; ;•..isi gtiF, ,,L , '' 1 41''''1: ' i e ;'L' °t14 . ' '"7 r .7.'•-• - -..;P -xt .„-..,..* ' ...mg b I° .!'1'-'11 i . ... * 1 I 1 x. -.or.. ''' r t...,,J., .- g° tpli, ,... Nei tar .11351 . , ,., , • V .. i s L t .is '"... 4. 2-11i 11. t'll ; -.11.1 tllilliir '` ''''' ' .' I II 1 4,14," ,.,', i i ii 6 , t • - ' 41 ' a ' , 111 tile - . , ._ .",----'7. -...` - ;.:.. tin- lip- pi or , • ., cMi io* Or !t" 14 - 6 1 irawr t - r ‘IL - Ifira 4 - • wen _ _ "". •- I L., IF4.- f.44, ,.• pit •z• ,111. .....1...4 — iii -.4 . ,...1.... *--- --- E,. .1i:.1..... ii 1. 4.-19 ip. ... 1,-,,,a., .of: .- . - •-„. , k. ,.....-•. 0 "..-. ,,J911 t la J • '.- id. .. ,4' , lir -• ir 1.. W.f...., i IR ! - *CO fir Iry NIL c• --- IV ' ris mg 'r 4. --,..w,,,,, - -.." II ,-,.:_• • ,,,,,,,,,,e,., , Li. .„. .... 410.... • fr--; •tew.. 0.411,-, i.r.c .14t? . i is le glill ri1IF-4, 4W4t, 4t, A .i• , r..-. ,...-1 gi., Bell St ren St -C CO (1) a) 77 1 cr) 49 co \14 °lest Terrace St Capitol Hill Irrigation Project Location 14 \No's' W Walnut St 41) tr1 S9c''/Ge - .00 ,0011 lsivoe' -•s • 1.-. C2..--, 4.. .„,.. 'lark\ 1111K,E. .s . 1 I. •IE 41:11be "AI= ', 111 • au, _... 1 CD • so • •,, W Spruce St . pit Is. tom , •uir ,, '-- ,cd10- -*":...,4.‘,-. e...... : • , r , ,-1.1113417. 1,t ,0 '•• .4'-' 1-1 11: ,' •PT. ' 4 ,'., '-e- • •.4Wi'•th.. 'I 7 v . 4,, •- • 1 . ' . - I •- .. -. - ,.--- • — , -•, w!Ac .-,,.. ,. ,r _-: -•••• -91r. • , Ira° • ', • ..-- • -.1‘.--' ;'''''; ; a, ' ..„ • • IX : . ')I- Po 1 • .- :',' 11P 1 . . as ••• , ._. t,,•-• . , ., ..a. 1' da ' .7- ma .:_.. - 6,"• L.1...r.i• , 11.*. '1412, ,, • • 1 1 n - 1. • • 6 lia' - -1•11 . , g a - . &,, a - 1•0111 : I 0 •••,111. r .., • IL, . , a a 4,? 17I• - II: 41•• &Nib ' , irt c 'c'' j ‘1 - - " ..._ ._ . v. 7.. ' :.• 111114 t." • r . -.......... .. - . _ . , Ir, r It .,' jz 7 • - --Q...' 41 1-1G. • 1 - _ ••• , • , -1-, • • 'am . It .". • IIP 1. .-m ' ‘,.--,—. . _ ., .--Ve.. . . ---- -. • , 7- 44. ... - acc • aci., .1. •, • • , ... ; ,. sir ,.. . 1.111-.. ,:•.i",....- NOM VI ,, 1 le, i „ar 1 m• ,, 1,3 04 • 22 42 r -i. .. ......„ -iiii. :• - '' An .r, me ' -......11 f . MU r for ,--_c., , st aaan L.,:;,,,„ , . 9 . .4, ., 1 , . &.,,,,-, .. .c , ., imi• ammo' , - rw 1 -yew cavr.. , ' T . --"110 , - ...- ... 6. 2 .. ..•, -.A.. •""4 ' 1!!!! 9 ."......- p', IP 1 '111ii la ; ' - 1 '''11E 4 . ..._.....• -„, 4 • ' c elle:- Pa' ...et ,- " pi „ et -1; (-•[:.1.' 1/1 • it :IP .. _ • .._ . - -, • • 1-_, 1 .. Ulvi•-: -:-•.- :.- .4. c -4-;1, ip', ; .cou'L':,•.i art i ;---„c: t....‘, ,Aso' -.27-.::1 .11r_ I ',.:•--„,, -_, ,-. i. -4, .-•1-1 ,IF.:.,. • -7. • .....,- ._ -. • Cr-. 4 ...1. i - ma 'nein _ - _. . ar ' -,it.la :-•••• '1 ' .1. . •••• . , 111. -In • •1 .41 ,„I‘X, , W3'.., °La . a. ., r, . ,o• ...ri - gc.-...• 'MI ' r .1* : ale, i . -niP, • i , a _ '" • f.•f ..,, . 4t. -...,t MP •, ii_ g- --..? m a ft , ,_.,.. ' , It • • •ila' .• .0 air' - 1 • •••• 1 • a Q.,agg m me • ".1 it , • -* , at•-gl, :, ' ..,, EL: "-al • ,.. . --• iii, .0P., ..,&.;,' ccor., — it, •«; c y....?., ..?4,‘ - 1:•10r1 icl i - . .0.11111.. a - 1, a -ern, - - ' • " a 1 •S lib! )m• •_,..- - -c- ••`-si, - c -c, i am '' cgsf.,.: ••:- . vo. - ,... A...di*: , r -.• - -tt '.. - Tr I! iip. a • 4IN r Ran ' ' . 'l '',..„_." '''."- .„„..,... , ' , L• 'r .•)011 - ' •; -11.7 a i gro - ....... , " Ilk ••• . ••••• . -Mb 7 ,•••••• ,... ' F1. -Z, ,,...« nir :VC. " ip,* , .7;1, ,t P•as - -at:- ii.. 2 .., . MIR :..11911 2 1.-2 .,.: 1! le, -1 •,.' 300 600 Feet • Hulbregtse, Louman Associates, inc. • CML ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •10•1,a, WA 98902 (509) 966-7000 • FAX (509) 985-3800 City of Yakima Capitol Hill Irrigation Project Exhibit D Project Vicinity Map HLA Project No. 09041 P. a rcview/2009/09041/09041.mxd 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 19th day of March, 2009, 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: Capitol Hill Irrigation System Improvements, Phase 1 - Engineering Services During Construction. 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 basis with estimated fees shown on the attached Addendum No. 1 Exhibit B at the ENGINEER'S normal hourly billing rates shown on Exhibit C of the original agreement. IN WIT SS WHEREO the parti-s hereto duly enter into and execute this Addendum No. 1, as of this day of • _ 2009. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Printed Name: R.A. Zais, Jr. Title: City Manager Date: Attes ty Clerk City Contract No. Resolution No. Signa re Printed Name: Jeffrey T. Louman Title: President 9ll/09 Date: 2009-38 R-2007-33 G:\PROJECTS\2009\09041\APS Addendum No. 1.doc S H\^` Page 1 of 6 ADDENDUM NO. 1 EXHIBIT A CITY OF YAKIMA CAPITOL HILL 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 - Capitol Hill Irrigation System Improvements, Phase 1 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: Capitol Hill Irrigation System Improvements: City of Yakima Project No. IR2257 Irrigation system improvements including cleaning and inspection of approximately 220 linear feet of existing pipes; sliplining approximately 220 linear feet of new 2" HDPE pipe; horizontal directional drilling approximately 2,050 linear feet of new 3" and 6" HDPE pipe; trenching approximately 12,000 linear feet of new 2", 3", 4", 6" and 12" PVC pipe; and installing 320 service connections. Work includes installation of new mainline valves, service valves, and service pipes; connection to existing mainline and service pipes of various materials; abandonment 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. (See attached Project Vicinity Map.) 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\2009\09041\APS Addendum No. 1.doc Page 2 of 6 TIME OF PERFORMANCE Engineering Services During Construction for this Capitol Hill Irrigation System Improvements Project shall begin upon construction contract award by the CITY to the lowest responsible bidder (anticipated October 2009) and extend through construction contract completion (anticipated April 16, 2010). G:\PROJECTS\2009\09041\APS Addendum No. 1.doc Page 3 of 6 } ADDENDUM NO. 1 EXHIBIT B CAPITOL HILL IRRIGATION SYSTEM IMPROVEMENTS, PHASE 1 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 $124,716.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: Capitol Hill Irrigation System Improvements CLIENT: CITY OF YAKIMA JOB NUMBER: 09041-C Huibregtse, Louman Associates, Inc. DATE: September 24, 2008 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Two -Man Survey Crew Project Engineer CAD Operator Resident Engineer/ Inspector Clerical TOTAL HRS TASK FEES $154 $167 $105 $92 $87 $61 1 Construction Observation 24 24 56 0 880 0 984 90,144.00 2 Construction Administration 18 0 40 0 0 6 64 7,338.00 3 Submittal Review 4 0 12 0 8 6 30 2,938.00 4 State Labor Standards Compliance 0 0 48 0 0 6 54 5,406.00 5 Progress Reports 6 0 24 0 24 6 60 5,898.00 6 Progress Payments 6 0 24 0 24 8 62 6,020.00 7 Change Orders 4 0 8 0 12 6 30 2,866.00 8 Record Drawings 0 0 4 16 16 2 38 3,406.00 Labor Subtotal 62 24 216 16 964 40 1,322 124,016.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $500.00 500.00 Meals/Lodging $0.00 0.00 Misc. expenses: FAX 0.00 TELEPHONE 0.00 G:IPROJECTS\2009109041 \APS Addendum No. 1.doc Page 4 of 6 PROJECT TITLE: Capitol Hill Irrigation System Improvements CLIENT: CITY OF YAKIMA POSTAGE 0.00 PRINTING $200.00 200.00 SUB -CONSULTANTS: None Anticipated 0.00 x 1.1 0.00 Subtotal - Labor $124,016.00 Subtotal - Expenses $700.00 Subtotal - Subconsultants $0.00 Total - ENGINEERING SERVICES DURING CONSTRUCTION $124,716.00 G:\PROJECTS\2009\09041\APS Addendum No. 1.doc Page 5 of 6 EXHIBIT "C" Schedule of Hourly Billing Rates Effective January 1, 2010, through December 31, 2010 Licensed Principal Engineer $154.00 per hour Licensed Principal Land Surveyor $142.00 per hour Licensed Professional Engineer $128.00 per hour Licensed Professional Land Surveyor $116.00 per hour Project Engineer $105.00 per hour CAD Technician $92.00 per hour Resident Engineer/Inspector $87.00 per hour Surveyor $87.00 per hour Senior Engineering Technician $87.00 per hour Engineering Technician $61.00 per hour Word Processing Technician $61.00 per hour Surveyor on Two Man Survey Party $83.50 per hour Surveyor on Three Man Survey Party $72.67 per hour Vehicle Mileage $0.45 per mile Global Positioning Survey System Fee $80.00 per hour G:\PROJECTS\2009\09041\APS Addendum No. 1.doc Page 6 of 6