Loading...
HomeMy WebLinkAboutR-2007-033 General 308 Irrigation System Phase 3/Stage 1 Improvements; KRCI, LLCCITY OF YAKIMA -ORIGINAL CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS City Project No. 1R2059 HLA Project No. 07035 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard SEPTEMBER 2007 Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS HLA Project No. 07035 BID OPENING: September 26, 2007 2:00 p.m. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: SPECIAL PROVISIONS ITEM 1 — SECTION 1-09 MEASUREMENT AND PAYMENT 1-09.3(1) DESCRIPTION OF BID ITEMS (NEW SECTION) Revise item number 19 to read: The lump sump price bid for "Mainline Tee and Valve Assembly," shall be full compensation for all labor, tools, materials and equipment necessary to furnish and install the tee and valve assembly within an existing 36 -inch diameter reinforced concrete irrigation main including, but not necessarily limited to, potholing, excavation, dewatering, saw cutting, removal and disposal of existing reinforced concrete irrigation main, supply and installation of new pipe, fittings, resilient wedge gate valves, valve boxes, valve operating nut extensions, pipe bedding, connection to existing and new piping, backfill and compaction, site grading, and testing for a complete and operational system as shown on the Plans and specified herein. Delete item number 29. No separate measurement or payment shall be made for crushed surfacing top course, but shall be incidental to other items of work. ITEM 2 — SECTION 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS Paragraph two shall be revised to read: All gate valves 2 -inch through 6 -inch shall have non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type. G.\PROJECTS\2007\07035\091907 Addendum No. 1.doc 1 ADDENDUM NO. 1 Add the following: 24 -inch and 36 -inch gate valves shall meet the requirements of AWWA C515 and shall be resilient seated, non -rising stem, with enclosed bevel gearing and a 2 -inch operating nut. 24 -inch and 36 -inch gate valves shall be as manufactured by M&H, Kennedy, or approved equal. PLANS ITEM 3 — SHEET 29 OF 31 Note N4 shall be replaced with the following: Remove a minimum of 14 linear feet of existing reinforced concrete pipe for installation of the new mainline tee and valve assembly, see detail this sheet. The existing reinforced concrete pipe shall be sawcut at each end to ensure a smooth and flush connection to the new ductile iron piping. The contractor shall pothole to verify the location of bell and spigots/joints in the existing reinforced concrete pipe and shall verify the length of existing pipe to be removed and new pipe needed for installation of the new mainline tee and valve assembly. Any proposed changes in location of the new mainline tee and valve assembly shall be approved by the Engineer prior to construction. Note N10 shall be revised to read: Line the bed of the existing canal with approximately 35 cubic yards of heavy riprap. Remove vegetation and top soil from the bed of the canal as necessary to maintain existing canal depth. Protect the existing 36 -inch concrete pipe beneath the bed of the existing canal during excavation and placement of riprap Provide pipe bedding over the existing concrete pipe if exposed, or as directed by the Engineer Replace the MAINLINE TEE AND VALVE ASSEMBLY detail and related notes with the attached drawing. 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, Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 G.\PROJECTS\2007\07035\091907 Addendum No. 1 doc 2 ADDENDUM NO. 1 NOTES NS 24" FLG. X MJ R.W. GATE VALVE AND VALVE BOX. LAY VALVE OPERATOR TO THE NORTHWEST PROVIDE VALVE OPERATING NUT EXTENSION TO WITHIN 3' OF FINISHED GRADE. 36" x 24" FLG TEE 36" D.I. PIPE SPOOL, MIN. 4'-0" 114 LENGTH, FIELD VERIFY 36" TRANSITION COUPLING, VERIFY 36" CONC. 0.D. AT EACH CONNECTION PRIOR TO CONSTRUCTION. 20 36" FLG. X MJ R.W. GATE VALVE AND VALVE BOX. LAY VALVE OPERATOR TO THE SOUTHWEST. PROVIDE VALVE OPERATING NUT EXTENSION TO WITHIN 3' OF FINISHED GRADE. EXISTING 36" CONC. 24" DUCTILE IRON PIPE, SEE PLAN FOR CONTINUATION. 36" FLANGE COUPLING ADAPTER. 24" D.I. PIPE TO P.P & L. CANAL MAINLINE TEE AND VALVE ASSEMBLY NOT TO SCALE EXISTING 36" CONC. TO GENERAL 308 IRRIGATION SYSTEM CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS OWNER: City of Yakima 2301 Fruitvale Blvd. Yakima, WA 98902 EXPIRES P"^,2' 6, 2008 CITY OF YAKIMA PROJECT NO. IR2059 HLA PROJECT NO. 07035 ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 SEPTEMBER 2007 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS City of Yakima Project No. IR2059 HLA Project No 07035 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS. .. 1-1 INVITATION TO BID 1-2 SECTION 2 - INFORMATION FOR BIDDERS . .......................... .... 2-1 INFORMATION FOR BIDDERS ............... 2-2 SECTION 3 - BID PACKAGE ................... 3-1 BIDDER'S CHECKLIST.......... 3-2 BID PROPOSAL.... ... 3-3 UNIT PRICE BID PROPOSAL 3-4 BID PROPOSAL SIGNATURE PAGE 3-6 BID DEPOSIT... 3-7 BID BOND 3-7 NON -COLLUSION AFFIDAVIT 3-8 NONDISCRIMINATION PROVISION 3-9 SUBCONTRACTOR LIST 3-10 BIDDER'S DATA FORM. 3-13 CITY OF YAKIMA WMBE POLICY 3-14 RESOLUTION NO. D-4816 3-15 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN 3-16 BIDDER'S CERTIFICATION 3-18 SUBCONTRACTOR'S CERTIFICATION 3-19 PROPOSAL 3-22 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT .. 4-2 CONTRACT BOND ............ ... 4-4 SCHEDULE OF WORKING HOURS 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS ........... 5-1 PREVAILING WAGE RATES 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 8-31-07 BENEFIT KEY CODE EFFECTIVE 8-31-07 SUPPLEMENTAL TO WAGE RATES EFFECTIVE 8-31-07 SECTION 6 - TECHNICAL SPECIFICATIONS. . 6-1 STANDARD SPECIFICATIONS SPECIAL PROVISIONS TABLE OF CONTENTS.. ...... .. .. ....... SPECIAL PROVISIONS ......... . APPENDIX A AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS 6-2 ...... 6-3 6-4 SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.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 GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS, City of Yakima Project No. IR2059, HLA Project No 07035, including the following approximate major quantities Irrigation system improvements including cleaning and inspection of approximately 4,900 linear feet of existing pipes; sliplining approximately 4,900 linear feet of new 2", 3", 4" and 6" HDPE pipe; trenching approximately 8,200 linear feet of new 2", 3", 4" and 6" HDPE pipe, installing approximately 330 service connections, and installing approximately 120 linear feet of 24" D.I pipe and two ultrasonic flow meters. 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 hot mix asphalt, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, lawns and other related improvements; and planing approximately 2,100 square yards of existing bituminous pavement and overlaying with approximately 240 tons of hot mix asphalt. All work to provide unrestricted irrigation water use to system users shall be completed no later than March 14, 2008. Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2.00 p m. on September 26, 2007, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC., 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $60 00 for each set, non-refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not 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 Deborah J. Moore City Clerk Publish- September 12, 2007 September 13, 2007 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 1-2 SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m. on September 26, 2007, and then at said office publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 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. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGI.doc 2-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Michael T Battle, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509)966-7000, FAX: (509)965-3800. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 2-3 SECTION 3 - BID PACKAGE G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-1 1 1 1 s 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided. (b) Bid Signature Page To be filled in and signed by the bidder. (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal. (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder information. (f) Bidder's Data Form This form to be completed by the bidder. (g) MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non- responsive. The following forms are to be executed and/or submitted for approval after the Contract is awarded. (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. (2) Contract Bond to be executed by the successful bidder and his surety company. Provide Power of Attorney (3) Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors. (5) Schedule of Working Hours to be executed by the successful bidder G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-2 1 1 1 1 1 1 1 1 1 1 City of Yakima 129 North 2"d Street Yakima, Washington 98901 BID PROPOSAL GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2059 A Proposal of SRGX Lii_G (hereinafter called "BIDDER"), organized and existing under the laws of the State of (A)r,s1N,',c,tbA doing business as kR U, Li.L. 1. To the CITY OF YAKIMA, Washington, (hereiihafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the GENERAL 308 IRRIGATON SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS — City Project No. IR2059, 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 acknowledges receipt of the following ADDENDA: 1 1 1 1 1 1 1 1 1 1 Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts. Insert "a corporation," "a partnership," or "an individual" as applicable G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.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 GENERAL 308 IRRGATION PHASE 3/STAGE 1 IMPROVEMENTS CITY PROJECT NO. IR2059 HLA PROJECT NO 07035 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Mobilization LUMP SUM - - - X = 55 QOO, Op 2 Project Temporary Traffic Control LUMP SUM - - - X = Ob ROOD r 3 Clearing and Grubbing LUMP SUM - - - X = Ob SI 3QQ 4 Pipe Cleaning and Inspection LF 4,875 X 47-3 = 1C1500-4° 5 Obstruction Removal EA 5 X I Ic,0 , o=' _ (D 000 as 6 Access Pit EA 16 X S o-- = 1- Bop 015 7 Slipline 6 -Inch HDPE Pipe LF 770 X i8. = I ib60� 8 Slipline 4 -Inch HDPE Pipe LF 2,040 X 1S• = 30 boa °b 9 Slipline 3 -Inch HDPE Pipe LF 365 X 17.6.2= 10 Slipline 2 -Inch HDPE Pipe LF 1,700 X 15 .42. 15 5c ,� 11 Trench 6 -Inch HDPE Pipe LF 4,750 X 25, = se 1(4-15o.c 12 - Trench 4 -Inch HDPE Pipe LF 1,945 X ZZ = 4l.7go -" 13 Trench 3 -Inch HDPE Pipe LF 1,300 X ZZ = 2$i'a00 - 14 Trench 2 -Inch HDPE Pipe LF 265 X /7. = 11%. 15 24 -Inch D I Pipe and Fittings, In Place LF 120 X 300, el = OD 36000 16 Shoring or Extra Excavation LUMP SUM - - - X = 1 000 17 6 -Inch Gate Valve EA 6 X I O00,ab = (.6UCi 18 4 -Inch Gate Valve EA 5 X 8a0.0= = 41. op. a° 19 3 -Inch Gate Valve EA 7 X -750 � = co 51-50 20 2 -Inch Gate Valve EA 8 X 13O 00 = 52.4 o.— 21 Service Saddle EA EA 326 654 X X 300.11 QL,Os 150, = = 119)00. 9?) MO. -- 22 Service Valve 23 Service Riser EA 320 X 1 60 , D-2= 3z poo .0 24 Type 1 Valve Box EA 152 X (50,all =ZZSOO.e' 25 Type 2 Valve Box EA 528 X Op -7s. = 3 t,� 26 Service Lateral LF 4,300 X 30, = ab 12.9 000. 27 Blow -Off Assembly EA 1 X 140012, = ILI OOD 28 Mainline Tee and Valve Assembly LUMP SUM - - - X = $0000. 29 Ultrasonic Flow Meters and Electrical Vault LUMP SUM - - - X 1$ o0o .et1 30 Roadway Excavation Including Haul CY 415 X w 30 = 12350.611 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-4 / 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 31 HMA Repair, Type 1 (2") SY 660 X 35 �-° = 2.3 100, - 32 HMA Repair, Type 2 (3") SY 1,340 X do 39 . = 00 5Z.2.60, 33 HMA Cl. 3/8" PG 64-28 TON 230 X 100 i S& = ca/ 23 000. 34 Gravel Surfacing Repair SY 13,200 X 5:00 = b0 00 35 Sodded Lawn Repair SY 120 X f. 14,- = 00 f 6780. 36 Seeded Lawn Repair SY 80 X 7,2 = 5,6A0 , 2 37 Cement Concrete Curb and Gutter LF 600 X 39 • oo = Z 3 LTV0, 38 Concrete Slab, 4 -Inch Thick SY 150 X 57, = 8570 39 Concrete Slab, 6 -Inch Thick SY 140 X 5-7,°O = 7980, ° 40 Select Backfill TON 1,700 X f 7 = ZVI op, 00 41 Hand Placed Riprap CY 35 X 60,6b— = Z { QO, 42 Minor Changes FA EST X 10,000 = 10,000 BID SUBTOTAL 1/2_ (6,3J 13629, STATE SALES TAX 8.2% f 03,5A - BID TOTAL 1 ,I64) ,gf 1 LPROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-5 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS CITY PROJECT NO. IR2059 Project No 07035 BIDDER (CONTRACTOR) BY AUTH• "''` ED OFFICIAL'S SIGNATURE ]MJ. iQ(01110i (Please print or type name) ADDRESS. Po box 5I? uct I�l� A e" r TITLE 1 (V' Phone: , 2007 (ttiP 1(1otik 14e, til/A - 1(60 01 FAX: 501 re)C2—3665 E-mail address: ( \J k G"L C,(Av 10)) "1t4 CONTRACTOR LICENSE NUMBER 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. 39`h Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-6 1 1 1 1 1 1 1 1 1 1 1 1 1 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of , which amount is not Tess than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we KRCI, LLC_ Insurance Company of the West , as Principal, and , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent (5%) of Total Bid Amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS — City Project No. IR2059, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. 1 SIGNED, SEALED, AND DATED THIS 26th 1 1 1 DAY OF KRCI, LLC By: Principal Insurance C By: September , 2007, Surety bbl1SO^ A1/4111(41/,i Pitt hfor he lie M. Glover, Attorney—in—Fact September 26 , 2007 No. 0004276 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: ThaOnsurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI JULIE M. GLOVER; JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE BRANDON K.° BUSH, ANDY D. PRILL, THERESA A. LAMB, STEVEN M. WAGNER 11 their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship,'and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005 Jeffrey D Sweeney, Assistant Secretary INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executive Vice President State of California } ss. County of San Diego On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. MARY COBB 1 COMM. *1602390 NOTARY PUBLIC-dWA o SAN DIEGO COUNTY 0 My Commission EXpikes SEPTEMBER 20. 209 Witness my hand and official seal. Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED. That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers ofiAttomey appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER. That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed: The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attomey is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 26th day of September , 2007 Jeffrey D Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400 STATE OF WASHINGTON ) ss. COUNTY OFVO1 (6 9 ) Jt( 00 ; Asch being first duly sworn, on oath says thatthe 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. NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT 1'J (Co i.<P �►r's Signature) igned and sworn to (or affirmed) before me on �Q85 &cshntyrf E�csf k.enct.�-cc� 98s-02, G:\PROJECTS \2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-8 q-25- SUSAN A KING , 2007, by otary Pu li otary Public y A pp tic�sstiington rwy Commi s on Expires, April 01, 2010 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-9 1 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name: CITY OF YAKIMA Project No. IR2059/07035 GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, Iplumbing, 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 �nt� tt 10n 043411^01 Categories of Work (� 1 vhg 1 Subcontractor Name !v6 403 Categories of Work 1 ISubcontractor Name Categories of Work 1 Subcontractor Name Categories of Work Subcontractor Name Categories of Work ISubcontractor Name Categories of Work 1 1 1 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-10 1 ' Subcontractor List To be Submitted with the Bid Proposal Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below Prime Contractor Name (,,(,C Categories of Work AWL. K RC,L ivo\ Al 1 work 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-11 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be. i 1 Street I'+ b leervt 00 a f whose address is. Alonccy19 . P wiv RoTtef60 /Boil City State Zip BIDDER D The name of the Bidder submitting this Bid is is Rut. Cc - 1 ci5 c- 1cici5 50 volt biroe Street whose address is. 188 OZ, City 4 Q 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: DoW PoblvxCul M rh PN-+ ;03 ln G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGt.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 performed, project descriptions, and contract amounts. Sep. c 1o\e,Lc, 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. Nk) 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications. 5. Provide Washington state Contractor's registration (license) number. kfcj(A,(XL ty NOTE: Complete this Bidder's Data Form and submit with Bid. Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doe 3-13 KRCI Projects Peach Haven Estates Phase I 2006 • Owner: Steven Shank • Engineer: Torrance Engineering • Contact: Steven Shank (509) 630-3006 • Construction of a twenty two (22) lot subdivision with roads, utilities, curbing, and paving. • $400,000 Peach Haven Estates Phase II • Owner: Steven Shank • Engineer: Torrance Engineering • Contact: Steven Shank (509) 630-3006 • Construction of a twenty five (25) lot subdivision with roads, 2006 utilities, curbing, and paving. • $440,000 Summerhill Estates 2006 • Owner: Cascade Property Ventures • Engineer: Pacific Engineering and Design • Contact: Heather Ostenson (509) 886-7651 • Construction of an eighty four (84) lot subdivision with roads, utilities, retaining walls, curbing, and paving. • $1,200,000 Horan Terrace — Lake Chelan • Owner: Thomas and Meg Names • Engineer: Landline Surveyors • Contact: Scott Vollrath (509) 548-5290 • Construction of an eight (8) lot subdivision with roads, utilities, rock retaining walls, well and water storage system, and paving. • $ 181,000 2006 KRCI LLC 1 Eastbank Hatchery Fish Waste Removal 2006 • Owner: PUD NO. 1 of Chelan County • Engineer: PUD NO. 1 of Chelan County • Contact: Vern Chamberlain (509) 663-8121 • Removal and disposal of 50,000 gallons of fish waste. Locating, permitting, and method of land application for disposal of waste. • $ 41,000 Sullivan Lake Water System Rehab 2006 • Owner: United States Forest Service • Engineer: Varela and Associates • Contact: Jennifer Knutson (509) 684-7254 • Installation of new water piping and connections in administrative area while maintaining existing water system. Project included directional drilling and rehabilitation of existing well. • $ 156,000 Chelan Ridge Source Improvements 2006-2007 • Owner: PUD NO. 1 of Chelan County • Engineer: PUD NO. 1 of Chelan County • Contact: Tim Dietering (509) 663-8121 • Installation of new water piping and connections at Lake Chelan State Park. Project includes well improvements, construction of cast in place pumping building, connection and improvements at existing reservoir. • $ 605,000 Edwall Water System Improvements • Owner: Town of Edwall • Engineer: Varela and Associates • Contact: Jeff Moran (509) 328-6066 • Construction of wood framed water pump building including pumps, filters, piping, tie-in to existing system, well pump and controls. • $ 174,000 2006-2007 Tonasket pump station and water main improvements 2006-2007 • Owner: City of Tonasket • Engineer: Varela and Associates • Prime Contractor: Cusick Construction • Contact: Rob Borst (509) 662-8423 • Installation of new water piping and connections, site prep for pump station. • $ 320,000 KRCI LLC 2 Gale Place Planned. Unit Development 2007 • Owner: Jessup Home Designs • Engineer: Pacific Engineering and Design • Contact: Alan Jessup (509) 679-4030 • Construction of 13 unit development with extensive retaining walls, retention structure and street improvements. • $ 400,075 East Wenatchee Assisted Living Facility 2007 • Owner: Mountain West • Engineer: Forsgren & Associates • Contact: Steve Black (503) 851-1496 • Construction of site improvements for 85000 sf building including sanitary sewer, fire flow and potable water piping, storm drains, rock retaining walls and structural excavation. • $ 1,230,000 Single Flow Bypass',Modifications 2007 • Owner: PUD NO. 1 of Chelan County • Engineer: PUD NO. 1 of Chelan County • Contact: Bob Seabeck (509) 663-8121 • Installation of piping, manholes, slide gates, stop logs, concrete and aluminum grating modifications at Chelan Falls fish hatchery. • $ 81,000 KRCI L• LC 3 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-14 RESOLD iON NO. I) — 48 1 & A RESOLUTION adapting 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 o.f 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 J.11±. 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. �.,QQ ADOPTED BY THE CITY COUNCIL this day of 1983. ATTEST: Mayor City Clerk CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this Contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media, and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-16 The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employ- ment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontrac- tors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-17 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: fcR GL certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract: OpPkiti-af'c Col.0 and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being and; 2. It will obtain from each of its subcontractors 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 Condos. ature o ►Authorized ' = •-sentative of Bidder) G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-18 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being. and, 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Subcontractor) G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1 doc 3-19 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:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.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\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 3-21 ' PROPOSAL GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2059 The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged I 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: 1 CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS tCERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND Ic IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) . - 1 1 5oq S$'I ti58 IPHONE NUMBER ;oi 3(7,5 , and SIGNATil,' LF AUI ORIZED OFFICIALS FIRM NAME Kcj Li -c (ADDRESS) pt b)ZU 63tv\,tft,tlt.e.. o C �l FAX NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER: kg( -4: LLV1 FEDERAL ID NO. 5b' Z56, I Io 7 o 1 Note: (1) This proposal form is not transferrable and any alteration of the firm's name entered I hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. I (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, 1 please make reference to the following proposal number in your communication. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1 .doc 3-22 SECTION 4 - CONTRACT AND RELATED MATERIALS G.\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Com day of , 2007, by and between the City of Yakima, hereinafter called the OWNER, and KR a Gt.c, , hereinafter called the CONTRACTOR, WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS — City Project No. IR2059, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Work shall start within ten (10) calendar days after Notice to Proceed and shall be completed by the dates set forth in Section 1-08 5 TIME FOR COMPLETION of the Special Provisions.. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9. The CONTRACTOR shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the OWNER. II The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein V. CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.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 CONTRA OR: r\ By: Name. 2).11); P`.L`Jf� lSnc 1 (Please Print or Type) Address: PO (3 5120 Wertak.kc- ala 6113W2-3- Phone: 8 rt' - Phone: 509 $$L{ 52 58 FAX: S0q 7$4 3Lo2.5 E-mail Address: Acco L+i (IG Lrc L Char+e-r. r►e Employer Identification Number: 5L9-25CPI1o`70 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc (SEAL) ATTEST: Name: Deborah J. Moore Title: City Clerk (SEAL) ATTEST. Name: sUSC-rt king 4-3 (Pleas int or Type) SUSAN A KING Notary Public State of Washington My Commission Expires April 01, 2010 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS' That we, the undersigned, KRCI, LLC as principal, and Insurance Company of the West 2272654 a corporation organized and existing under the laws of the State of California , as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Yakima in the penal sum of $ * for the payment of which sum on demand we bind ourselves and our successors, heirs, adrninistrators,.or personal representatives, as the case may be. One Million Three Hundred Sixty—Six Thousand Eight Hundred Fourteen Dollars and This obligation is entered into in .pursuance of the statutes of the State of Washington and the Ordinances 86/100 of the City of Yakima. Bothell and Dated at Wer .t heP , Washington, this C day of /Jvv�`{ 2007. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on NI , 2007, the Mayor of said City of Yakima has let or is about to let to the said KRCI, LLC , the above bounden Principal, a certain Contract, the said Con- tract being numbered City Contract No. IR2059, and providing for the construction of GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said KRCI, LLC shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and .supplies for the carrying on of,.said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason -of failure of performance as specified in said Contract or from defects appearing or developirig' in the - material or workmanship provided or performed under said Contract within a period of one:.ye?r aff..rits acceptance thereof by the City of Yakima, then and in that event this obligation shall—be void,: but otherwise it shall be and remain in full force and effect. - , SURETY' Insurance Company of the West (SEAL) ATTEST: By Name. Theresa A. Lamb, Attorney—in—Fact (Please Print or Type) Agent: HUB International Northwest, LLC Address P . 0. Box 3018 Bothell, WA 98041-3018 ,....CJE. .5S12D07070351iR.R+GAYSON PH3 STS .doc Name Julie M. Glover (Please Prin; or Type) 4-4 SUSAN A KING Notary Public State of Washington My Commission Expires April 01, 2010 CONTR. By. R KRCI, LLC Name:.rU%J 01:14 niVil (Please Print or Type) Approved as to Form: City Attorney G C., S',2007`,07 02.5V3PECS .308 IRRI GA1 3N P',-13 4-5 No. 0004276 ICW GROUP Power of Attorney. Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS That Insurance Company of the West, a Corporation duly organized under the laws of the State of Califomia, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI JULIE M. GLOVER, JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE BRANDON K. BUSH, ANDY D. FRILL, THERESA A. LAMB, STEVEN M. WAGNER their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005 ,7SU RA\ £ ((1���Q.ao POC tO \. (fo(„,SEAL z.4r 1\ Jeffrey D Sweeney, Assistant Secretary State of Califomia County of San Diego On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities; and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. } ss. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executive Vice President r1. MARY COBE COMM. *1602390 NOTARY PUBUGCALIFORNIA to SAN;OIEGOCOUNTY 0 My.Canitiissian EX0115 SEPTEMBER 20. 2009 Witness my hand and official seal. Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED. That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. ' RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attomey is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and defcis of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACORD, CERTIFICATE OF LIABILITY INSURANCE OP ID ME KRCIL-1 DATE (MM/DD/YYYY) 10/09/07 PRODUCER Hub International Northwest P. 0. Box 3 018 Bothell WA 98041-3018 Phone:425-489-4500 Fax:425-489-4501 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED KRCI, LLC David Robinson PO Box 5120 Wenatchee WA 98807 INSURER A First Mercury Insurance Cowan A INSURER 8 Ohio Casualty Insurance Co GENERAL X INSURER C. American Int Specialty Lines FMFL002584 INSURER D' 03/09/08 INSURER E. $1,000,000 COVERAGES THE POLICIES ANY REQUIREMENT, MAY PERTAIN. POLICIES. INS/OJDT LTR I NSRD AGGREGATE OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER BC11VE DATE (MM/DD/YY) 15-FIRATI0N DATE (MM/DD/YY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY FMFL002584 03/09/07 03/09/08 EACH OCCURRENCE $1,000,000 DA -MAGE IU KEN IEU PREMISES (Ea occurence) $50,000 CLAIMS MADE [X, OCCUR MED EXP (Any one person) $ Excluded X GEN'L 1 PERSONAL 8 ADV INJURY S1,000,000 WA STOP GAP $1M GENERAL AGGREGATE $2,000,000 AGGREGATE LIMIT APPLIES PER: POLICY li 17P. F-1 LOC PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 B AUTOMOBILE X X _ X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAW 53470021 03/13/07 03/13/08 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY AGG $ C EXCESS/UMBRELLA X X LIABILITY OCCUR LJCLAIMSMADE DEDUCTIBLE RETENTION $ BE8685981 03/09/07 03/09/08 EACH OCCURRENCE $1,000,000 AGGREGATE $1,000,000 $ $ A WORKERS COMPENSATION AND WORKERS EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes describe under SPECIAL PROVISIONS below FMFL002584 WA STOP GAP 03/09/07, 03/09/08 OR LIMITSTATU- .0.101H - ITORY LIMITS XJ ER $ 1,000,000' EL EACH ACCIDENT E L DISEASE - EA EMPLOYEE $ 1,000,000 E L DISEASE - POLICY LIMIT $ 1, 0 0 0, 0 0 0 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS THE CITY OF YAKIMA AND ITS OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS, AND VOLUNTEERS AND HUIBREGTSE, LOUMAN ASSOCIATES, INC. ARE ADDED AS ADDITIONAL INSUREDS AS REQUIRED BY WRITTEN CONTRACT. COVERAGE IS PRIMARY & NON-CONTRIBUTORY. SEE ATTACHED ENDORSEMENT. RE: GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS PROJ #07035 CERTIFICATE HOLDER CANCELLATION HUIBREG HUIBREGTSE, LOUMAN ASSOCIATES, INC. ATTN: STEVE SZIEBERT 801 NORTH 39TH AVENUE YAKIMA WA 98902 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 1561:07JUSOIZICL MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 4344-T-micomaxitiouc$C.SHAH. IMPOSE -49643,646441 , mss. AUT IZEO REP- ENT'AT}VE_ ACORD 25 (2001/08) ©ACORD CORPORATION 1988 CUIv1MERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following' COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy Such person or organization is an additional insured only with respect to liability for "bodily Injury," "property damage" or "personal and advertising injury" caused, in whole or in part, by. 1, Your acts or omissions, or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed It is further agreed that such insurance as is afforded by this Policy for the benefits of an additional insured shall he primary and non-contributory B. With respect to the .insurance afforded to these additional insureds, the following additional exclusions apply' This insurance does not apply to 1 "Bodily injury,' "property damage" or "personal and advertising injury" arising out of the rendering nf, or the failure to render, any professional architectural, engineering or surveying services, including a The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities 2. "Bodily injury" or "property damage" occurring after. a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This endorsement forms a part of the Policy to which attached. effective on the inception date of the Policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of the Policy ) Endorsement effective 3/9/07 Named Insured KRCI, LLC CVX-GL-5071(06/2005) Policy No FMFL002584 Endorsement No Countersigned by (Authorized Representative) 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 reimburse- ment provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc Contractor Signature Date 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.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 sub- contractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 5-2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key YAKIMA COUNTY Effective 08-31-07 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29 00 1M 5D BOILERMAKERS JOURNEY LEVEL $47 47 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35 72 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $34 10 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $43.34 1M 5D CARPENTER $3410 1M 5D CREOSOTED MATERIAL $34 10 1M 5D DRYWALL APPLICATOR $34 10 1M 5D FLOOR FINISHER $34 10 1M 5D FLOOR LAYER $34 10 1M 5D FLOOR SANDER $34 10 1M 5D MILLWRIGHT $44 34 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43 54 1M 5D SAWFILER $34 10 1M 5D SHINGLER $34 10 1M 5D STATIONARY POWER SAW OPERATOR $34 10 1M 5D STATIONARY WOODWORKING TOOLS $34 10 1M 5D CEMENT MASONS JOURNEY LEVEL $32.59 1N 5D DIVERS & TENDERS DIVER $85 75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44 59 1T 5D 8L ASSISTANT MATE (DECKHAND) $44 08 1T 5D 8L BOATMEN $44 59 1T 50 8L. ENGINEER WELDER $44 64 1T 5D 8L LEVERMAN, HYDRAULIC $46.21 1T 5D 8L MAINTENANCE $44 08 1T 5D 8L MATES $44.59 1T 5D 8L OILER $44.21 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $30 44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 Page 1 YAKIMA COUNTY Effective 08-31-07 Classification ELECTRICIANS - INSIDE JOURNEY LEVEL ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN LABORER FENCE ERECTORS FENCE ERECTOR FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL Page 2 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $46.52 1E 5A $15 37 2A 6C $14 69 2A 6C $54.38 4A 5A $49 64 4A 5A $35.93 4A 5A $37.89 4A 5A $49 64 4A 5A $37 89 4A 5A $49 64 4A 5A $42.27 4A 5A $49 64 4A 5A $37.89 4A 5A $23 40 1 $57 88 4A 6Q $63 45 4A 6Q $8 65 1 $7 93 1 $21 64 1 $27.20 1M 5D $21 51 1B 61 $23 18 1 $13 91 1 $29.50 1M 5D $15 65 1 $9 10 1 $9 73 1 $11 48 1 $12.78 1 $7 93 1 $10 53 1 $32.91 1 $44.52 10 5A C 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18 12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $29 00 1M 5D PIPE LAYER $29 50 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9 00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $9 00 1 LATHERS JOURNEY LEVEL $3410 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $9 80 1 LAYEROUT $37 42 1 MACHINE OPERATOR $14 59 1 PAINTER $12.46 1 WELDER $15 71 1 MODULAR BUILDINGS JOURNEY LEVEL $1411 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $4310 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7 93 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.24 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44 92 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $45 41 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $45.96 1M 5D 8L BACKHOES, (75 HP & UNDER) $44 50 1M 5D 8L BACKHOES, (OVER 75 HP) $44 92 1M 5D 8L BARRIER MACHINE (ZIPPER) $44 92 1M 5D 8L BATCH PLANT OPERATOR, CONCRETE $44 92 1M 5D 8L BELT LOADERS (ELEVATING TYPE) $44 50 1M 5D 8L BOBCAT (SKID STEER) $42 14 1M 5D 8L BROOMS $42.14 1M 5D 8L BUMP CUTTER $44 92 1M 5D 8L CABLEWAYS $45 41 1M 5D 8L CHIPPER $44 92 1M 5D 8L COMPRESSORS $42.14 1M 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $42.14 1M 5D SL CONCRETE PUMPS $44 50 1M 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1M 5D 8L CONVEYORS $44.50 1M 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1M 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1M 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $45 41 1M 5D 8L JIB WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1M 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1M 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $42.14 1M 5D 8L CRANES, A -FRAME, OVER 10 TON $44 50 1M 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1M 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44 92 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $45 41 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1M 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1M 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1M 5D 8L CRUSHERS $44 92 1M 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $44.92 1M 5D 8L DERRICK, BUILDING $45 41 1M 5D 8L DOZERS, D-9 & UNDER $44 50 1M 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1M 5D 8L DRILLING MACHINE $44 92 1M 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $42.14 1M 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1M 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44 50 1M 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1M 5D 8L GRADE ENGINEER $44.50 1M 5D 8L GRADECHECKER AND STAKEMAN $42.14 1M 5D 8L GUARDRAIL PUNCH $44 92 1M 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $44 50 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44 50 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 1M 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $42 14 1M 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1M 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45 41 1M 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $45 96 1M 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44 92 1M 5D 8L LOCOMOTIVES, ALL $44.92 , 1M 5D 8L MECHANICS, ALL $45 41 1M 5D 8L MIXERS, ASPHALT PLANT $44.92 1M 5D 8L MOTOR PATROL GRADER (FINISHING) $44 92 1M 50 8L MOTOR PATROL GRADER (NON -FINISHING) $44 50 1M 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45 41 1M 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1M 5D 8L OPERATOR PAVEMENT BREAKER $42.14 1M 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1M 5D 8L PLANT OILER (ASPHALT, CRUSHER) $44.50 1M 5D 8L POSTHOLE DIGGER, MECHANICAL $42.14 1M 5D 8L POWER PLANT $42 14 1M 5D 8L PUMPS, WATER $42.14 1M 5D 8L QUAD 9, D-10, AND HD -41 $45 41 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45 41 1M 5D 8L EQUIP RIGGER AND BELLMAN $42 14 1M 5D 8L Page 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 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $45 41 1M 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1M 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $44 50 1M 5D 8L ROTO -MILL, ROTO -GRINDER $44 92 1M 5D 8L SAWS, CONCRETE $44.50 1M 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44 92 1M 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $45 41 1M 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $44 50 1M 5D 8L SCREED MAN $44 92 1M 5D 8L SHOTCRETE GUNITE $42.14 1M 5D 8L SLIPFORM PAVERS $45 41 1M 50 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $44 92 1M 5D 8L SUBGRADE TRIMMER $44 92 1M 5D 8L TOWER BUCKET ELEVATORS $44 50 1M 5D 8L TRACTORS, (75 HP & UNDER) $44 50 1M 5D 8L TRACTORS, (OVER 75 HP) $44 92 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 1M 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45 41 1M 5D 8L TRENCHING MACHINES $44.50 1M 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $44.50 1M 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $44 92 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44 92 1M 5D 8L WHEEL TRACTORS, FARMALL TYPE $42.14 1M 5D 8L YO YO PAY DOZER $44 92 1M 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $54.24 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29 00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11 86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19 08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21 51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 00 1 Page 5 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL Page 6 $13.89 1 $15 56 1 $30 87 1B 5A $17 55 1 $17 00 1 $17.40 1 $33 18 2P 51 $42.78 1B 5A $14.65 1 $2311 1N 5A $7 93 1 $42.60 1R 5Q $13.23 1 $9.25 1 $12.05 1 $15 05 1 $20 00 1 $30 66 2B 5A $17 19 2B 5A $29 41 2B 5A $28 53 2B 5A $30 66 2B 5A $30 05 2B 5A $30 66 2B 5A $28 53 2B 5A $16.31 2B 5A $21 68 2B 5A $35 78 2B 5A $2319 2B 5A $28 53 2B 5A $27.82 2M 5A $23 87 2M 5A $36 40 1K 5A YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $31 77 2G 61 DUMP TRUCK & TRAILER $31 77 2G 61 OTHER TRUCKS $31 77 2G 61 TRANSIT MIXER $31 77 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25 44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08-31-07 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ] 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. 1 )1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-07 -2- 1 • THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6.00PM SATURDAY TO 6.00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR, (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. BENEFIT CODE KEY - EFFECTIVE 08-31-07 -3- ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 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 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 YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 1 1 1 1 1 1 1 1 1 1 1 11: 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-07 5 S. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). ✓ PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS. X. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). F PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). I. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY, PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEARS 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 YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). BENEFIT CODE KEY - EFFECTIVE 08-31-07 -5- NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $0 75, LEVEL B $0.50, AND LEVEL C. $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B. $1 00, LEVELS C & D- $0.50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1 00, LEVEL B $0.75, LEVEL C. $0.50, AND LEVEL D• $0.25 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non- standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902- 5330. Supplemental To Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. X 2. Frame & Grate - frarne and Grate for Catch Basin type 1, IL, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B -2a, and B -2b. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6 Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. Supplemental To Wage Rates X 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ( 1 ,1 1 ITEM DESCRIPTION YES NO 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5. X 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19 1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. X 14 Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. Supplemental To Wage Rates 3 ITEM DESCRIPTION YES NO 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1L, 1P, 2, 3, and 4, including risers, frames maybe cast into riser. See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19 Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X Supplemental To Wage Rates 4 1 01 1 1 1 1 1 1 1 1 1 1 1 1 1 7 1 ITEM DESCRIPTION YES NO 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ Lab X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 31. Prestressed Precast Hollow -Core Slab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c X Supplemental To Wage Rates 5 ITEM DESCRIPTION YES NO 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec. Section 6-02.3(26)A. X 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. 34 Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183 See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std Plan G-8. Shop drawings for approval are to be provided prior to fabrication. X 38. Light Standard -Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre -approved drawings. X C Supplemental To Wage Rates 6 i 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE. *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X Supplemental To Wage Rates 7 ITEM DESCRIPTION YES NO 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 1 1 1 1 57 Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard 62. Steel pile tips, custom Supplemental To Wage Rates 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered. ADAMS Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $14 47 1 PAINTER $10.20 1 WELDER $13 71 1 Counties Covered: ASOTIN FITTER $16.06 1 FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $19 00 1 PAINTER $10.20 1 WELDER $13 04 1 Counties Covered: BENTON FITTER $12.93 1 LABORER $13 50 1 LAYEROUT $13.75 1 MACHINE OPERATOR $18 12 1 PAINTER $12.70 1 WELDER $16.26 1 Counties Covered. CHELAN FITTER $15 04 1 LABORER $13.05 1 LAYEROUT $21 01 1 MACHINE OPERATOR $13.05 1 PAINTER $15 66 1 WELDER $17.80 1 Supplemental To Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered CLALLAM Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15 16 1 LABORER $9 50 1 MACHINE OPERATOR $26.90 " 1 PAINTER $11 41 1 Counties Covered. CLARK FITTER $25.84 1 LABORER $17.56 1 LAYEROUT $27 46 1 MACHINE OPERATOR $27 12 1 PAINTER $23.66 1 WELDER $25.24 1 Counties Covered* COLUMBIA, FERRY, GARFIELD, KITTITAS, LINCOLN, PEND OREILLE AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: COWLITZ FITTER $24 46 1B 6V LABORER $17 46 1 MACHINE OPERATOR $24 46 1B 6V WELDER $24.46 1B 6V Counties Covered DOUGLAS FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $16.54 1 PAINTER $10.20 1 Counties Covered: FRANKLIN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $26 15 1 Supplemental To Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code FITTER/WELDER PAINTER (See Benefit Code Key) Counties Covered: GRANT Over PREVAILING Time Holiday WAGE Code Code $10 79 1 $7 93 1 Counties Covered - GRAYS HARBOR AND MASON FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Counties Covered ISLAND FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $12.59 1 PAINTER $11 41 1 Counties Covered JEFFERSON FITTER/WELDER $20 00 1 LABORER $9.58 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 WELDER $20 00 1 Counties Covered: KING FITTER $24 94 1 LABORER $25 45 1 LAYEROUT $37 15 1 MACHINE OPERATOR $30.96 1 PAINTER $25.15 1 WELDER $30 12 1 Counties Covered: KITSAP FITTER $30.85 1 LABORER $7 93 1 LAYEROUT $47 37 1 MACHINE OPERATOR $35 79 1 WELDER $13 83 1 Supplemental To Wage Rates 11 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Counties Covered. KLICKITAT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $20 00 1 LABORER $20 00 1 MACHINE OPERATOR $20 00 1 PAINTER $20 00 1 Counties Covered. LEWIS FITTER $20.58 1 LABORER $10 00 1 MACHINE OPERATOR $25.21 1 PAINTER $9.72 1 WELDER $15.48 1 Counties Covered. OKANOGAN FITTER/WELDER $12.76 1 LABORER $9.00 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.98 1 Counties Covered: PACIFIC FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $15.00 1 PAINTER $11 41 1 WELDER $15.00 1 Counties Covered PIERCE FITTER $47 19 1 LABORER $28 96 1 LAYEROUT $47.89 1 MACHINE OPERATOR $27.80 1 PAINTER $30.22 1 WELDER $30.22 1 Counties Covered: SAN JUAN FITTER/WELDER $20.00 1 LABORER $20 00 1 MACHINE OPERATOR $20 00 . 1 PAINTER $20.00 1 Supplemental To Wage Rates 12 1 r i 1 1 1 1 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered: S KAG IT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15 16 1 LABORER $11.13 1 MACHINE OPERATOR $18 12 1 PAINTER $11 41 1 Counties Covered. SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10 44 1 MACHINE OPERATOR $17.21 1 PAINTER $17 03 1 Counties Covered SNOHOMISH FITTER $30 64 1 FITTER/WELDER $37 31 1 LABORER $30 61 1 LAYEROUT $31.77 1 MACHINE OPERATOR $28.84 1 PAINTER $11 10 1 WELDER $49 02 1 Counties Covered SPOKANE FITTER $12.59 1 LABORER $9 02 1 LAYEROUT $17 93 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $14.77 1 Counties Covered• STEVENS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 .1 PAINTER $11 37 1 WELDER $10 00 1 Counties Covered. THURSTON FITTER $24 88 1A 6T LABORER $16 61 1A 6T LAYEROUT $26 95 1A 6T MACHINE OPERATOR $22.81 1A 6T WELDER $19 72 1A 6T Supplemental To Wage Rates 13 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* (See Benefit Code Key) Classification Code Counties Covered: WALLA WALLA Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $14.90 1 LABORER $14 09 1 MACHINE OPERATOR $13 00 1 PAINTER $17.21 1 WELDER $14.90 1 Counties Covered. WHATCOM FITTER $43 12 1 FITTER/WELDER $25 66 1 LABORER $9 00 1 MACHINE OPERATOR $28.14 1 PAINTER $15 57 1 WELDER $24.48 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $9 80 1 LAYEROUT $37 42 1 MACHINE OPERATOR $14 59 1 PAINTER $12.46 1 WELDER $15 71 1 Supplemental To Wage Rates 14 11 it 11 11 11 1 k 1 1 1 1 1 1 1 1 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 ******************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday WAGE Code Code Classification Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $9.96 1 $8.61 1 Counties Covered CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered. FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $12.70 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13 67 1 Supplemental To Wage Rates 15 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 ******************************************************************************************************** Classification Code (See Benefit Code Key) Counties Covered: YAKIMA Over PREVAILING Time Holiday WAGE Code Code CRAFTSMAN $8.65 1 LABORER $7 93 1 Supplemental To Wage Rates II tI( 11 11 11 11u 7 u1 1 1 1 1 1 1 WSDOT's List of State Occupation not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 17 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127- 018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental to Wage Rates 1 - I 1 1 1 1 1 1 1 1 1 1 1 r; 18 11 1111 1 1 1 1 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental to Wage Rates 19 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO• Kerry S. Radcliff, Editor Washington State Register FROM• Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 20 1 - I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON STANDARD SPECIFICATIONS FOR GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS City of Yakima Project No. IR2059 Project No. 07035 The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-2 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS City of Yakima Project No. 1R2059 HLA Project Number 07035 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 6-20 1-08 PROSECUTION AND PROGRESS 6-30 1-09 MEASUREMENT AND PAYMENT 6-36 1'10TEMPORARY TRAFFIC CONTROL 6-44 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-45 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-47 2-03 ROADSIDE 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 6-50 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 6-53 7-09 WATER MAINS 6-53 7-12 VALVES FOR WATER MAINS 6-55 7-20 HDPE PIPE INSTALLATION REQUIREMENTS 6-56 8-04 CURBS, GUTTERS, AND SPILLWAYS 6-61 8-14 CEMENT CONCRETE SIDEWALKS 6-62 8-30 IRRIGATION FLOW METERS 6-62 APPENDIX A AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS s:\Peoscrs\2ommmomSPECS 308IRRIGATION nemn,.doc 6-3 SPECIAL PROVISIONS FOR CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS City of Yakima Project No. IR2059 HLA Project No. 07035 The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date APWA GSP) General Special Provision (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows. Regions ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in" Project Specific Special Provisions normally appear only in the contract for which they were developed. DESCRIPTION OF WORK City of Yakima Project No. IR2059 Irrigation system improvements including cleaning and inspection of approximately 4,900 linear feet of existing pipes; sliplining approximately 4,900 linear feet of new 2", 3", 4" and 6" HDPE pipe; trenching approximately 8,200 linear feet of new 2", 3", 4" and 6" HDPE pipe; installing approximately 330 service connections; and installing approximately 120 linear feet of 24" D.I. pipe and two ultrasonic flow meters. Work includes installation of new mainline valves, service G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-4 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 hot mix asphalt, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, lawns and other related improvements. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2006, referenced codes and organizations, and these Special Provisions 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS Section 1-01.3 is supplemented as follows. The terms defined in SECTION 1-01 3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchange- able. Engineer: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Inspector: The Engineer's Resident Engineer who observes the Contractor's performance. Standard Specifications: Working Drawings: The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation. Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. 1-01.3 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location" G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-5 The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid Alternate One of two or more units of work or groups of 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-6 Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor 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 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-7 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature, the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.6 PREPARATION OF PROPOSAL (******) Delete the second paragraph and replace with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. 1-02.7 Bid Deposit October 1, 2005 APWA GSP Supplement this section with the following Bid bonds shall contain the following: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-8 1. Contracting Agency -assigned number for the project; 2 Name of the project; 3. The Contracting Agency named as obligee, 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Prosect Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. This section is supplemented with the following: Clearly identified sealed bids will be received at the following location before the specified time Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1 A proposal will be considered irregular and will be rejected if: a The bidder is not prequalified when so required; b The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions, d The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed, g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02 6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02 6; or i The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation Add the following to Item 2. f. If changes to proposal form entries are not initialized. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGt.doc 6-9 1 1 1 1 1 1 1 1 1 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; 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 alt materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGI.doc 6-10 and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond 1-03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read. 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: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-11 a. Is registered with the Washington State Insurance Commissioner, and b Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work, 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of two years from and after the final acceptance thereof by the Contracting Agency In addition to the requirements for the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6 WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGt.doc 6-12 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a Unit bid prices previously approved b. An agreed lump sum. c. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09.6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following. After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.4(1) Minor Changes Replace with the following: Payments or credits for changes amounting to $10,000 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: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-13 1 1 The quantities of the following Bid Proposal Items are estimates for bidding purposes only There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to the Bid items listed below. Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1-04.11 FINAL CLEANUP Add the following Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461. 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05: • SECTION 1-05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES, paragraphs 3 through 7 • SECTION 1-05.6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5. • SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR: paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished G-\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-14 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 Specifications When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Shop Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Shop Drawing, or other means, that he (the Prime Contractor) has checked the Shop Drawing. The Contractor's stamp of approval on the Shop Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents. Shop Drawings shall be submitted in sufficient time to allow the Engineer not less than 20 working days for review The practice of submitting incomplete or unchecked Shop Drawings for the Engineer to correct or finish will not be acceptable, and Shop Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form. The Engineer will review with reasonable promptness Shop Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto. The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions. When the Shop Drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Shop Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Shop Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Shop Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Shop Drawings. Where a Shop Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-15 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 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. G:\PROJECTS\20071070351SPECS 308 IRRIGATION PH3 STG1.doc 6-16 No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) The following new section shall be added to the Standard Specifications If, within two years after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications. The Contractor agrees the above two-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after two (2) years, but prior to the expiration of the legal time period set forth in the laws of the State of Washington limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-17 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. 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-18 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, it will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows. Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 TESTING (NEW SECTION) (******) The following shall be added to the Standard Specifications: The Contractor shall be responsible for placing all materials as required by the Standard Specifications and these Contract Documents. All materials testing shall be performed by the Owner to assure 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). G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-19 Cement Concrete Curb, Gutter, and Sidewalk Concrete strength cylinders shall be taken and tested as determined by the Owner. Asphalt Paving Compaction of asphalt concrete pavement shall be as specified in SECTION 5-04.3(10)B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED Add the following. Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA) The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper 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) a\PROJECTS12007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-20 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception' The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies 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). G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-21 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 1-07.1 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima Water Distribution 2301 Fruitvale Blvd., Yakima, WA 98902 (509) 575-6196 City of Yakima Irrigation 2301 Fruitvale Blvd , Yakima, WA 98902 (509) 575-6194 City of Yakima Wastewater 204 W. Pine, Yakima, WA 98901 (509) 576-6302 Pacific Power 500 N Keys Road, Yakima, WA 98901 (509) 575-3146 Charter Communications 1005 No. 16th Ave., Yakima, WA 98902 (509) 494-7715 Cascade Natural Gas P 0 Box 1286, Yakima, WA 98907 (509) 457-5905 Qwest 8 S. 2"d Avenue, Yakima, WA 98902 (509) 575-7183 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 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-22 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 andoperators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following. 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48 The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below) C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D The insurance polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-23 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Huibregtse, Louman Associates, Inc. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07 18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07 18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. This section is supplemented with the following: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-24 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 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 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGI.doc 6-25 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-O7.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1-07.18(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 1-07.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design -related non -construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits. $1,000,000 per Claim If the scope of such design -related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. G:\PROJECTS\2007\07035tSPECS 308 IRRIGATION PH3 STG1.doc 6-26 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense The Contractor shall also maintain roads, streets,_sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping 4 Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (******) Add the following to the third paragraph. 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph. 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read. Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: G:\PROJECTS12007\070351SPECS 308 IRRIGATION PH3 STG1.doc 6-27 1 Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. And add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. 6. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall. a. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business, b. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; c. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; d. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and e. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. f. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occu- pant/occupants of the property 24 hours prior to the construction activity begin- ning If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following to the sixth paragraph 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. Add the following: Local access shall be maintained to the residents within the project limits at all times. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-28 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: Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. When construction activities will take place on private property or affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occu- pant/occupants of the property 48 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 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) G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc • 6-30 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 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; G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews, personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. Add the following to the first paragraph of the May 25, 2006 APWA GSP. The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08.0(3). 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08 0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1-08.1 SUBCONTRACTING (******) Add the following: The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGt.doc 6-32 Washington State Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I.D Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: % Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date Revised 6/97 is. ribution. White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 G:IPROJECTS12007\070351SPECS 308 IRRIGATION PH3 STG1.doc 6-34 Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date. a. 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 GENERAL 308 IRRIGATION SYSTEM PHASE 3/STAGE 1 IMPROVEMENTS required to provide customers with unrestricted irrigation water use shall be completed no later than March 14, 2008. Final paving and other repair work may be completed following March 14, 2008, but shall be completed no later than April 11, 2008. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment fore engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. Delete Item e. found in the APWA Supplement. 1-08.9 LIQUIDATED DAMAGES (******) The provisions of SECTION 1-08.9 of the Standard Specifications shall be modified as follows. Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following: If irrigation system piping improvements are not completed sufficiently to provide unrestricted use by irrigation customers by March 14, 2008, the Contractor agrees to pay the Owner the sum of G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-35 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $1,500.00 per day for each and ;evey calendar day said work remains uncompleted after expiration of the specified date u If unrestricted irrigation use is provided by the date required, but remaining Contract work is not completed by April 11, 2008, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT This section is supplemented with the following: Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contrac- tor'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) 1 (******) The following new section shall be added to the APWA Supplement: 1 1 Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the following: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-36 1. The lump sum price bid for "Mobilization" slU be full compensation for all labor, materials, tools, and equipment necessary to mobilize to the project site as defined in the Standard Specifications. Payment will be made in accordance with the Standard Specifications. 2. The lump sum price bid for "Project Temporary Traffic Control," shall be full compensation for all labor, materials, tools, and equipment necessary to provide Traffic Control Plans and traffic control for all project areas, as defined in Section 1-10 Temporary Traffic Control. 3 The lump sum price bid for "Clearing and Grubbing," shall be full compensation for all labor, materials, tools, and equipment necessary for removal and replacement of fences; removal, protection, and replacement of landscaping including shrubs, bushes, and plants; removal of trees and root balls, including backfill and compaction of imported top soil; removal of all surfaces encountered as required to accomplish the construction; removal of deleterious materials found during excavation; and potholing, including hauling to and disposal at an approved waste site. 4. The unit price bid for "Pipe Cleaning and Inspection," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to locate, inspect, and clean existing irrigation pipes including, but not necessarily limited to, cleaning all sand, silt, gravel, or other material from existing irrigation mains; de -rooting; removal and disposal of debris; providing televised pipe inspection; and providing a DVD tape recording and log of the inspection for review by the Owner. , 5. The unit price bid for "Obstruction Removal," per each, shall be full compensation for all labor, materials, tools, and equipment for removal of all pipe obstructions that cannot to be removed through cleaning efforts and will prevent the sliplining process, including existing service connections from existing irrigation pipe work including, but not necessarily limited to, locating obstructions, excavation, dewatering, cutting existing piping of whatever the nature of material encountered, removal and disposal of pipe obstruction, and backfill and compaction If the obstruction occurs at a location where a new service is to be installed, then no measurement will be made for this bid item, and all work shall be paid under the bid item "Service Saddle," per each No additional payment shall be made for removal of more than one obstruction if located within the same excavation area. 6. The unit price bid for "Access Pit," per each, shall be full compensation for all labor, materials, tools, and equipment necessary to construct launching and receiving access pits and prepare for insertion of liner pipe, including, but not necessarily limited to, sawcutting, excavation, dewatering, removal and disposal of existing pipe and materials, all equipment, equipment set-up and removal, temporary closures and reinstatements of the pit, connection of new piping, backfill, plugging abandoned pipes, and compaction. 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 HDPE Pipe," per linear foot. 7 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, concrete blocking, testing, and removal of existing sliplined pipe where required. 8. The unit price bid for "Trench -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, trench excavation, removal of existing pipe, dewatering, laying and joining the pipe and fittings, pipe zone bedding, fusing equipment, technical services, pipe connections, concrete blocking, detectable marking tape, backfill and compaction, concrete blocking, and testing. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-37 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9. The unit price bid for "24 -Inch D.I. Pipe and Fittings, In Place," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the ductile iron pipe and fittings including, but not necessarily limited to, excavation, dewatering, removal of existing 6" diameter PVC pipe, laying and joining the pipe, pipe zone bedding, concrete blocking, backfill and compaction, and testing. 10. The lump sum price bid for "Shoring or Extra Excavation," shall be full compensation for all labor, equipment, tools, and materials required to construct the shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, and compaction, all as shown on the Drawings and as specified herein. When extra excavation is used by the Contractor in lieu of constructing the shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional excavation, backfill, compaction, and other work required If select backfill material is required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 11. The unit price bid for " -Inch Gate Valve," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the gate valve in place including, but not necessarily limited to, excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans. 12 The unit price bid for "Service Saddle," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service saddle including, but not necessarily limited to, excavation, dewatering, preparation and fusion connection to the HDPE irrigation main, fusing equipment, technical service, testing, sealing the remaining annulus between the new pipe and existing irrigation main, connection to the new service lateral, backfill, and compaction. 13. The unit price bid for "Service Valve," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the service valve in place including, but not necessarily limited to excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans 14. The unit price bid for "Service Riser," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the service riser in place including, but not necessarily limited to, excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans. 15. 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. 16 The unit price bid for "Type 2 Valve Box," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new PVC valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, backfill, and compaction, adjustment to grade, as shown on the Plans. Concrete valve caps to be provided by the City. 17. 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 3/4 -Inch 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. 18. The unit price for "Blow -Off Assembly," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new blow -off including, but not necessarily limited to excavation, dewatering, backfill and compaction and drain G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PI -13 STG1.doc 6-38 1 rock; pipe, valves, fittings, and valve box; connection to system piping, and coordination with cement concrete curb and gutter installation, as shown on the Plans. 19 The lump sum price bid for "Mainline Tee and Valve Assembly," shall be full compensation for all labor, tools, materials, tools and equipment necessary to furnish and install the tee and valve assembly within an existing 36 -inch diameter reinforced concrete irrigation main including, but not necessarily limited to, potholing, excavation, dewatering, saw cutting, removal of existing reinforced concrete irrigation main, pipe bedding, connection to existing and new piping, backfill, and compaction, as shown on the Plans and as specified herein. 20. The unit price bid for "Ultrasonic Flow Meters and Electrical Vault," per lump sum, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to provide a complete installation of a new flow meter on the existing 36 -inch reinforced concrete pipe and on the new 24 -inch D.I. pipe, including installation of the flow sensors on the existing and new irrigation piping, installing the flow sensor cables and electrical conduit, installing a new electrical utility vault and mounting the flow transmitters in the new vault. This bid item shall also include all excavation, dewatering, backfill, compaction, and final site grading. 21. The unit price bid for "Roadway Excavation Including Haul," per cubic yard, shall be full compensation for all labor, tools, materials, and equipment necessary to complete this item as specified and as shown on the Plans including, but not necessarily limited to, excavation and removal of existing roadway materials of whatever nature encountered, and preparation and compaction of the roadway subgrade. 22. The unit price bid for "HMA Repair, Type ," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, sawcutting, removal and disposal of existing asphalt concrete surfacing from public or private property, placing asphalt, compacting, trimming, sloping, backfill, tack coat, or any other work required to complete the work, in place. This item also includes furnishing, installing, and maintaining cold mix asphalt on a temporary basis until hot mix asphalt becomes available. 23. The unit price bid for "HMA Cl. 3/8" PG64-28," 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, rotomilling curb -lines, compacting sub -base material, placing asphalt, compacting, trimming, sloping, backfill, tackcoat, or any other work required to complete the work, in place. 24. The unit price bid for "Gravel Surface Repair," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the material to the compacted depths shown on the Plans including, but not necessarily limited to, surface preparation; placing aggregate, spreading, shaping, watering, and compacting; and any other work required to complete the work, in place 24. 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 "Seeded Lawn Repair," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new seeded lawn, including, but not necessarily limited to, finished grading, surface preparation, top soil, fertilizing, placing seed and mulch and/or hydroseeding, and monitoring the newly seeded area until grass has been established and exhibits vigorous growth. 27. The unit price bid for "Cement Concrete Curb and Gutter," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new cement concrete curb and gutter, including, but not necessarily limited to, G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-39 sawcutting, removal and disposal of existing curb and gutter, surface preparation, placement of aggregate base, placement of cement concrete curb and gutter, rebar in depressed sections, finishing, jointing, and curing. 28 The unit price bid for "Concrete Slab, -Inch," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new concrete slab including, but not necessarily limited to, sawcutting, removal and disposal of existing concrete surfacing from public or private property, surface preparation, placement of aggregate base, placement of cement concrete, rebar (6" slabs), finishing, jointing, and curing. 29 The unit price bid for "Crushed Surfacing Top 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 or concrete pavement trench repair areas, asphalt pavement areas including aggregate materials, placing, watering, and compacting, at locations shown on the Plans, and as directed by the Owner. 30. The unit price bid for "Select Backfill," 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 and compaction. 31. The unit price bid for "Hand Placed Riprap," per cubic yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the riprap protection to the line and grade shown on the Plans including excavation, placement, and shaping. 32. For the bid item "Minor Change," refer to Section 1-04.4(1) Minor Changes of the Technical Specifications. 1-09.4 EQUITABLE ADJUSTMENT (******) Replace Item 2 b. with the following 2.b. Per Section 1-09 6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification: (******) The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1-09.7 MOBILIZATION (******) Add the following to the first paragraph 4. The cost of the project sign(s) shown on the Plans which are required to be installed at the site through the duration of construction. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-40 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 Tess. 1. Retainage per Section 1-09 9(1); 2. The amount of Progress Payments previously made, and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39 04.250 The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. 1-09.9 PAYMENTS (******) Add the following: The estimate cutoff date discussed above shall be the last working day of each month The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-41 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 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-42 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. 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 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-43 1-09.11(3) TIME LIMITATIONS AND JURISDICTION Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read• The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1002.GR1 TRAFFIC CONTROL MANAGEMENT Traffic Control Management 1002012.GR1 (August 2, 2004) Section 1-10.2(2) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following• The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-44 1-10.2(2) Traffic Co tro Plans (******) This section is supplemented with the following - The Contractor shall be required to prepare traffic control plans required to complete the work. The Contractor shall designate a Traffic Control Supervisor who shall prepare signing plans to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plans shall be prepared by a Traffic Control Supervisor and shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. If the construction, repair, or maintenance work includes or uses grooved pavement, abrupt lane edges, steel plates, or gravel or earth surfaces, the construction, repair, or maintenance zone shall be posted with signs stating the condition, as required by current law, and in addition, must warn motorcyclists of the potential hazard. The sign shall include at least the following language: "MOTORCYCLES USE EXTREME CAUTION." 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.GRI (August 2, 2004) Section 1-10 4(1) is supplemented with the following. The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. (******) Add the following: There will be no separate measurement or payment for the Traffic Control Supervisor. All costs associated with the Traffic Control Supervisor shall be included in the unit price for "Project Temporary Traffic Control," per lump sum. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION (******) This section is supplemented with the following: The Contractor may be required to clear and grub beyond the right of way line, where specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1 doc 6-45 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:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.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: S. Seventh Street Street excavation shall consist of removing the existing material of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross-section shown on the Plans or as staked in the field. The material to be excavated shall be classified as "Un- classified 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, G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-47 2. Over -excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing base course. The contractor may be instructed to install construction geotextile for soil stabilization in the excavation, 3. Or a combination of any of the above. Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Including Haul" and "Crushed Surfacing Base Course" and applying the unit bid price. No separate compensa- tion 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 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, "Unclassified Excavation including Haul" will be measured by the cubic yard: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this Contract, and the alignment, profile, grade, and roadway section as shown on the Plans and as staked by the Engineer. Control stakes will be G:\PROJECTS\2007107035\SPECS 308 IRRIGATION PH3 STG1.doc 6-48 set during construction to provide the Contractor with all essential information for the construction of excavation and embankment. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method 2-03.5 PAYMENT This section is supplemented with the following "Unclassified Excavation Including Haul," per cubic yard: Payment shall be made per Section 1-09.3(11) 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 separate measurement shall be made for "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. Payment shall be per Section 1-09 3(11) Description of Bid Items. 2-11 TRIMMING & CLEANUP 2-11.5 Payment (******) This section is supplemented with the following: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-49 When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items. 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS This section is supplemented with the following: No source has been provided for any aggregate or dirt or other materials necessary for the construc- tion of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR (******) This section is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) This section is supplemented with the following• Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D698 (Standard Proctor). The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with failed testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5-04 HOT MIX ASPHALT 5-04.1 DESCRIPTION Add the following: An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. The Contractor will be required to patch existing street surfaces which are to remain, where utility trenches were excavated and backfilled prior to or along with this project. The Contractor shall be required to furnish, install, and maintain cold mix asphalt pavement at all pavement repair locations until or unless Hot Mix Asphalt is available No area requiring pavement repair shall remain unpaved for more than 5 working days following the initial excavation, unless otherwise directed by the Engineer. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-50 Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to existing adjacent elevations and the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications 5-04.2 MATERIALS This section is supplemented with the following: Hot mix asphalt used on this project shall .be HMA Class 3/8 -Inch PG64-28 conforming to the provisions of Section 5-04 of the Standard Specifications. 5-04.3(2) HAULING EQUIPMENT (******) This section is supplemented with the following: Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. 5-04.3(5)A PREPARATION OF EXISTING SURFACE (******) This section is supplemented with the following: The Contractor will be required to patch existing asphalt pavement street surfaces which are to remain, where utility trenches were excavated and backfilled prior to or along with this project. Trench patching with Hot Mix Asphalt (HMA) shall be completed within five (5) working days of backfilling, and all patch joints shall be sealed per 5-04.3(5)E. No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer. 5-04.3(5)E PAVEMENT REPAIR General (******) This section is supplemented with the following - After the completion of trench and patch repairs, the Contractor shall seal the joints with CSS -1 and concrete sand The cost of sealing shall be included in the unit contract price for "HMA CI 3/8 -inch PG 64-28" or "HMA Repair, Type ." 5-04.3(7)A MIX DESIGN General (******) This section is supplemented with the following: The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design has been approved within the previous twelve month period using aggregate and asphalt binder from the same sources. The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving. Delete Paragraph 1 in Subsection 2. Statistical or Nonstatistical Evaluation. The Contractor shall be responsible for the verification of the mix design 5-04.3(9) SPREADING AND FINISHING (******) Section 5-04.3(9) of the Standard Specifications is revised with the following: Unless otherwise approved by the Engineer, the nominal compacted depth of any layer of HMA shall not exceed 0.25 feet. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGI.doc 6-51 5-04.3(10) COMPACTION 5-04.3(10)B CONTROL (******) Section 5-04.3(10)B CONTROL, of the Special Provisions shall be deleted and replaced with the following: Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice density, ASTM 2041. 5-04.3(11) REJECT HMA (******) This section is supplemented with the following: Delete all references to Combined Pay Factor (CPF). Payment will be made on the basis of the unit contract price for HMA Cl. 3/8 -inch for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5-04.3(13) SURFACE SMOOTHNESS (******) This section is supplemented with the following: Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth -riding connection to the existing pavement. HMA Cl. 3/8 -inch shall be utilized in the construction of the feathered connections to existing pavement. All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Repair, Type or "HMA Cl. 3/8 -inch PG 64-28." All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7-05.3(1) 5-04.3(15) HMA ROAD APPROACHES (******) This section is supplemented with the following: Any portion of the existing driveway (road approach) beyond the construction limits that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer. Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to provide safe ingress and egress and shall be constructed of materials in kind, as shown on the plans, or as otherwise directed by the Engineer. All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth and no damage occurs to the pavement which is to remain. 5-04.3(17) PAVING UNDER TRAFFIC (******) This section is supplemented with the following: Delete the following in paragraph 5: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-52 "except the costs of temporary pavement markings" 5-04.3(21) ASPHALT BINDER REVISION (******) Section 5-04.3(21) is deleted. 5-04.5 PAYMENT (******) This section is supplemented with the following. Measurement and Payment shall be per SECTION 1-09.3(1) Description of Bid Items The following sections are deleted 5-04.5(1) Quality Assurance Price Adjustment 5-04.5(1)A Price Adjustment for Quality of HMA 5-04.5(1)B Price Adjustment for Quality of HMA Compaction 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE (******) This section is supplemented with the following: 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: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGI.doc 6-53 This work shall consist of constructing HDPE irrigation lines and Ductile Iron pipe and fittings in accordance with the Plans and Specifications. 7-09.1(1)C GRAVEL BACKFILL FOR PIPE ZONE BEDDING Add the following. Imported pipe zone bedding for flexible pipes shall be crushed surfacing top course meeting the requirements of section 9-03.9(3), and shall be placed and compacted in layers as designated by the Engineer. Pipe zone bedding for rigid pipes shall be native or imported gravel bedding material meeting the requirements of SECTION 9-03.12(3), oras approved by the Engineer. 7-09.1(1)E TRENCH BACKFILL Add the following: Imported select backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers. The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of SECTION 9-03.9(3), or as approved by the Engineer. 7-09.2 MATERIALS (******) Revise this section as follows: 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 Add the following: Ductile iron pipe and fittings shall conform with the requirements of SECTION 9-30.1(1) and 9-30.2(1) of the Standard Specifications except that it shall be Standard Thickness Class 52. Ductile iron pipe shall be cement -mortar lined and shall conform to ANSI A-21.11 and shall be U S. Tyton joint pipe or approved equal. Rubber ring gaskets shall conform to ANSI A-21.11. All cast iron fittings and flanged ductile iron fittings shall be Class 250 and all ductile iron mechanical joint fittings shall be Class 350 conforming to ANSI/AWWA C110/A-21.10 and ANSI/AWWA C153 A-21.53. Mortar lining shall be same thickness as for pipe. Where called for on the Plans, restrained joint pipe and fittings 36 -inch and smaller, pipe shall be supplied with Romac RomaGrip, EBBA Iron MEGALUG, or approved equal, follower gland assembly. 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-54 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 requirements. No further trenching will be allowed until the specified density is achieved in the test section Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.4 MEASUREMENT (******) 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 7-1.2.2 of the Standard Specifications: Gate Valves: All gate valves size 2 -inch through 6 -inch shall be resilient seated gate valves conform- ing 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. Valves smaller than 2 -inch shall have screw type end connections and be non -rising stem, screwed bonnet, solid wedge disc type having a minimum working pressure of 200 psi. Valves shall be Crane 438, Stockham 103, or equal. Valve Boxes• The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high, extension sections shall be Rich Model 044, or equal, 12 inches high. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-55 7-12.3 CONSTRUCTION REQUIREMENTS (******) Add the following to SECTION 7-12.3 of the Standard Specifications. Upon completion of all work in connection with this Contract, all valves involved in this work shall be opened and the Engineer so notified. The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt paving, gravel surfacing, or topsoil surfacing. 7-12.5 PAYMENT (******) Payment shall be per Section 1-09 3(1) Description of Bid Items 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 7-20.1 DESCRIPTION (******) The intent of this Specification is to provide general requirements for the rehabilitation of the existing irrigation system piping with new HDPE piping. These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is the rehabilitation of the existing irrigation system piping to provide leakproof, pressurized irrigation service. Therefore, the precise materials and the methods outlined are not described in detail in the following Sections All materials and methods used shall be approved by the Engineer, prior to beginning work. 7-20.2 MATERIALS High Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 3408 polyethylene resin. The Standard Dimension Ratio (SDR) shall be SDR 11 for pipe sizes 10 -inch diameter and smaller. Pipe material shall be provided in straight segments and no coiled pipe will be allowed. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications. The certificate shall state the specific resin used, its source, and list its compliance with these Specifications. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date. Polyethylene fittings shall 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 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-56 the fittings supplied shall comply with the appropriate sections of AWWA C901, AWWA C906, or CSA B137 1. Pipe stiffeners shall be used in conjunction with mechanical restrained fittings Pipe stiffeners shall be designed to support the interior wall of the HDPE and maintain pipe round. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed for 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE 7-20.2(1) HANDLING OF HDPE PIPE The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed or the section of pipe rejected. 7-20.3 CONSTRUCTION REQUIREMENTS 7-20.3(1) PREPARATION OF EXISTING LINES (******) It shall be the responsibility of the Contractor to clean and clear the existing irrigation lines of obstructions, solids, roots, collapsed pipe, or any other impediment or material which prevents proper insertion of the sliplining pipe. If inspection reveals an obstruction that is not at the location of an access pit or new service connection, the Contractor shall make an excavation to expose and remove or repair the obstruction. Such excavation shall be approved by the Owner prior to the commencement of the work. 7-20.3(1)A CLEANING EXISTING PIPE (******) The Contractor shall be required to furnish all labor, equipment, appliances, and materials necessary for cleaning the irrigation system pipes including the removal of all debris, roots, solids, roots, sand, rock, etc., from the existing irrigation lines The existing irrigation mains shall be cleaned using mechanical, hydraulically -propelled, and/or high velocity cleaning equipment. The cleaning process shall remove all debris from each irrigation main segment. All 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-57 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 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 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-58 manufacturer's recommendations and ASTM -F-585. The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400°F and interface fusion pressure of 75 psi. Socket fusion, hot gas fusion, threading, or solvent -cement joints and epoxies are not permitted. The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained and certified within the past twelve months Copies of certifications shall be provided to the Engineer prior to construction. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure. The Contractor shall maintain a log of all fusion activity on the project. At a minimum, the fusion log shall indicate the following parameters: Name of technician, plan location, time, ambient temperature, fusion temperature, fusion pressure, fusion duration, and cool -down time. All fused joints shall be watertight and shall have a tensile strength equal to that of the pipe All joints are subject to acceptance by the Owner prior to insertion. All defective joints shall be cut out and replaced at no additional cost to the City. The Contractor shall remove all HDPE trimmings or other miscellaneous material from the inside of the pipe being butt fused prior to installation. All pipe, both new and existing, shall be adequately covered at the end of each working day to prevent entry by animals (i.e rodents, cats, etc.). If pipe is left open and unattended by the Contractor, he shall be responsible for verifying no animals have entered the pipe and provide suitable evidence to the Engineer. The Contractor shall not continue work until such evidence is provided and accepted by the Engineer. 7-20.3(2)B SLIPLINING WITH HDPE PIPE Sliplining shall be accomplished with a power winch and steel cable connected to the end of the liner by use of an appropriate nose -cone pulling head. During insertion of the new HDPE pipe, precautions should be taken to protect the liner pipe as it is pulled into the existing irrigation main piping. Any cuts, gouges, or scrapes equal to 10% of the liner wall thickness shall be cause for rejection of that portion of the liner pipe Once the insertion is initiated, the pull shall be completed without interruption. At the Contractor's option, as recommended by the pipe manufacturer, the liner pipe may be pushed into position, or a combination of pushing and pulling techniques may be used to insert the liner. The manufacturer's recommendations shall be followed regarding relaxation and thermal equilibrium of the liner prior to terminal and service connections, but shall not be less than 2 hours. Following the required time, terminal and service connections may be made, the annulus of the existing pipes shall be sealed, and backfilling of open pits may be completed. 7-20.3(2)D WINCHING (******) The winch shall be of the constant load type but shall be fit with a direct reading load gauge to measure the winching load. At the end of each day's winching, the Contractor shall provide the Owner with copies of the forces recorded in winching at the start of any pull and during the pull at increments of 50 feet of winching distance and at any restart after temporary stops 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. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-59 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)E INSERTION OR ACCESS PITS (******) The Contractor shall construct insertion or access pits at locations which maximize pulling distances and directions, and which minimize disruption to traffic and impacts to adjacent properties. Proposed access pit locations are shown on the Plans for the Contractor's consideration. The final number and location of insertion or access pits shall be proposed by the Contractor and approved by the Owner prior to excavation. The length of the access pit shall be a minimum of 12 times the diameter of the liner plus the sloping ends of the pit. The ends of the pit shall be sloped at a minimum of 2.5 to 1 slope from the ground surface to the top of the existing irrigation main. The sides of the pit shall be properly braced per local, state, and federal regulations. The width of the access pit shall be a minimum of the outside diameter of the existing irrigation main plus 12 inches, but shall not exceed 3 feet in width. The access pit shall allow insertion of continuous pipe length without bending to a smaller radius of curvature than permissible by the manufacturer. The top of the existing irrigation main shall be exposed to the spring line and the crown of the pipe shall be removed for the full length of the insertion pit. Care shall be taken not to disturb the bottom portion of the existing irrigation main. In addition, the top of the pipe length to be inserted shall be protected from damage at the entry into the pipe to be sliplined 7-20.3(2)F SERVICE CONNECTIONS (******) New irrigation service connections shall be made at locations as shown on the Plans or as otherwise directed by the Owner. All existing and new service connections shall be identified and located prior to pipe rehabilitation work. All existing service connections shall be removed in entirety from the existing main and all locations requiring new service connection shall be prepared by removing a minimum of a 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 according to manufacturer's recommendations. Service saddles shall provide a 3/4 -inch service and shall match the size and type of pipe of the new irrigation main. A mechanical -assist tool shall be used to fuse saddles to new irrigation pipe and all fusing shall be done in strict accordance with the pipe manufacturer's recommendations. Holes made in the HDPE irrigation main for services shall be full circle and match the service size (i.e. 3/4" hole for 3/4" service, etc.). Following sufficient cooling time, all service saddle connections shall be pressure tested by the Contractor and approved by the Owner prior to tapping the main, completion of the service, and backfilling operations. The Contractor shall prove new service connections are connected to the intended private irrigation system using compressed air, or other method as proposed by the Contractor and approved by the Engineer. G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-60 7-20.3(2)G LEAK TESTING (******) Pressure testing shall be conducted in accordance with ASTM F2164, Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic Pressure. The HDPE pipe shall be filled with water raised to test pressure and allowed to stabilize The test pressure shall be 60 psi. The pipe shall pass if the final pressure is with 5% of the test pressure for 1 hour. The service shall pass if the final test pressure maintains for a minimum of 10 minutes. For safety reasons, hydrostatic testing only will be used. The Contractor shall maintain a log of all pipe and service testing on the project. At a minimum, the testing log shall indicate the following parameters• Name of technician, time, test pressure, test duration, and whether the test passed or failed. 7-20.4 MEASUREMENT AND PAYMENT (******) Measurement and payment shall be per Section 1-09 3(1) Description of Bid Items. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS (******) This section is supplemented with the following: Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheel- chair ramp locations as shown on the Plans and as directed in the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter The template shall extend from the bottom of curb to the top of the curb, and shall have a minimum length of 8 feet, with the 6 -foot long transition centered in the template. The Contractor shall also be required to use a template at the back of Driveway/Depressed curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. The new concrete curb and gutter shall be cured in accordance with SECTION 5-05.3(13)B of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. First-class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer The Contractor shall be required to construct a minimum 10 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer. This "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: G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-61 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Payment for "Cement Concrete Curb and Gutter" shall be per Section 1-09.3(1) Description of Bid Items. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(3) PLACING AND FINISHING CONCRETE This section is supplemented with the following. All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness. All concrete approaches located behind a Depressed curb and gutter section shall be six (6) inches in thickness. Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with SECTION 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense First-class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. 8-14.5 PAYMENT This Section is supplemented with the following: Payment for "Concrete Slab, -Inch," shall be per Section 1-09.3(1) Description of Bid Items. 8-30 IRRIGATION FLOW METERS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: 8-30.1 DESCRIPTION Ultrasonic transient time irrigation flow meters shall be furnished and installed, complete and operable on the existing and new underground irrigation pipes, as shown on the Plans and specified herein. The work in this section shall include, but not necessarily be limited to, furnishing and installing the sensors, sensor holders, sensor cables and electrical conduit, transmitters, the electrical vault to house the transmitters, calibration and startup of the flow meters, and flow meter testing. Work in this section also includes cutting a hole in the existing reinforced concrete pipe to determine wall thickness at the meter location and repairing the test hole prior to backfill, as called out on the Plans The sensors and transmitters shall be installed at the location indicated on the drawings and per the manufacturer's recommendations 8-30.1(1) Manufacturer A. The flow meters shall be SONOKIT 8000 as manufactured by Siemens Energy and Automation, Inc. 1201 Sumneytown Pike, Spring House, PA 19477-0900, or approved equal, with a minimum sensor cable length of 60 -feet. The sensors shall come with necessary holders and/or mounting saddles and installation template(s) for retrofit installation in an existing pipe. The transmitters G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-62 shall be battery powered and come with mounting brackets for installation on the wall of a new electrical utility vault. Ultrasonic transient time irrigation flow meter model number shall be as follows: 1. Siemens Model Number 7ME3440-3TB11-2DA4-ZL02L48 — for installation on a new 24 - inch Ductile Iron Pipe 2. Siemens Model Number 7ME3440-5B(Wall Thickness)41-2DA4-ZL02L48 — for installation on an existing 36 -inch reinforced concrete pipe. Model number shall be completed after field determination of reinforced concrete pipe wall thickness at meter location by the Contractor. 8-30.1(2) Submittals A. Submittals shall include the following, and shall be provided to the Engineer for review prior to construction. 1. Flow meters: A complete description of the flow sensors, transmitters and accessories used, including specification sheets for construction and operation. 2 Electrical Materials: All materials not supplied by flow meter manufacturer, including electrical conduit, junction boxes, mounting devices, etc. 3. Electrical Utility Vault: Shop drawings showing all applicable dimensions. Product data for all utility vault accessories, including access hatch. B. Operating and Maintenance Manuals. Six sets of Installation, Operation and Maintenance Manuals shall be provided. 8-30.1(3) Warranty All workmanship and materials shall be warranted by the contractor as provided in the General Conditions of these Specifications. The manufacturer of the flow meter, transmitters and accessories shall provide a 2 -year warranty on these components, beginning on the date of formal project acceptance by the Owner. 8-30.2 MATERIALS 8-30.2(1) Ultrasonic Transient Time Flow Meter A. Ultrasonic transient time type flow meters shall be provided and installed per manufacturer's recommendations, as specified, and as shown on the drawings. B. Range of flows for the meter is expected to be 5-15 CFS for the 24 -inch pipe and 10-30 CFS for the 36 -inch pipe, and shall be calibrated for the range. The flow meter shall provide a measurement accuracy of <_ 2 0% upon installation. Flow velocities within the pipe being metered shall be between 0.8 ft/s and 33 ft/s. C. The flow sensors, holders and mounting saddles shall be capable of being directly buried (refer to the manufacturer's instructions for bedding requirements around flow sensors, cables and accessories). The meters shall be capable of measuring flow in pipes with a maximum working pressure of 80 psi and maximum liquid temperature of 140°F D The flow transmitters shall have a NEMA 4X (IP67) rated enclosure and be battery operated with a minimum battery life of 6 -years. The transmitter shall be capable of reading and displaying units of flow in CFS (cubic feet per second) and totalized volume in MG (million gallons). G:\PROJECTS12007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-63 8-30.3 CONSTRUCTION REQUIREMENTS 8-30.3(1) Installation, Testing And Startup A. Prior to order or installation of the ultrasonic transient time flow meters, a hole shall be cored in the existing 36 -inch reinforced concrete pipe near the meter location to determine wall thickness and outside diameter of the pipe. The test hole shall be repaired as called out on the Plans prior to backfill. B. Construction and installation of equipment shall be in conformance with these specifications and Drawings, and with the manufacturer's instructions. Location of meters and facilities in the field shall be as shown on the Drawings and as directed by the Engineer. C Excavation requirements for installation of the flow meters shall be in conformance with the manufacturer's instructions and all applicable safety codes. No additional payment will be made for shoring or extra excavation required for work in this section. D. The transmitters shall be installed in a position so the display can be easily read during normal operations. Displays which read sideways or upside-down will not be acceptable. E All construction, including testing of meter system, shall be complete and ready for operation. A manufacturer's representative shall provide one day of on-site testing of the meter after flow has been returned to the irrigation pipelines. The manufacturer's representative shall provide formal instruction to the City of Yakima and the Engineer on operation and maintenance of the flow meter components upon completion of the flow meter installation and testing. The manufacturer's representative shall provide a certificate of proper installation and calibration for the meter. F. After 11 months of operation of the meter system, the manufacturer's representative shall provide one day of additional service for meter recalibration, operational check of all system components, and additional operator training. Time for 11 month service shall be coordinated with the City. Cost for 11 month service shall be included in initial cost for construction. 8-30.4 MEASUREMENT AND PAYMENT No separate measurement will be made for irrigation flow meters. Payment for irrigation flow meters shall be included in the lump sum price bid for the "Furnish and Install Irrigation Flow Meters" as described herein, shown on the Plans, and as described in Section 1-09.2(1) Description of Bid Items. STDPLANS.GR9 STANDARD PLANS January 3, 2006 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 06-001, effective January 3, 2006 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA" C-1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from 1". G:\PROJECTS\2007\070351SPECS 308 IRRIGATION PH3 STG1.doc 6-64 C-11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C -14h In the TABLE, in column "B": 3'- 0", 3'- 2 '/", and 3'- 4 '/2" are revised to 2'- 0", 2'- 2 '/4", and 2'- 4 12" respectively. In the TABLE, in column "C 2'- 4", 2'- 6'/4", and 2'- 81/2' are revised to 3'- 4", 3'- 6'/4", and 3'- 8 1/2" respectively. G -8q Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the parenthetical specification "12 GAGE" is revised to "7 GAGE". K-1 through K-27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-1 ... 5/13/02 A-4 3/07/97 A-7 10/04/05 A-2 5/09/02 A-5 2/24/03 A-3 5/30/02 A-6 ................... .2/24/03 B-1 ..... 11/08/05 B -4h ....5/09/97 B -21a ..............7/13/05 B -la 11/08/05 B-7 11/23/04 B-22 . 7/21/03 B -lb 11/08/05 B -7a .2/09/05 B -22a ... ..........8/01/97 B -le 5/20/04 B-8 6/23/04 B -23a ........... ....2/25/05 B -1z .6/23/04 B -8a 6/23/04 B -23b 2/25/05 B-2 2/25/05 B-9 11/23/04 B -23c . ......5/20/04 B -2a . ................2/25/05 B -9a 11/23/04 B -23d 5/09/97 B -2b... . ..6/17/02 B -9b... 11/23/04 B-25 6/30/04 B -2c .. ..... 6/17/02 B -9c 11/23/04 B -25a 11/08/05 B -2d 6/17/02 B -9d . 11/23/04 B-26. . ...11 /08/05 B -2e 2/25/04 B-11 . 2/25/05 B-27. . ....11/08/05 B-3 1/28/02 B-13 . 2/25/05 B -27a ........ ....11/08/05 B -3a 5/09/97 B-18 2/25/05 B -27b 11/08/05 B -4b .2/09/05 B -18a 7/13/05 B-28... ... .....11/08/05 B -4c .2/09/05 B -18b 7/13/05 B-29..... ... .11/08/05 B -4d 9/16/02 B-19.......... .5/30/97 B-30. 11/08/05 B -4f .5/09/97 B -20d 6/30/04 B-34.. ..... . .....3/03/05 B -4g 7/18/97 B-21 7/13/05 C-1. 10/31/03 C -2t ..... 3/03/05 C -8d 11/08/05 C-1 a ... . ..7/31/98 C-3 . 10/04/05 C -8e ... ........11 /08/05 C -lb 10/31/03 C -3a 10/04/05 C -8f........... 6/30/04 C -lc ....5/30/97 C -3b 10/04/05 C-10 ...... ........7/31/98 C -1d .10/31/03 C -3c 10/04/05 0-11 5/20/04 C-2. ....1/06/00 C -3d . 3/03/05 C -11a .... .........5/20/04 C -2a ....7/17/98 C-4 ................. 7/13/01 C-11 b ..5/20/04 C -2b 6/12/98 C -4a 2/25/05 C-12........ ... 7/27/01 C -2c ......... .. ..2/20/03 C -4b 6/23/00 C-13... ... . .......... 4/16/99 C -2d .5/22/98 C -4e ....2/20/03 C -13a... ....... .4/16/99 C -2e 3/07/97 C -4f 6/30/04 C -13b 4/16/99 C -2f. 3/14/97 C-5 . 10/31/03 C -14a. . .. .. 7/26/02 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGI.doc 6-65 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C -2g 7/27/01 0-6 5/30/97 C -14b 7/26/02 C -2h 3/28/97 C -6a ..... 3/14/97 C -14c 7/26/02 C -2i 3/28/97 C -6c ... 1/06/00 C -14d ................7/26/02 C -2j 6/12/98 C -6d .... ..5/30/97 C -14e 7/26/02 C -2k 7/27/01 C -6f . . ..7/25/97 C -14f. .9/02/05 C -2n .....................7/27/01 C-7 10/31/03 C -14g 9/02/05 C -2o 7/13/01 C -7a 10/31/03 C -14h... . . ...12/02/03 C -2p .. . 10/31/03 C-8 4/27/04 C -14i 12/02/03 C -2q 3/03/05 C -8a .7/25/97 C -14j. 12/02/03 C -2r . 3/03/05 C -8b 7/17/98 C -16a 11/08/05 C -2s 3/03/05 C -8c 11/08/05 C -16b 11/08/05 D -la 1/23/02 D-2.30-00 11/10/05 0-2.80-00 11/10/05 D -lb 10/06/99 0-2.32-00 11/10/05 D-2 82-00 11/10/05 D -lc 10/06/99 D-2.34-00 11/10/05 D-2.84-00... ..11/10/05 D-1 d . 10/06/99 D-2.36-00 11/10/05 D-2 86-00 11/10/05 D -le 1/23/02 D-2.38-00 11/10/05 D-2.88-00 ........11 /10/05 D -1f ...10/06/99 D-2.40-00 11/10/05 D-2.92-00 ......11/10/05 D-2.02-00 11/10/05 D-2 42-00 11/10/05 D-3 7/13/05 D-2.04-00..........11/10/05 D-2.44-00 11/10/05 D -3a 6/30/04 D-2.06-00.. .......11/10/05 D-2.46-00 11/10/05 D -3b .6/30/04 0-2.08-00 11/10/05 0-2.48-00 11/10/05 D -3c 6/30/04 0-2.10-00 11/10/05 D-2.60-00 11/10/05 0-4 12/11/98 D-2.12-00.. .......11 /10/05 D-2.62-00 11/10/05 D-6....... . 6/19/98 D-2.14-00......... .11/10/05 D-2.64-00 ....... 11/10/05 D-7. 10/06/99 0-2.16-00 11/10/05 D-2.66-00 11/10/05 D -7a 10/06/99 D-2.18-00 .11/10/05 0-2.68-00 11/10/05 D-9 12/11/98 0-2.20-00 .11/10/05 0-2.78-00 11/10/05 E-1 . 7/25/97 E-4 .....8/27/03 E-5 .5/29/98 E-2 5/29/98 E -4a 8/27/03 F-1 12/17/02 F -2c...... .6/23/04 F -3c 2/09/05 F -la 12/17/02 F -2d ....... . .. 6/23/04 F -3d . 2/09/05 F-2 8/27/99 F-3 1/13/03 F -3e 2/09/05 F -2a . ... ...........6/23/04 F -3a 2/09/05 F-4 1/13/03 F -2b . 2/09/05 F -3b 9/02/05 G-1 9/12/01 G-6 8/27/03 G -8e 8/18/04 G-2. 6/04/02 G -6a 8/27/03 G -8f 11/09/05 G -2a ................ 6/04/02 G -6b.... 8/27/03 G -8g 11/09/05 G-3.... .. .. .. .......... 11/09/05 G-7 7/18/97 G -9a 6/25/02 G -3a . 11/09/05 G -8a 12/15/04 G -9b ..........2/09/05 G -3b 11/09/05 G -8b 11/09/05 G -9c 11/23/04 G -4a 11/09/05 G -8c 8/18/04 G -9d ..2/09/05 G -4b .............. . 6/30/04 G -8d 12/15/04 H-1 1/10/02 H-4 .....................8/18/04 H-10 5/29/98 H -la 4/14/00 H -4a 2/25/05 H-12 2/25/05 H -lb .... .............3/04/05 H -4b ................. 2/25/05 H -12a.... ........ . 2/25/05 H -lc 3/04/05 H-6 .. ... ... ... 10/29/03 H -12b .............2/25/05 H -1d .1/10/02 H-7 .8/10/98 H-13 2/25/05 H -le ...... 4/14/00 H-8 ... ...... ...... 9/18/98 H -13a 2/25/05 H-2. 3/04/05 H-9 ..................4/18/97 H-14 2/09/05 1-1 ........ 7/18/97 1-6 . .. 7/17/03 1-11 9/11/03 1-2 4/23/99 1-7 7/17/03 1-12 7/17/03 1-3 8/20/99 1-8 7/17/03 1-13 ..................7/17/03 1-4 7/17/03 1-9 7/17/03 1-14 7/17/03 1-5...... 7/17/03 1-10 7/17/03 1-15 7/13/05 G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 6-66 J -lb 10/08/99 J -6g . 12/12/02 J-11 a ..... .. ... 9/02/05 J -lc 4/24/98 J -6h ........ . 4/24/98 J-11 b ... . ....9/02/05 J -le 8/01/97 J -7a ... .. 9/12/01 J -11c . 9/02/05 J-1 f ........... ... ..6/23/00 J -7c ........ ..... . 6/19/98 J-12 11/08/05 J-3 .....................8/01/97 J -7d ......... ... .4/24/98 J -15a ........... ..10/04/05 J -3b 3/04/05 J -8a ........ 5/20/04 J -15b ... ......10/04/05 J -3c ... . 6/24/02 J -8b 5/20/04 J -16a 3/04/05 J -3d 11/05/03 J -8c ...... ..... 5/20/04 J -16b ....... ...9/02/05 J-5.... 8/01/97 J -8d . . ........5/20/04 J-18 .. 9/02/05 J -6c ..... .. .4/24/98 J -9a . .. 4/24/98 J-19 ... 9/02/05 J -6f 4/24/98 J-10. 7/18/97 J-20 . 9/02/05 K-1 12/20/02 K-10 ....12/20/02 K-19. 12/20/02 K-2.. .... ...12/20/02 K-11 12/20/02 K-20 12/20/02 K-3 12/20/02 K-12 ... 12/20/02 K-21 ...... .. 12/20/02 K-4 12/20/02 K-13 .. 12/20/02 K-22 12/20/02 K-5 . 12/20/02 K-14 ...12/20/02 K-23 12/20/02 K-6 12/20/02 K-15 ................12/20/02 K-24 12/20/02 K-7 .12/20/02 K-16 ................12/20/02 K-25 12/20/02 K-8 ........ .. 12/20/02 K-17 . 12/20/02 K-26 .. 12/20/02 K-9.. 12/20/02 K-18. 12/20/02 K-27 ..... .. .. 12/20/02 L-1. ..... ..7/18/97 L-3. 7/18/97 L -5a 7/31/98 L-2 7/18/97 L-5 7/31/98 L-6 ..... 7/25/97 M-1.20-00 2/25/05 M-3.30-00.. .... 12/15/04 M-20.10-00 3/04/05 M-1.40-00 ..2/25/05 M-3.40-00 12/15/04 M-20.20-00 ... ...3/04/05 M-1 60-00 2/25/05 M-3.50-00 12/15/04 M-20.30-00.. .. 3/04/05 M-1 80-00 2/25/05 M-5.10-00 12/15/04 M-20.40-00........3/04/05 M-2.20-00 2/25/05 M-7.50-00.. . . . . 3/04/05 M-20 50-00 .......3/04/05 M-2 40-00 2/25/05 M-9.50-00 3/04/05 M-24.20-00 ......3/04/05 M-2.60-00 . 2/25/05 M-11 10-00.. 3/04/05 M-24.40-00 ....... 3/04/05 M-3.10-00 12/15/04 M-15.10-00..........2/25/05 M-24.60-00 3/04/05 M-3.20-00 .... . . 12/15/04 M-17 10-00.. 3/04/05 G'\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STGt.doc 6-67 APPENDIX A AMENDMENTS TO THE 2006 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2007\07035\SPECS 308 IRRIGATION PH3 STG1.doc 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 1 SECTION 1-04, SCOPE OF THE WORK 2 April 3, 2006 3 1-04.6 Variation in Estimated Quantities 4 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 5 read: 6 7 If the adjusted final quantity of any item does not vary from the quantity shown in the 8 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 9 all work under that item will be performed at the original contract unit price. 1 SECTION 1-06, TROL OF MATERIAL 2 April 3, 2006 3 1-06.1 Approval of Materials Prior To Use 4 The second sentence in the first paragraph is revised to read: 5 6 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 7 Approval (ASA) Database, or the Request for Approval of Material (RAM) form 8 9 Number 1 under the second paragraph is revised to read: 10 11 1. Shall be new, unless the Special Provisions or Standard Specifications permit 12 otherwise; 13 14 1-06.1(1) Qualified Products List (QPL) 15 This section is supplemented with the following: 16 17 The current QPL can be accessed on-line at www.wsdot.wa.qov/biz/mats/QPL/QPL.cfm. 18 19 The following new sub-section is inserted to follow 1-06.1(2). 20 21 1-06.1(3) Aggregate Source Approval (ASA) Database 22 The ASA is a database containing the results of WSDOT preliminary testing of 23 aggregate sources. This database is used by the Contracting Agency to indicate the 24 approval status of these aggregate sources for applications that require preliminary 25 testing as defined in the contract. The ASA 'Aggregate Source Approval Report' 26 identifies the currently approved applications for each aggregate source listed. The 27 acceptance and use of these aggregates is contingent upon additional job sampling 28 and/or documentation. 29 30 Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' 31 not conforming to the specifications, not fulfilling the acceptance requirements, or 32 improperly handled or installed, shall be replaced at the Contractor's expense. 33 34 For questions regarding the approval status of an aggregate source, contact the 35 WSDOT Regional Materials Engineer for the Region the source is located in. The 36 Contracting Agency reserves the right to make revisions to the ASA database at 37 anytime. 38 39 If there is a conflict between the ASA database and the contract, then the contract shall 40 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 41 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA. 42 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read 3 4 9. Determine the Composite Pay Factor (CPF) for each lot. 5 6 7 CPF = fi(PF1) + f2(PF2) +•••+ fi(PFi) 8 9 10 11 12 13 14 If. i=1 to 1 where. = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated 1 1 1 1 1 1 l 1 1 1 1 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 2 April 2, 2007 3 1-07.9(1) General 4 The fifth paragraph is revised to read: 5 6 If employing labor in a class not listed in the contract provisions on state funded 7 projects only, the Contractor shall request a determination of the correct wage and 8 benefits rate for that class and locality from the Industrial Statistician, Washington State 9 Department of Labor and Industries (State L&I), and provide a copy of those 10 determinations to the Engineer. 11 12 The fifth paragraph is supplemented with the following new paragraph: 13 14 If employing labor in a class not listed in the contract provisions on federally funded 15 projects, the Contractor shall request a determination of the correct wage and benefits 16 for that class and locality from the U. S. Secretary of Labor through the project 17 engineer's office. Generally, the Contractor initiates the request by preparing Standard 18 Form 1444 Request for Authorization of Additional Classification and Rate, available at 19 http://www.wdol.gov/docs/sf1444.pdf, and submitting it to the Project Engineers' office 20 for further action. 21 22 1-07.10 Worker's Benefits 23 The fourth paragraph is revised to read: 24 25 The Public Works Contract Division of the Washington State Department of Labor and 26 Industries will provide the Contractor with applicable industrial insurance and medical 27 aid classification and premium rates. After receipt of Revenue Release from the 28 Washington State Department of Revenue, the contracting agency will verify through 29 the Department of Labor and Industries that the Contractor is current with respect to the 30 payments of industrial insurance and medical aid premiums. 31 32 1-07.15 Temporary Water Pollution/Erosion Control 33 The first paragraph is revised to read: 34 35 In an effort to prevent, control, and stop water pollution and erosion within the project, 36 thereby protecting the work, nearby land, streams, and other bodies of water, the 37 Contractor shall perform all work in strict accordance with all Federal, State, and local 38 laws and regulations governing waters of the State, as well as permits acquired for the 39 project. 40 41 1-07.17 Utilities and Similar Facilities 42 This section is revised to read: 43 44 The Contractor shall protect all private and public utilities from damage resulting from 45 the Work. Among others, these utilities include: telephone, telegraph, and power lines; 46 pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting 47 and signing systems. All costs required to protect public and private utilities shall be at 48 the Contractor's expense, except as provided otherwise in this section. 49 1 Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground 2 utilities. In accordance with this RCW, the Contractor shall call the One -Number 3 Locator Service for field location of utilities If no locator service is available for the 4 area, notice shall be provided individually to those owners of utilities known to, or 5 suspected of, having underground facilities within the area of the proposed excavation. 6 7 This section is supplemented with the following two new sub -sections: 8 9 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor 10 If the Work requires removing or relocating a utility, the contract will assign the task to 11 the Contractor or the utility owner. When the task is assigned to the Contractor it shall 12 be performed in accordance with the Plans and Special Provisions. New utility 13 construction shall be performed according to the appropriate contract requirements. 14 15 To ease or streamline the Work for its own convenience, the Contractor may desire to 16 ask utility owners to move, remove, or alter their equipment in ways other than those 17 listed in the Plans or Special Provisions. The Contractor shall make the arrangements 18 and pay all costs that arise from work performed by the utility owner at the Contractor's 19 request. Two weeks prior to implementing any such utility work, the Contractor shall 20 submit plans and details to the Engineer for approval describing the scope and 21 schedule of all work performed at the Contractors request by the utility owner. 22 23 In some cases, the Plans or special provisions may not show all underground facilities. 24 If the Work requires these to be moved or protected, the Engineer will assign the task 25 to others or issue a written change order requiring the Contractor to do so as provided 26 in Section 1-04.4. 27 28 1-07.17(2) Utility Construction, Removal or Relocation by Others 29 Any authorized agent of the Contracting Agency or utility owners may enter the highway 30 right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall 31 cooperate with such efforts and shall avoid creating delays or hindrances to those doing 32 the work. As needed, the Contractor shall arrange to coordinate work schedules. 33 34 If the contract provides notice that utilities will be adjusted, relocated, replaced, or 35 constructed by others during the prosecution of the work, the Special Provisions will 36 establish the utility owners anticipated completion. The Contractor shall carry out the 37 Work in a way that will minimize interference and delay for all forces involved. Any 38 costs incurred prior to the utility owners anticipated completion (or if no completion is 39 specified, within a reasonable period of time) that results from the coordination and 40 prosecution of the Work regarding utility adjustment, relocation, replacement, or 41 construction shall be at the Contractor's expense as provided in Section 1-05.14. 42 43 When others delay the Work through late removal or relocation of any utility or similar 44 facility, the Contractor shall adhere to the requirements of Section 1-04.5. The 45 Contracting Agency will either suspend Work according to Section 1-08.6, or order the 46 Contractor to coordinate the Work with the work of the utility owner in accordance with 47 Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, 48 the Contractor shall prosecute the Work in a way that will minimize interference and 49 delay for all forces involved. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 1-08, PROSECUTION AND PROGRESS 2 May 29, 2007 3 1-08.1 Subcontracting 4 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 5 funds and Federal assistance .. ) is supplemented with the following. 6 7 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on 8 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 9 Agency funded only contracts to the contracting agency on a monthly basis using the 10 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 11 located at http.//www.omwbe.wa.gov/bizwebatwashington. Use of CMATS will become 12 a requirement for all contractors effective January 7, 2008. 13 14 1-08.3 Progress Schedule 15 Section 1-08 3 and all subsections are deleted in their entirety and replaced with the 16 following. 17 18 1-08.3 Progress Schedule 19 1-08.3(1) General Requirements 20 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 21 Updates to the Engineer for approval. Schedules shall show work that complies 22 with all time and order of work requirements in the contract. Scheduling terms and 23 practices shall conform to the standards established in Construction Planning and 24 Scheduling, Second Edition, published by the Associated General Contractors of 25 America. Except for Weekly Look -Ahead Schedules, all schedules shall meet 26 these General Requirements, and provide the following information: 27 28 1. Include all activities necessary to physically complete the project. 29 30 2. Show the planned order of work activities in a logical sequence. 31 32 3. Show durations of work activities in working days as defined in Section 1- 33 08.5. 34 35 4. Show activities in durations that are reasonable for the intended work. 36 37 5. Define activity durations in sufficient detail to evaluate the progress of 38 individual activities on a daily basis. 39 40 6. Show the physical completion of all work within the authorized contract 41 time. 42 43 The Contracting Agency allocates its resources to a contract based on the total 44 time allowed in the contract. The Contracting Agency may accept a Progress 45 Schedule indicating an early physical completion date but cannot guarantee the 46 Contracting Agency's resources will be available to meet an accelerated schedule. 47 No additional compensation will be allowed if the Contractor is not able to meet 48 their accelerated schedule due to the unavailability of Contracting Agency's 49 resources or for other reasons beyond the Contracting Agency's control. 50 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule Weekly Look - Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date 1 Data Date 2 3 The Engineer will evaluate the Type B Progress Schedule and approve or 4 return the schedule for corrections within 15 calendar days of receiving the 5 submittal. 6 7 1-08.3(2)C Vacant 8 9 1-08.3(2)D Weekly Look -Ahead Schedule 10 Each week that work will be performed, the Contractor shall submit a Weekly 11 Look -Ahead Schedule showing the Contractor's and all subcontractors' 12 proposed work activities for the next two weeks. The Weekly Look -Ahead 13 Schedule shall include the description, duration and sequence of work, along 14 with the planned hours of work. This schedule may be a network schedule, 15 bar chart, or other standard schedule format. The Weekly Look -Ahead 16 Schedule shall be submitted to the Engineer by the midpoint of the week 17 preceding the scheduled work or some other mutually agreed upon submittal 18 time. 19 20 1-08.3(3) Schedule Updates 21 The Engineer may request a Schedule Update when any of the following events 22 occur: 23 24 1. The project has experienced a change that affects the critical path 25 26 2. The sequence of work is changed from that in the approved schedule. 27 28 3. The project is significantly delayed. 29 30 4. Upon receiving an extension of contract time. 31 32 The Contractor shall submit five copies of a Type A or Type B Schedule Update 33 within 15 calendar days of receivinga written request, or when an update is 34 required by any other provision of the contract. A "significant" delay in time is 35 defined as 10 working days or 10 percent of the original contract time, whichever is 36 greater. 37 38 In addition to the other requirements of this Section, Schedule Updates shall reflect 39 the following information: 40 41 1 The actual duration and sequence of as -constructed work activities, 42 including changed work. 43 44 2. Approved time extensions. 45 46 3 Any construction delays or other conditions that affect the progress of the 47 work. 48 49 4. Any modifications to the as -planned sequence or duration of remaining 50 activities. 51 1 1 5. The physical completion of all remaining work in the remaining contract 2 time. 3 4 Unresolved requests for time extensions shall be reflected in the Schedule Update 5 by assuming no time extension will be granted, and by showing the effects to 6 follow-on activities necessary to physically complete the project within the currently 7 authorized time for completion. 8 9 1-08.3(4) Measurement 10 No specific unit of measurement shall apply to the lump sum item for Type B 11 Progress Schedule. 12 13 1-08.3(5) Payment 14 Payment will be made in accordance with Section 1-04 1, for the following bid item I 15 when it is included in the proposal: 16 17 "Type B Progress Schedule", lump sum. 18 19 The Lump Sum price shall be full pay for all costs for furnishing the Type B 20 Progress Schedule and preliminary Type B Progress Schedule. 21 I 22 Payment of 80 percent of the lump sum price will be made upon approval of 23 the Progress Schedule. 24 I 25 Payment will be increased to 100 percent of the lump sum price upon 26 completion of 80 percent of the original total contract award amount. 27 28 All costs for providing Type A Progress Schedules and Weekly Look -Ahead II 29 Schedules are considered incidental to other items of work in the contract. 30 31 No payment will be made for Schedule Updates that are required due to the I 32 Contractors operations. Schedule Updates required by events that are 33 attributed to the actions of the Contracting Agency will be paid for in 34 accordance with Section 1-09.4 35 36 1-08.4 Prosecution of Work 37 The first sentence is revised to read: 38 39 The Contractor shall begin work within 21 calendar days from the date of execution of 40 the contract by the Contracting Agency, unless otherwise approved in writing 41 I 42 1-08.5 Time for Completion 43 This section is revised to read: 44 45 The Contractor shall complete all physical contract work within the number of "working 46 days" stated in the Contract Provisions or as extended by the Engineer in accordance 47 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 48 nonworking day or an Engineer determined unworkable day. A nonworking day is 49 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically 50 prohibits work on the critical path of the Contractor's approved progress schedule, or 51 one of these holidays: January 1, the third Monday of January, the third Monday of I 52 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 and Christmas Day. When any of these holidays fall on a Sunday, 1 after Thanksgiving, day. When the holiday falls on a Monday shall be counted a nonworking The days between 2 Se follawing Fridayshall be counted a nonworking day 3 Saturday, the preceding 4 December 25 and January 1 will be classified as nonworking days. Engineer declares to be 5 is defined as a half or whole day the the weather that prevents 6 un unworkable day p of the 7 8 unworkable anbeda timely f performanceeather or ofconditions workshownon thenccritical control of the 8 satisfactory and oP Contractor's approved progress schedule Other conditions bey 9 ualif for an extension of time in accordance with Section 1-08 8 10 Contractor may q Y 11 ll begin on the first working day following the 21st calendar day after 12 Contract time shall enc executes the contract. If the Contractor starts work on 13 the date the Contracting Agency date for provisions may specify another starting theproject at an earlier date, then contract time shall begin on the first working day 14 ins. The contract 15 when onsite work begdate specified. 16 contract time, in which case, time will begin on the starting until the contract work is 17 daybe charged to the contract as it occurs, 18 Each working shall completion has been granted and all the authorized 19 physically complete If substantial comp of working days will cease. Each week the 201 Engine days have been used, charging the Engineer will provide the Contractor a statement that shows u forthephysical long 21 days. (2) specified 22 days (1) charged to the contract the week before; 23 completion of the contract and (3) remaining for the physical completion of the contract. 24 The statement will also show the nonworking days and any or whole day the any protest of any alleged discrepancies in it. declares as unworkable. Within 10 calendar days after the date of each 25 Engineer 27 staTo be con the Contractor shall fee a written p notfilingsuch the 27 T o be considered by the Engineer, the protest shall be in sufficient detail to enable the iled 28 Engineer to ascertain the basis and amount of time disputed. By 29 protest in that period, the Contractor shall be deemed as having accepted the statement 30 as correct. of the physical completion date for 31physical completion date of 32 The workEngineerhcontract lthe Contractoraatwrittenshall constitute the phys calwock or ctheompletion contract.e 33 all the ,I the Secretary's acceptance of the 34 the contract, but shall not imply 35 th 36 The Engineer will give the Contractor written noticecontract ticehecontract have of the ompl eio pda e of be 37 contract after all the Contractor's obligations under38 the Contractor. The following events must occur before the Completion Date can be 39 established: 40tete; and 41 1. The physical work on the project must be comp 42 43 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 Project 44 the contract. The following documents must be received by 45 Engineer prior to establishing a completion date: 46 47 a. Certified Payrolls (Federal -aid Projects) 48 9 b Material Acceptance Certification Documents 40 c. Annual Report of Amounts Paid as MBE/WBE Participants or 5Quarterly Report of Amounts Credited as DBE Participation, as 511 required by the Contract Provisions 52 1 2 d. Final Contract Voucher Certification 3 4 1-08.8 Extensions of Time 5 Section 1-08.8 is revised to read: 6 7 The Contractor shall submit any requests for time extensions to the Engineer in writing 8 no later than 10 working days after the delay occurs The requests for time extension 9 shall be limited to the affect on the critical path of the Contractor's approved schedule 10 attributable to the change or event giving rise to the request. 11 12 To be considered by the Engineer, the request shall be in sufficient detail (as 13 determined by the Engineer) to enable the Engineer to ascertain the basis and amount 14 of the time requested. The request shall include an updated schedule that supports the 15 request and demonstrates that the change or event: (1) had a specific impact on the 16 critical path, and except in cases of concurrent delay, was the sole cause of such 17 impact, and (2) could not have been avoided by resequencing of the work or by using 18 other reasonable alternatives. If a request combined with previous extension requests, 19 equals 20 percent or more of the original contract time then the Contractor's letter of 20 request must bear consent of Surety. In evaluating any request, the Engineer will 21 consider how well the Contractor used the time from contract execution up to the point 22 of the delay and the effect the delay has on any completion times included in the special 23 provisions. The Engineer will evaluate and respond within 15 calendar days of 24 receiving the request. 25 26 The authorized time for physical completion will be extended for a period equal to the 27 time the Engineer determines the work was delayed because of: 28 29 1. Adverse weather causing the time requested to be unworkable, provided that 30 the Engineer had not already declared the time to be unworkable and the 31 Contractor has filed a written protest according to Section 1-08.5 32 33 2. Any action, neglect, or default of the Contracting Agency, its officers, or 34 employees, or of any other contractor employed by the Contracting Agency. 35 36 3. Fire or other casualty for which the Contractor is not responsible. 37 38 4. Strikes 39 40 5. Any other conditions for which these Specifications permit time extensions 41 such as: 42 43 a In Section 1-04.4 if a change increases the time to do any of the work 44 including unchanged work. 45 46 b. In Section 1-04.5 if increased time is part of a protest that is 47 found to be a valid protest. 48 49 c In Section 1-04.7 if a changed condition is determined to exist that 50 caused a delay in completing the contract. 51 1 1 1 d In Section 1-05.3 if the Contracting Agency does not approve properly /_ 2 prepared and acceptable drawings within 30 calendar days l 3 4 e. In Section 1-07.13 if the performance of the work is delayed as a 5 result of damage by others. 6 I 7 f. In Section 1-07.17 if the removal or the relocation of any utility by 8 forces other than the Contractor caused a delay. 9 I 10 11 g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special 12 provisions does not make specific provisions regarding unpurchased 13 right of way I 14 15 h. In Section 1-08.6 if the performance of the work is suspended, 16 delayed, or interrupted for an unreasonable period of time that proves I 17 to be the responsibility of the Contracting Agency. 18 19 i. In Section 1-09 11 if a dispute or claim also involves a delay in 20 completing the contract and the dispute or claim proves to be valid. I 21 22 j. In Section 1-09.6 for work performed on a force account basis. 23 I 24 6. If the actual quantity of work performed for a bid item was more than the 25 original plan quantity and increased the duration of a critical activity. 26 Extensions of time will be limited to only that quantity exceeding the original 27 plan quantity. 28 / 29 7. Exceptional causes not specifically identified in items 1 through 6, provided the 30 request letter proves the Contractor had no control over the cause of the delay I 31 and could have done nothing to avoid or shorten it. 32 33 Working days added to the contract by time extensions, when time has overran, shall I 34 only apply to days on which liquidated damages or direct engineering have been 35 charged, such as the following: 36 ' 37 If substantial completion has been granted prior to all of the authorized working 38 days being used, then the number of days in the time extension will eliminate an 39 equal number of days on which direct engineering charges have accrued. If the 40 substantial completion date is established after all of the authorized working days I 41 have been used, then the number of days in the time extension will eliminate an 42 equal number of days on which liquidated damages or direct engineering charges 43 have accrued. I 44 45 The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with 46 the contract. 47 The Contracting Agency considers the time specified in the special provisions as I 48 sufficient to do all the work. For this reason, the Contracting Agency will not grant a 49 time extension for: 50 I 51 • 52 • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; 1 1 2 • Changes, protests, increased quantities, or changed conditions (Section 1-04) 3 that do not delay the completion of the contract or prove to be an invalid or 4 inappropriate time extension request; 5 6 • Delays caused by nonapproval of drawings or plans as provided in Section 7 1-05.3; 8 9 • Rejection of faulty or inappropriate equipment as provided in Section 1-05 9; 10 11 • Correction of thickness deficiency as provided in Section 5-05.5(1)B 12 13 The Engineer will determine whether the time extension should be granted, the reasons 14 for the extension, and the duration of the extension, if any. Such determination will be 15 final as provided in Section 1-05 1. 1 SECTION 1-09, MEASUREMENT AND PAYMENT 2 December 4, 2006 3 1-09.6 Force Account 4 The last paragraph under "3. For Equipment" is revised to read: 5 6 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the 7 Contracting Agency's web site at www.wsdot.wa.gov. 8 9 1-09.9(1) Retainage 10 The fourth paragraph is revised to read• 11 12 Release of the retainage will be made 60 days following the Completion Date (pursuant 13 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 14 15 1. On contracts totaling more than $20,000, a release has been obtained from 16 the Washington State Department of Revenue. 17 18 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file 19 with the Contracting Agency (RCW 39.12.040). 20 21 3. A certificate of Payment of Contributions Penalties and Interest on Public 22 Works Contract is received from the Washington State Employment Security 23 Department. 24 25 4. Washington State Department of Labor and Industries (per section 1-07.10) 26 shows the Contractor is current with payments of industrial insurance and 27 medical aid premiums. 28 29 5. All claims, as provided by law, filed against the retainage have been resolved. 30 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 31 met, the Contractor will be paid such retained percentage less an amount 32 sufficient to pay any such claims together with a sum determined by the 33 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 34 cover attorney's fees. 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 April 2, 2007 3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 Item 3 is revised to read. 5 6 3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, 7 or gutter that is to remain and the portion to be removed. For portland cement 8 concrete pavement removal, a second vertical full depth relief saw cut offset 12 9 inches to 18 inches from and parallel to the initial saw cut is also required, unless 10 the Engineer approves otherwise. 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 2-09, STRUCTURE EXCAVATION 2 April 2, 2007 3 2-09.3(1)E Backfilling 4 Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted 5 and replaced with the following: 6 7 Alternative Sources. When material from structure excavation is unsuitable for use as 8 backfill, the Engineer may: 9 10 1. require the Contractor to use other material covered by the contract if such 11 substitution involves work that does not differ materially from what would 12 otherwise have been required; 13 14 2. require the Contractor to substitute selected material in accordance with 15 Section 2-03.3(10); 16 17 3. require the Contractor to use Controlled Density Fill (CDF) also known as 18 Controlled Low Strength Material (CLSM)), or; 19 20 4. require the Contractor to obtain material elsewhere. Material obtained 21 elsewhere will be paid for in accordance with Section 1-04.4. 22 23 Controlled Density Fill (CDF) or Controlled Low -Strength Material (CLSM). CDF is 24 a self compacting, cementitious, flowable material requiring no subsequent vibration or 25 tamping to achieve consolidation. The Contractor shall provide a mix design in writing 26 to the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the 27 CDF mix design. No CDF shall be placed until the Engineer has reviewed the mix 28 design. CDF shall be designed to have a minimum 28 -day strength of 50 psi and a 29 maximum 28 -day strength not to exceed 300 psi. The CDF consistency shall be 30 flowable (approximate slump 3 to 10 inches). 31 32 The following testing methods shall be used by the Contractor to develop the CDF mix 33 design: 34 35 28 day compressive strength - ASTM D 4832, 36 Unit weight, yield, and air content — ASTM D 6023, 37 Test for slump shall be in accordance with WSDOT FOP forAASHTO T 119. 38 39 The water/cement ratio shall be calculated on the total weight of cementitious material. 40 The following are considered cementitious materials: Portland cement, fly ash, ground 41 granulated blast furnace slag and microsilica fume. 42 43 Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for 44 Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. 45 Admixtures shall be used in accordance with the manufacturer's recommendations and 46 non -chloride accelerating admixtures may be used to accelerate the hardening of CDF. 47 48 CDF shall meet the requirements of Section 6-02.3(5)C and shall be accepted based on 49 a Certificate of Compliance. The producer shall provide a Certificate of Compliance for 50 each truckload of CDF in accordance with Section 6-02.3(5)B. 51 1 Item 1 of the first paragraph under Compaction is revised to read. 2 3 1. Backfill supporting roadbed, roadway embankments, or structures, including 4 backfill providing lateral support for noise barrier wall foundations, luminaire poles, 5 traffic signal standards, and roadside and overhead sign structure foundations — 6 placed in horizontal layers no more than 6 inches thick with each layer compacted 7 to 95 percent of the maximum density determined by the Compaction Control Test, 8 Section 2-03.3(14)D 9 10 2-09.3(3)B Excavation Using Open Pits — Extra Excavation 11 This section is revised to read: 12 13 The Contractor may dig open pits or perform extra excavation without shoring or 14 cofferdams, if: 15 16 1. Footings can be placed in dry material away from running water. 17 18 2. The integrity of the completed structure and its surroundings is not reduced 19 20 3. Worker safety is ensured as required by law. 21 22 4. The excavation does not disturb the existing pavement or any other adjacent 23 structural elements. 24 25 If a slide occurs in an open pit, the Contractor shall remove the slide material. If the 26 slide disturbs an area over which a highway will be built, the Contractor shall backfill 27 and compact the site to the original ground line as approved by the Engineer. If the 28 slide damages an existing facility such as a roadway or structure, the Contractor shall 29 repair the damage caused by the slide. The Contractor shall pay all costs related to 30 removing slide material and restoring the slide area, including the repair of any 31 pavement or structural elements damaged by the slide. 32 33 The Contractor shall drain or pump any water from the pit, taking care not to stir up or 34 soften the bottom. If equipment in the pit or inadequate water removal makes the 35 foundation material unstable, the Contractor shall, at no expense to the Contracting 36 Agency, remove and replace it with material the Engineer approves. 37 38 When the Engineer believes ground water flow may impair a concrete footing, the 39 Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing 40 the gravel, the Contractor shall excavate to whatever grade the Engineer requires. This 41 provision shall not apply to the building of concrete seals. 42 43 The Contractor may omit forms when the earthen sides of a footing excavation will 44 stand vertically. In this case, the Contractor may excavate to the neat line dimensions of 45 the footing and pour concrete against the undisturbed earth. If the hole is larger than 46 neat line dimensions, the Contractor shall bear the cost of the extra concrete. 47 48 For open temporary cuts, the following requirements shall be met: 49 50 1. No vehicular or construction traffic, or construction surcharge loads will be 51 allowed within a distance of 5 -feet from the top of the cut. 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Exposed soil along the slope shall be protected from surface erosion. 2 3 3. Construction activities shall be scheduled so that the length of time the 4 temporary cut is left open is reduced to the extent practical. 5 6 4. Surface water shall be diverted away from the excavation. 7 8 Submittals and Design Requirements. The Contractor shall submit working drawings 9 and calculations showing the geometry and construction sequencing of the proposed 10 excavation slopes. The Contractor shall not begin excavation operations until receiving 11 the Engineer's approval of the excavation submittal 12 13 The excavation stability design shall be conducted in accordance with the WSDOT 14 Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be 15 designed for site specific conditions which shall be shown and described in the working 16 drawings. Examples of such items that shall be shown on the excavation submittal and 17 supported by calculations include, but are not limited to, the following: 18 19 1. Excavation geometry and controlling cross sections showing adjacent existing 20 foundations, utilities, site constraints, and any surcharge loading conditions 21 that could affect the stability of the slope; 22 23 2. A summary clearly describing subsurface soil and groundwater conditions, 24 sequencing considerations, and governing assumptions; 25 26 3. Any supplemental subsurface explorations made to meet the requirements for 27 geotechnical design of excavation slopes, in accordance with the WSDOT 28 Geotechnical Design Manual; 29 30 4. Supporting geotechnical calculations used to design the excavation, the soil 31 and material properties selected for design, and the justification for the 32 selection for those properties, in accordance with the WSDOT Geotechnical 33 Design Manual; 34 35 5. Safety factors, or load and resistance factors used, and justification for their 36 selection, in accordance with the WSDOT Geotechnical Design Manual, and 37 referenced AASHTO design manuals; 38 39 6. Location and weight of construction equipment adjacent to the excavation top, 40 and location of adjacent traffic; and, 41 42 7 A monitoring plan to evaluate the excavation performance throughout its 43 design life. 44 45 2-09.3(3)D Shoring and Cofferdams 46 Paragraphs one through seven are revised to read: 47 48 Definitions. Structural shoring is defined as a shoring system that is installed prior to 49 excavation. Structural shoring shall provide lateral support of soils and limit lateral 50 movement of soils supporting structures, roadways, utilities, railroads, etc., such that 51 these items are not damaged as a result of the lateral movement of the supporting 52 soils. 1 2 Structural shoring systems includes driven cantilever sheet piles, sheet piles with 3 tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, 4 cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple 5 tier tieback systems. 6 7 Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed 8 after excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of 9 a pre-excavated slope, are not allowed as structural shoring. 10 11 A cofferdam is any watertight enclosure, sealed at the bottom and designed for the 12 dewatering operation, that surrounds the excavated area of a structure. The Contractor 13 shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is 14 under water or affected by ground water. 15 16 Submittals and Design Requirements. The Contractor shall submit working drawings 17 and calculations showing the proposed methods and construction details of structural 18 shoring or cofferdams in accordance with Sections 6-01.9 and 6-02.3(16) The 19 Contractor shall not begin construction of structural shoring or cofferdams, nor begin 20 excavation operations, until approval of the structural shoring submittal has been given 21 by the Project Engineer. 22 23 Structural shoring and cofferdams shall be designed for conditions stated in this Section 24 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 25 Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the 26 AASHTO LRFD Bridge Design Specifications, Third Edition, 2004 and current interims 27 for load and resistance factor design. The USS Steel Sheet Piling Design Manuals, 28 published by United States Steel, may be used for shoring walls that do not support 29 other structures and that are 15 feet in height or Tess. Allowable stresses for materials 30 shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. The shoring 31 design shall also be in compliance with the WSDOT Geotechnical Design Manual (M46- 32 03). In the case of conflict or discrepancy between manuals, the Geotechnical Design 33 Manual shall govern. 34 35 For open temporary cuts associated with a shoring system, the requirements for open 36 temporary cuts specified in Section 2-09.3(3)B shall be met. 37 38 The structural shoring system shall be designed for site specific conditions which shall 39 be shown and described in the working drawings. The structural shoring system design 40 shall include the design of the slopes for stability above and below the shoring system. 41 Except as otherwise noted, the design height of all structural shoring in design 42 calculations and working drawings shall be for the depth of excavation as required by 43 the Plans, plus an additional 2 feet to account for the possibility of overexcavation. If 44 the Contractor provides written documentation to the satisfaction of the Engineer that 45 the soil conditions at the site are not likely to require overexcavation, the Engineer may 46 waive the requirement for two feet of overexcavation design height. 47 48 Examples of such items that shall be shown on the structural shoring submittal and 49 supported by calculations include, but are not limited to, the following: 50 51 1. Heights; soil slopes; soil benches; and controlling cross sections showing 52 adjacent existing foundations, utilities, site constraints, and any surcharge 1 loading conditions that could affect the stability of the shoring system, 2 including any slopes above or below the shoring. 3 4 2. A summary clearly describing performance objectives, subsurface soil and 5 groundwater conditions, sequencing considerations, and governing 6 assumptions. 7 8 3. Any supplemental subsurface explorations made to meet the requirements for 9 geotechnical design of excavation slopes, shoring walls, and other means of 10 ground support, in accordance with the WSDOT Geotechnical Design Manual. 11 12 4. Supporting geotechnical calculations used to design the shoring system, 13 including the stability evaluation of the shoring system in its completed form as 14 well as intermediate shoring system construction stages, the soil and material 15 properties selected for design, and the justification for the selection for those 16 properties, in accordance with the WSDOT Geotechnical Design Manual. 17 18 5. Safety factors, or load and resistance factors used, and justification for their 19 selection. 20 21 6 Location and weight of construction equipment adjacent to the excavation; 22 location of adjacent traffic; and structural shoring system material properties, 23 spacing, size, connection details, weld sizes, and embedment depths 24 25 7. Structural shoring installation and construction sequence, procedure, length of 26 time for procedure and time between operations; proof load testing procedure 27 if any; deadman anchor design and geometry; no load zones; grouting 28 material and strengths; and a list of all assumptions. 29 30 8. Methods and materials to be used to fill voids behind lagging, when soldier 31 piles with lagging are used as structural shoring. 32 33 9. A monitoring/testing plan to evaluate the performance of the 34 excavation/shoring system throughout its design life, and 35 36 10. An estimate of expected displacements or vibrations, threshold limits that 37 would trigger remedial actions, and a list of potential remedial actions should 38 thresholds be exceeded. Thresholds shall be established to prevent damage 39 to adjacent facilities, as well as degradation of the soil properties due to 40 deformation. 1 1 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 2 August 7, 2006 3 3-01.4(1) Acquisition and Development 4 The first paragraph is revised to read: 5 6 If, under the terms of the Contract, the Contractor is required to provide a source of 7 materials, or if the Contractor elects to use materials from sources other than those 8 provided by the Contracting Agency, the Contractor shall, at no expense to the 9 Contracting Agency, make all necessary arrangements for obtaining the material and 10 shall ensure the quantity of suitable material is available. Preliminary samples shall be 11 taken by or in the presence of the Engineer or a designated representative unless the 12 Engineer permits otherwise. Approval of the source does not relieve the Contractor 13 from meeting these specification requirements, nor does it guarantee that the material 14 will meet these requirements without additional or proper processing. The Engineer I 15 may require additional preliminary samples at any time. 1 1 1 1 1 1 1 1 1 1 1 1 1 I( 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 5-04, HOT MIX ASPHALT 2 April 2, 2007 3 5-04.3(1) HMA Mixing Plant 4 The first paragraph is supplemented with the following: 5 6 4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the 7 following methods: 8 9 a. A mechanical sampling device attached to the HMA plant. 10 b. Platforms or devices to enable sampling from the hauling vehicle without 11 entering the hauling vehicle. 12 13 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 14 Item 3 in this section is revised to read: 15 16 3. Sampling. Samples for acceptance testing shall be obtained by the Contractor 17 when ordered by the Engineer. The Contractor shall sample the HMA mixture in 18 the presence of the Engineer and in accordance with WSDOT FOP for 19 WAQTC/AASHTO T 168. 20 21 5-04.3(10)B Control 22 The second paragraph in item 3. is revised to read: 23 24 For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or 25 rejection, the Contractor may request that cores be used for acceptance of HMA 26 compaction. When cores are taken by the Contracting Agency at the request of the 27 Contractor, they shall be requested by noon of the next workday after receiving the test 28 results. The cores will be taken at approximately the same locations as the nuclear 29 density gauge tests in the compaction lot being challenged. When the CPF for the lot 30 based on the results of the HMA cores is less than 1.00, the cost for the coring will be 31 deducted from any monies due or that may become due the Contractor under the 32 contract at the rate of $125 per core. 1 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 2 December 4, 2006 3 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 4 The first paragraph is supplemented with the following: 5 6 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 7 pavement surface at the rate ordered by the Engineer. 8 9 8-04.4 Measurement 10 The first paragraph is revised to read: 11 12 All curbs, gutters, and spillways will be measured by the linear foot along the line and 13 slope of the completed curbs, gutters, or spillways, including bends Measurement of 14 cement concrete curb and cement concrete curb and gutter, when constructed across 15 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES 2 April 2, 2007 3 8-06.2 Materials 4 The second paragraph is deleted. 5 6 8-06.3 Construction Requirements 7 The following new paragraph is inserted in front of existing paragraph one. 8 9 Cement concrete driveway approaches shall be constructed with air entrained concrete 10 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement 11 Concrete Pavement conforming to the requirements of Section 5-05. 1 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 2 April 2, 2007 3 8-14.2 Materials 4 The second paragraph is deleted. 5 6 8-14.3 Construction Requirements 7 This section is supplemented with the following new paragraph: 8 9 The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance 10 with the requirements of Section 6-02. 11 12 8-14.5 Payment 13 In the paragraph following "Cement Conc. Sidewalk Ramp Type ", per each, the second 14 sentence is revised to read: 15 16 Otherwise, the Contractor shall make all excavations including haul and disposal, 17 regardless of the depth required for constructing the sidewalk to the lines and grades 18 shown, and shall include all costs thereof in the unit contract price per square yard for 19 "Cement Conc. Sidewalk.", "Cement Conc. Sidewalk with Raised Edge", "Monolithic 20 Cement Conc. Curb and Sidewalk", or"Cement Conc. Sidewalk Ramp Type ". 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-00, DEFINITIONS AND TESTS 2 January 3, 2006 3 9-00.8 Sand Equivalent 4 The second paragraph is revised to read• 5 6 For acceptance, there must be a clear line of demarcation. If no clear line of 7 demarcation has formed at the end of a 30 minute sedimentation period, the material 8 will be considered as failing to meet the minimum specified sand equivalent. 1 SECTION 9-01, PORTLAND CEMENT 2 April 2, 2007 3 9-01.2(1) Portland Cement 4 The second sentence in the first paragraph is revised to read: 5 6 The total amount of processing additions used shall not exceed 1% of the weight of 7 portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long 8 as it complies with the requirements of ASTM C-465. 9 10 9-01.2(4) Blended Hydraulic Cement 11 The first paragraph is revised to read: 12 13 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type 1 (PM) 14 (MS) cement conforming to AASHTO M 240, except that the content of alkalis shall not 15 exceed 0 75 percent by weight calculated as Na20 plus 0.658 K20 and except that the 16 content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated 17 as 2.650A1203 minus 1.692Fe203, and meet the following additional requirements: 1 1 1 1 1 t 1 1 1 1 1 1 1 1 SECTION 9-02, BITUMINOUS MATERIALS 2 January 3, 2006 3 9-02.1(4) Asphalt Binders 4 This section including title is revised to read: 5 6 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 7 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in 8 the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO 9 T 314) of M 320 is not a specification requirement. 10 11 9-02.1(4)A Performance Graded Asphalt Binder 12 This section including title is revised to read: 13 14 9-02.1(4)A Quality Control Plan 15 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 16 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 17 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the 18 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 19 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 20 PGAB meets the specification requirements of the contract. 21 22 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P 23 This section is revised to read: 24 25 26 27 28 The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: AASHTO Test Method Specifications Minimum Maximum Viscosity @1229F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl Sodium Sulfosuccinate T 59 40 --- Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 Test on the Residue From Distillation Penetration @77°F T 49 100 250 Torsional Recovery °/0 not e 2 18 --- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 or Toughness/Tenacity in -lbs note 3 50/25 note 1 Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 SECTION 9-03, AGGREGATES 2 April 2, 2007 3 9-03.1(4)A Deleterious Substances 4 The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". 5 6 9-03.4(2) Grading and Quality 7 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 8 9 9-03.8(2) HMA Test Requirements 10 In the first paragraph, item 2. and the associated graph are revised to read: 11 12 13 14 15 2. The fracture requirements for the combined coarse aggregate shall apply to the material retained on the U.S. No. 4 sieve and above, when tested in accordance with FOP for AASHTO TP 61. ESAL's (millions) # Fractured Faces % Fracture < 10 1 or more 90 > 10 2 or more 90 16 17 9-03.9(3) Crushed Surfacing 18 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 19 20 9-03.20 Test Methods for Aggregates 21 The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to 22 "AASHTO TP 61". 1 SECTION 9-16, FENCE AND GUARDRAIL 2 April 3, 2006 3 9-16.1(1)A Post Material for Chain Link Fence 4 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 5 F1043". 6 7 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 8 revised to "ASTM F1043" I 1 SECTION 9-22, Monument Cases 2 August 7, 2006 3 9-22.1 Monument Cases, Covers, and Risers 4 The AASHTO requirement is revised to read "AASHTO M 306". 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 2 April 2, 2007 3 9-23.6 Admixture for Concrete 4 The footnote for Accelerating Admixture is revised to read: 5 6 Accelerating admixtures are only allowed for use in the following applications: In 7 Controlled Density Fill (also known as Controlled Low Strength Material) in 8 accordance with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete 9 Pavement in accordance with Section 5-05, and in Section 5-05.3(1) Concrete Mix 10 Designs for Paving. 1 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 2 April 3, 2006 3 9-35.2 Construction Signs 4 The first paragraph is supplemented with the following: 5 6 Post mounted Class A construction signs shall conform to the requirements of this 7 section and additionally shall conform to the requirements stated in section 9-28. 8 9 The second paragraph is revised to read: 10 11 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall 12 have a minimum thickness of 0.080 -inches and a maximum thickness of 0.125 -inches 13 14 The first sentence in the fourth paragraph is revised to read: 15 16 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 17 and any other previously approved sign materials except aluminum is prohibited. Any 18 sign which otherwise meets the requirements of this section and was purchased prior to 19 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 20 have been fabricated with Type VI reflective sheeting. N � i�� ii�,./i.G�ii:%iiG./.. ii. /�.i:.!i�,....i)i. jiJ ,�„ _), WASHINGTON IRRIGATION GAS UNE SANITARY SEWER DOMESTIC WATER STORM DRAIN CULVERT FIBER OPTICS UNDERGROUND POWER FENCE IRRIGATION VALVE UTILITY POLE MANHOLE CATCH BASIN FIRE HYDRANT WATER VALVE STATE MAP YAKIMA EXISTING FEATURES (SIZE, TYPE) SS m m MW WW 0 J ff O LEGEND STEEL POLE/BOLLARD PULL BOX 0 STREET LIGHT °--_- WATER METER GAS METER ANCHOR — TRAFFIC SIGNAL 0 HOSE BIB CLEANOUT MAILBOX DECIDUOUS TREE EVERGREEN TREE SHRUB/HEDGE Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue °Yakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 NEW FEATURES IRRIGATION LINE BY TRENCH IRRIGATION LINE BY SUPUNE IRRIGATION VALVE PAVEMENT TRENCH REPAIR CONCRETE REPAIR CITY OF YAKIMA —n-11- HMI II -IT -n- - 11in 11 11-11-11— CONTACT INFORMATION CITY OF YAKIMA MIKE SHANE ALVIE L. MAXEY 576-6480 575-6194 PROJECT ENGINEER MICHAEL T BATTLE, PE 966-7000 LEXPIRES . 6. 2008 I GENERAL 308 IRRIGATION SYSTEM PHASE 3/ STAGE 1 IMPROVEMENTS SHEET INDEX SHEET 1 COVER SHEET SHEET 2 OVERALL PLAN & GENERAL NOTES SHEETS 3 - 10 AERIAL PHOTOGRAPHS SHEETS 11 - 29 PLAN SHEETS SHEETS 30 - 31 DETAILS CITY PROJECT NO. 1R2059 HLA PROJECT NO. 07035 SEPTEMBER 2007 Hnibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ❖Yakima, WA 98902 (509) 966-7000 ❖ FAX (509) 965-3800 JOB NUMBER: DATE. 07035 09-12-07 FILE NAMES. DRAWING. Sheets.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY KDY COVER SHEET SHEET 1 OF 31 1 1 1 1 1 1 i 1 1 1 1 1 1 1 GENERAL NOTES 1 THE CONSTRUCTION DRAWINGS PROVIDE ONLY SCHEMATIC AND APPROXIMATE INFORMATION REGARDING THE EXTENT AND LOCATION OF NEW AND EXISTING IRRIGATION SYSTEM COMPONENTS. LIMITED TOPOGRAPHIC SURVEY HAS BEEN CONDUCTED EXISTING PUBLIC AND PRIVATE IMPROVEMENTS, STORM DRAINS AND CULVERTS, ASPHALT, CONCRETE, AND GRAVEL SURFACES, ROCKERIES, RETAINING WALLS, FENCES, AND GATES, SHEDS, SHELTERS, DECKS, PATIOS, WOODPILES, GARBAGE CANS, AND OTHER MISCELLANEOUS ITEMS, VEGETATION AND TREES, AND PARKED VEHICLES, RV'S, AND BOATS, ETC. ARE NOT INDICATED ON THE DRAWINGS BUT ARE 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 CONTACTOR 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 ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 5. THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY =EXCAVATION,- TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS 6. ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 7 THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 8. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF 9 A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 10. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON—SITE AT ALL TIMES. 11 IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT 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 49.17 RCW. 12. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY 13. THE CONTRACTOR SHALL 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. N411411114111111- 2 U ERAL GD�IGHE 308 SYSTEM RESERVO' ITVI E 1 _ III! IL RIVER RD 01100 0 750 1500 3000 E 15T ���••© TO Er 141.R. eltlo 71111kmintiswola ���1©��• 1®�:'©�•••�im •••NE Wittir"ti 111111.0%.1PWIIMI oo, EW AVE .. .. c,.,• 0C1114, DP * ****0 1 IHNINSIIIMMINWM �1 ■■ NESt Ortat, 7- ramilim C ACC JOB HILL BLVD TERRACE HEIGHTS DR cat. 19pEliporm„ ©1 Eos un ®o... ll - 0 m 1§ v n , w l,11 SI■IY■■■ . NOB HILI .11 ,�IiT . w.. w1011111111111111111 h VC pm 1.15 TON Nora. wow 2 E NOB HILL BLVD 14 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT ALL SECTIONS OF THE WSDOT/ APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS—BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 17 ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7. 00 A.M. AND 7 00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY 18. ALL RIGHT OF WAY, PARCEL CONFIGURATIONS, AND OWNER INFORMATION WAS DEVELOPED FROM THE LATEST CITY OF YAKIMA'S G.I.S. NO FIELD SURVEYS HAVE BEEN CONDUCTED. THE CONTRACTOR SHALL VERIFY WITH OR REQUEST ADDITIONAL INFORMATION FROM THE ENGINEER WHERE RIGHT OF WAY OR PROPERTY LINES ARE IN QUESTION rn PA Sheet 11 CAMS 4 NIERS `Sheets 20 thru 21 Sheets 15J thru 16 ¢. z CD r: LA, ALLE I.G 0 Sheets 12` thru 14 Sheets 18 thru 19 RANCH ITE RD L AVE 1- 1— m 2 v 03 L 2 1 - PACIFIC AVE Sheet 24 Sheets 22 thru 23 Sheet 25 Sheet 26 Sheet 23 N 0 250 500 1000 H= F— \ 0) = Sheet 26 Sheet 17' E NOB HILL BLVD r~ DALTON LN LASALLE ST E ARLINGTON CENTRAL AVE SLIGER RD T Hulbregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. Sheets.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY: MTB KDY OVERALL PLAN & GENERAL NOTES SHEET 2 OF 31 So. NachesJ ve 7,4r WOOD NEW 2" HOPE IRR. MAIN Alley IN NS MI 1 (TO BE ABANDONED) II II' 414 talemmum" 4'41 411 IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. 0 20 40 80 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •. Yok,mo• WA 98902 (509) 966-70004. FAX (509) 965-3800 1p66*IS J... 6. 1000 JOB NUMBER: 07035 DATE: 09-12-07 FILE NAMES: DRAWING: Bose.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 3 OF 31 SEE ABOVE wo 111P1 ;it tist-aa i IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. SEE BELOW MATCHLINE 0 20 40 80 w Z ••♦ W • 0 20 .0 80 ••• Hnibregtse, Lowman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue '+Yokimo, WA 98902 (509) 966-7000 o FAX (509) 965-3800 l lezvmcs h C. 2008 L 07 JOB NUMBER: DATE: 07035 09-12-07 FILE NAMES: DRAWING: Bose.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY KDY AERIAL PHOTOGRAPHS SHEET 4 OF 31 SEE ABOVE w z U a) a) (00. a •, -�' 7 �'<_��+i ' �a sr_ iii So. Seventh St. • AIIe 1 ca Viet IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN So. Seventh St. gap— Y MININIM NEW 4" IIIIIL 0 rn (3" WOOD) • •• Huibregtse, Lowman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •+Yokimo, WA 98902 (509) 966-7000 wFAX (509) 965-3800 Icmaas k.. 6. Z008 /07 NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. SEE BELOW MATCHLINE JOB NUMBER: DATE: 07035 09-12-07 FILE NAMES: DRAWING: Bose.dwg z . 0 20 40 80 MEM w z.♦♦ • 20 .0 80 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 5 OF 31 SEE ABOVE MATCHLINE . i14110 y&- II South Eighth Street IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. SEE BELOW w z_ J U F— Q Z • • rn • 0 20 40 80 w •Z• • Cn • 0 20 .a 80 •• • Huibregtse, Lotman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 I EXPIRES }+. Q. 1000 1 /G? JOB NUMBER: 07035 DATE: 09-12-07 FILE NAMES: DRAWING: Base.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 6 OF 31 SEE ABOVE MATCHLINE All NI s■ - - le NEW 4" HDPE IRR, MAIN NEW 4" HDPE IRR. MAIN (6" H Ua 2 J (6" HDPE) ooD) NEW 4" HDPE IRR. South VI Street W 0 A lgy " HDPE IRR MAIN(5' raill IRRIGATION PIPE TO BE REPLACED BY TRENCHING ..... - - IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. •• Hnibregtse, Lowman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yakimo. WA 98902 (509) 966-7000 o FAX (509) 965-3800 c -g IEzeetts }.r 6. tam /0% JOB NUMBER: 07035 DATE: 09-12-07 FILE NAMES: DRAWING: Bose.dwg SEE BELOW LTJ J U z ♦♦♦• 20 40 80 w z+ W • 20 40 80 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 7 OF 31 IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. 4911h * 40. inier Street W• • •E •0 20 40 80 W• • •E •0 20 .0 eo •• • Huibregtse, Lohman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yokimo, WA 98902 (509) 966-7000 + FAX (509) 965-3800 7/1707 I E1b6tES )..r 6. 2008 I JOB NUMBER: 07035 DATE: 09-12-07 FILE NAMES: DRAWING: Bose.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 8 OF 31 ■ A Walker Street IRRIGATION PIPE TO BE REPLACED BY TRENCHING - - - - - - IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. NEW 4" HDP (4" WOOD) Central Avenue W• • •E •0 20 40 80 W• • •E •S 0 40 40 80 Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue c•Yokimo, WA 98902 (509) 966-7000 v FAX (509) 965-3800 17//170 Exv,#ES .... 0. 200E I JOB NUMBER: 07035 DATE: 09-12-07 FILE NAMES: DRAWING: Bose.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 9 OF 31 SEE ABOVE MATCHLINE Momat WO a .o NEW 6` HDPE IRR MAIN Custer Avenue IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO REMAIN 0 cn a) NOTE: THESE AERIAL PHOTOS ARE SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTOS. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES ON SHEET 2. SEE BELOW MATCHLINE z• • • 20 .0 80 w •z• • W • 0 /0 .0 80 •• • Huibregtse, Lotman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •) Yokimo. WA 98902 (509) 966-7000 o FAX (509) 965-3800 1(30.911£5 !.. 8. 1008 1 /07 JOB NUMBER: DATE: 07035 09-12-07 ALE NAMES: DRAWING: Bose.dwg CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: KDY AERIAL PHOTOGRAPHS SHEET 10 OF 31 CONC? APPR REPA m D/W AH I R f U > I Np HP ¢j -IRR t 0+00116 aQ = 0 LT, LJIp co ^ Nw > a 3 0 z z s � 0 -J wl U cn z 0 U II HMA I REPAIR TYPE 1 1 01 F R BUILDING CL FENCE N CONC OTING W/ ZOR WIRE 406 Pacific Ave. David A. & Leslie Sm4ser ASPHALT ANCHOR BUILDING CONC Z 0 U SS 'MH RIM: 1040.49 IE. 1033.5± DIRT s GRAVEL— NCHORS p 902 So. w Naches Ave. o ffiArmondo & Anna Marie Guzman 904 So. Naches Ave. Armondo & Anna S Marie Guzman GRAVEL DIRT/ DRIVE ROCK DIRT IV GA xE GATE 6' WOODX_IV UNEW 2"VHDP IRRA AIN UP 8" SEWER _s -GRAVEL -z_- o s O I LO So. Naches Ave. / Pacific Ave. Nellie and Valeria Jones rxn (5" WOOD) � So. Naches Ave. 1 / Rainier Ave. IKenneth R. & Marilyn Marble 1 I 00 _ _ _ i Z LJ U 108 E. Pacific Ave. Pacific Power & Light Co. 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES EXISTING TEE, IRRIGATION MAIN, AND VALVE TO REMAIN Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 0 Yokimo, WA 98902 (509) 966-7000 a FAX (509) 965-3800 1C PIRES .,.,. 6. 2009 w U z UJ HP (4 IR OHP W000) 910 So. Naches Ave. Kenneth R. & Marilyn Marble —ASPHALTz___ UP RI 1 OHP UP 6' CL FENCE OH Y OHP OHP OHP OHP So. Naches Ave. / Rainier Ave.. Kenneth R. & Marilyn Marble OHP IR I IRR 0' IRR S 0193'08" E 8" SEWER OHP IRR SS MH RIM• 1039 91 IE. 1031 7± OHP IRR _s -ASPHALT -z__ L-iP® BOLLARDS ® OHP IRR +00 c IRR BOLLARD So. Naches Ave. / Rainier Ave. Kenneth R. & Marilyn Marble s ASPHALT— OHP -IRR— OHP RR z W 0 10 20 CO 8" SEWER 1P ASPHALT -z_ 0 SCAFCO BUILDING 0 C7 ASPHALT - 911 So. 3rd St. Kenneth R. & Marilyn Marble N6 OPEN CUT AND REMOVE LENGTH OF EXISTING WOOD STAVE PIPE REQUIRED FOR SLIPLINING INSTALL NEW 6" x 2" HDPE REDUCER AND CONNECT TO. EXISTING 6" VALVE WITH FITTINGS AS REQUIRED 0 STA. 0+30 TO STA. 2+60, SLIPLINE APPROXIMATELY 230 L.F NEW 2" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. 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 STA. 2+60±, INSTALL NEW 2" HDPE TEE WITH 2" x 3/4" HDPE REDUCER AND 3/4" SERVICE VALVE AND VALVE BOX TO THE WEST INSTALL NEW 2" HDPE CAP TO THE SOUTH AND 0 5 C Y. OF DRAIN ROCK BENEATH THE NEW SERVICE VALVE. PLUG AND ABANDON EXISTING PIPE TO SOUTH STA. 0+45 TO STA. 2+50±, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY EXISTING IRRIGATION LINE TO BE ABANDONED EXISTING BLOW—OFF ASSEMBLY ON NOEL PROPERTY TO BE ABANDONED. SAWCUT PAVEMENT AND REMOVE EXISTING BLOW—OFF AND PIPING PLUG AND ABANDON REMAINING PIPE END. CONTRACTOR SHALL COORDINATE ENTRY TO NOEL PROPERTY PRIOR TO CONSTRUCTION JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG luLurcagalca0IIIIIIICJIi11111IIII tII11 IIf1UII1LII114,`_,` 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 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY: MTB KDY PLAN SHEET SHEET 11 OF 31 SEE ABOVE N + 0 MATCHLINE ST LAWN So. 6th St. / Pacific Ave. Yakima Housing Authority CONC S/w _s -ASPHALT -z___ HMA REPAIR TYPE 1 w z 908 So. 6th St. I LuRigoberto Valle w U DIRT/BARK I h� 910 So. 6th St. Rigoberto S. & z Alba C. Valle 1 W U Id LAWN LAWN 8" SEWER MB ONC. S/W1 GATE CONC. AN Hy A 9 /UP/ ASPHALT -z,9.+0 ANCHOR x GATE 1 912 So. 6th St. Jose Luis & Estrela R. Covarrubias LAWN I0 3' WROUGHT IRON FENCE ON BRI K RETAINING WA': L w914 So. 6th St. LL, CONC 19 LAWN Natalia Aranda 916 So. 6th St. N. LaJune Jones BLO K o -- (GATE 1 P-- '6HF- R —. 1R s GRAVEL z HP OHP IVT GATx E V 6' CL FENCE WALL T/ VE HMA REPAIR TYPE 2 a) OHP' (:6rt -WOOD w U Z La xU _s -ASPHALT -z__ CONC S/W 6 EA.) TYP So. Naches Ave. / Pacific Ave. Yakima Housing Authority 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 1002 So. 6th St. ! 1004 So. 6th St. Carlos Iman 1006 So. 6th St. Armando & Timoteo & Espiranza S. Cecilia DIRT Olea Iman CL FENCE GATE P OHP • �SHP ' OHP (6" WOOD) GATE IV Gutierrez HOSE BIB Id GATE w I Iman Martinez P� LIGHT I I 1 1008 So. 6th St. I Inocente & Juana OHP uP° ° OHP ICONC.! LAWN CTAT lIV 6' CL FENCE OZ- OHP OHP DPS °hSLW b' °(IUPL IRR (6" WderD1 8" 'SEWER `7'8+oo S 01.13'11" E I U 907 So. LJ Naches Ave. Everardo & Maria Ayala 6' CL FENCE GATE GRAVEL 909 So. I Naches Ave. U 1 Jose M. & Eloisa Casillas 5CL FENCE GATE 911 So. Naches Ave. Saul & Maria Angulo THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES EXISTING TEE, IRRIGATION PIPE AND VALVE TO REMAIN OPEN CUT AND REMOVE LENGTH OF EXISTING WOOD STAVE PIPE REQUIRED FOR SLIPLINING CONNECT TO EXISTING 6" VALVE WITH FITTINGS AS REQUIRED STA. 15+25± TO STA. 19+60±, SLIPLINE APPROX 435 L.F NEW 6" HDPE PIPE IN EXISTING 8" WOOD STAVE PIPE. STA. 19+60 TO STA. 25+50, OPEN CUT AND INSTALL APPROX. 590 L.F NEW 6" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. 1010 So. 6th St. Gordon V. Donaldson GARAGE DIRT 1012 So. 6th St. 1 1014 So. 6th St. Ignacio Sanchez I Church of God St. Juris 1 I LAWN GARDEN �' SHED OHP CONC. GATE IV HP 0 6' CL FENCE P OHP 1__9+00 s GRAVEL -z_ P OHP 1'' DIRT ij Z w ij (15 EA.) TYP. 915 So. Naches Ave. New Jerusalem Missionary ASP ALT OHP SS MH RIM. 1038.11 IE. 1031 5±(1) �I xEJ Ir SEE BELOW ( ) 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 STA. 24+20, INSTALL NEW 6" R S GATE VALVE AND VALVE BOX. STA. 17+10± TO STA. 25+50, EXCEPT RAINIER AND LASALLE STREETS, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY EXISTING SERVICE TO BE ABANDONED IN PLACE. REMOVE EXISTING VALVE BOX AND FILL VOID WITH NATIVE SOIL. DO NOT INSTALL SERVICE RISER, TYPICAL. EXTEND HDPE SERVICE LATERAL FROM CUSTOMER SERVICE VALVE TO EXISTING SERVICE PIPING SEE DETAIL SHEET 30 1016 So. 6th St. Victory Church of God in Christ BUILDING OHP -x GRAVEL -z_ 1001 So. Naches Ave. Claudia Soto 8" SEWER 1+ _P IV,M =. x�l 1003 So. z Naches Ave.I Claudia Soto fN IV 22+00 5 ,DP _ iv AIIey 1A E �yVfi —gyp 6 CLxFENCE wll DIRT (i)01 L JI I 1 1(19 EA.) TYP 1005 So. Naches Ave. Mario Villegas Medina Hufbregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4.Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 1007 So. Naches Ave Asencion Rodriguez ExPIRES )'.. 6, 2008 S 01.131 E 0 <8" SEWER -s -� s UP 5' CL FENCE IV (GATE I I 1009 S,o. a1 1011 So. a Naches Ave. `; I Naches Ave. IV 6' WOOD ATE Efren & Leticia --- Vargas Vargas Maria Luisa Vega Mandragon .ihh ori T- x 6' CL FENCE '21.A> ZI 1013 So. Naches Ave. Eddie R. Hill ANCHOR 00-124+00 c GRAVEL -z_ V P GATE x 6' CL F NSE UP 1015 So. Naches Ave. Manuel & Lorenza Herrera U Z UP HMA REPAIR w TYPE 2 W U _ CLa HP "IJ L �HP SS MH RIM 1037 22 a IE. 1029 8± (13 —J JOB NUMBER: 07035 DATE. I I 1 1102 So. 6th St.b, I Marisol Deloza L I � J I U _ U7 BUILDING IV BLDG °Hr b HDI'E°HrRR.IMA9 6 w 57 SS I SS— 25+00 -ss c GRAVEL -2_ - r 09-12-07 FILE NAMES. DRAWING. 07035.DWG BUILDING IV BLDG 1101 So. Naches Ave. Jessie & Linda J. Gonzales " r 6' CL FENCE UV SEE SHEET 13 MATCHLINE STA. 25+50 W 0 10 20 40 MIS O 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. w En 20 40 NEM MIME CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY: MTB KDY PLAN SHEET SHEET 12 OF 31 w w N 1104 So. 6th St. Jose Salazar 0 oi- 0 0 c, ID GARAGE OHP 1106 So. 6th St. Jose Luis & Emma Vasquez CONC. GATE 1108 So. 6th St. Eliezer Vaca (11 EA.) TYP �I GRAVEL 'GATE ON V CONC 8" SEWER' 6WOOD GATE y_ 1103 So. w Naches Ave w 0 w w N Lazaro Aguilar Ramirez IV BUILDING +00 U 0 U U 1110 So. 6th St. Frederico F. Berrospe GRAY UPS, (b°H S 01'111' E uP ANCHOR ) TI PED 6' XCL FENCE GARAGE 1105 So. Naches Ave. Jose T. & Omelina Cortez BUILDING 1112 So. 6th St. Melford A. & Daphne German — — 6' WOOD HP NEW °'-tel 67-E'"FH R. M AI -N Ile'+i0"8" SEWERc Iv ATE w I U z INaches Ave. - Roberto & 1107 So. Alejandro Ayungual 5' CL FENCE Z w 1109 So. Naches Ave. Ruben & Guadelupe Gonzalez GRAVEL -z_ I4' CLX GATE 'FENCE a-) PI Sto 28+72.4 o a) C ' So. 6th St. / Arlington Hahn Motor Company Iv NEW 6" HDPE 0 x )IvITELE LLI I PED z 1111 So." Naches Ave. United Apostolic IChurch 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. GRAVEL 1211 So 6th St. Tereza Cortez Oseguera U 1213 So. 6th St.a 0, Lilia Garcia 0 1217 So. 6th St. g Shawn A aiser 1 1219 So. 6th St. Martha & Ju na Castaneda J cobo GRAVEL SS MH RIM: 1036 13 IE 1028.3± HMA REPAIR 13 TYPE 2 DIRT/ GRAVEL IRR E. Arlington St. / So. 6th St. Hahn Motor Company THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA. 25+50 TO STA. 30+45±, OPEN CUT AND INSTALL APPROX. 495 L.F. NEW 6" HDPE PIPE REMOVE EXISTING IRRIGATION PIPE. STA. 27+95±, 2' LT , AND STA. 28+80±, 4' RT., INSTALL NEW 6" HDPE 45° ELBOW AND CONCRETE BLOCKING STA. 30+45 TO STA. 34+25, SLIPLINE APPROX. 380 L.F NEW 4" HDPE PIPE IN EXISTING 6" C I PIPE. CONNECT TO NEW 6" HDPE PIPE WITH NEW 6" x 4" HDPE REDUCER GRAVEL X -x4 L UP GRAVEL (12 EA.) TYP. MB< xGATE7W4 6"W WATER w s GRAVELz 3o+0o S 010'29" E GRA VEL HP DIRT/ GRAVEL IV ANCHORS -OHP T. •Ha _ _ ( _.00P I-1 DP OHP I DIRT/GRAVI L .o nil So. 6th St. / Arlington Hahn Motor Company 1223 So. 6th St. Yakima Calvary HMA Rescue Mission REPAIR 0 w 03 w w N. n 1208 So. 6th St. Hahn Motor Company MATCHLINE ST STA. 34+25 TO STA. 36+25, SLIPLINE APPROX. 200 L.F NEW 3" HDPE PIPE IN EXISTING 4" A.0 STAVE PIPE. CONNECT TO NEW 4" HDPE PIPE WITH NEW 4" x 3" HDPE REDUCER 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. STA. 29+45, 4' RT, REMOVE EXISTING LINE VALVE. ABANDON AND PLUG EXISTING 3" PIPE TO WEST GRAVEL BUILDING TYPE a) FH 0 10 20 40 DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION STA. 25+50 TO STA. 30+70, EXCEPT ARLINGTON STREET PROVIDE GRAVEL SURFACE REPAIR MINIMUM 20' WIDE. STA. 28+90±, 4' RT , INSTALL NEW 6" R S GATE VALVE AND VALVE BOX. STA. 36+00, 5' RT , REMOVE EXISTING LINE VALVE. EXISTING SERVICE TO BE ABANDONED IN PLACE REMOVE EXISTING VALVE BOX AND FILL VOID WITH NATIVE SOIL. 1301 So. 6th St. Alejandro & Roque 1 GATE CONC GATE 4'x CL AIVTWM =a. WM ouP DIRT/GRAVEL 1208 So. 6th St. Hahn Motor Company 6" GAS c c 3' CL FENCE ON 1' BLOCK RETAINING WALL 1212 So. 6th St. Rosendo & Rosa De Loza V Z P ANCH w =I9 WM 6' CL 6 CL GRAVEL 1214 So. 6th St. Thomas Davis LAWN ASPHALT 1216 So. 6'h St. Maria Ramirez HMA REPAIR TYPE 1 HMA REPAIR 1220 So. 6th St. TYPE 1 Esteban Medina & Olga Lopez 1306 So. 6th St. Todd N. & Jody A. Snyder SEE SHEET 14 10 20 40 HMA REPAIR TYPE 2, TYP So 6th ST Huibregtse, Lountan Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4•Yokima, WA 98902 (509) 966-7000 e FAX (509) 965-3800 1 E%PIRES p.... 6, 1006 1 JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY O F YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB KDY PLAN SHEET SHEET 13 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 1 I N COcis (n N rlry 06 M _ () a) GRAVEL 1313 So. 6th St. Aristeo L & Juana V Gomez LAWN OUP / SIGN `I LAWN 5' xCL SIV WM 'S 1315 So. 6th St. Pedro & Maria Gonzalez LAWN GATE x 5x WOOD/CLx LAWNHEDGE DIRT eAWfGRAVEL "<.'r4� 3T?`w - SIGN 1317 So. 6th St. Eugenio Contreras s ASPHALT— OHP CONC. S/W / CONCRETE GATE OHP w U z w X I x So. 6th St. / Nob Hill Blvd. Los Cunados LLC _s -ASPHALT -7_ GATE x SIGN CONCRETE xCL FENCE x SIGN WM CONC. S/W r_> w U 6" WATER w 1 w I 3 ;137+00, ri w w JT PFB UT UT s ASPHALTz UP (` 1 WM WM ��HP� IV uJ IV x! s DIRTZ I J N5 1 1306 So. 6th St. Todd N.& Jody A. Snyder 1 -IP CONCRETE S W OHP -DIRT_ So. 6th St. / Central Ave. Todd N. & Jody A. Snyder OHP OHP DIRT So. 6th St. / Nob Hill Blvd. Todd N. & Jody A. Snyder 38+00 iQ I o OT -®i TELE® MH'S w So. Sixth St. SIGN OHP CONCRETE OHP OHP HMA REPAIR TYPE 2 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 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. $ Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue OYakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 EXPIRES 6, 6008 707 w6" WATERw 39+00 s ASPHALT-_ 0 ,SIGN CONCRETE S/W UP WM P OHP OHP OHP 5— OHP OHP GRAVEL z So. 6th St. / Nob Hill Blvd. Todd N. & Jody A. Snyder 10+00 WM PED / SIGNAL SIGN 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES 0 STA. 36+25 TO STA. 37+90±, SLIPLINE APPROX. 165 L.F NEW 3" HDPE PIPE IN EXISTING 4" WOOD STAVE PIPE N6 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 STA. 37+90±, CONNECT TO EXISTING 2" BLOW—OFF PIPING WITH FITTINGS AS REQUIRED PB ❑ CB JOB NUMBER: 07035 OHP SIGNAL w <22 DATE. 09-12-07 ALE NAMES. DRAWING. 07035.OWG OHP 141+00 OHP OHP w z+ 0 10 20 40 MEM O 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 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY - MTB KDY PLAN SHEET SHEET 14 OF 31 `i ?(4" G A.C.) G NEW 3" G HDPE IRR. MAIN G 3 IV UP (` 1 WM WM ��HP� IV uJ IV x! s DIRTZ I J N5 1 1306 So. 6th St. Todd N.& Jody A. Snyder 1 -IP CONCRETE S W OHP -DIRT_ So. 6th St. / Central Ave. Todd N. & Jody A. Snyder OHP OHP DIRT So. 6th St. / Nob Hill Blvd. Todd N. & Jody A. Snyder 38+00 iQ I o OT -®i TELE® MH'S w So. Sixth St. SIGN OHP CONCRETE OHP OHP HMA REPAIR TYPE 2 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 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. $ Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue OYakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 EXPIRES 6, 6008 707 w6" WATERw 39+00 s ASPHALT-_ 0 ,SIGN CONCRETE S/W UP WM P OHP OHP OHP 5— OHP OHP GRAVEL z So. 6th St. / Nob Hill Blvd. Todd N. & Jody A. Snyder 10+00 WM PED / SIGNAL SIGN 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES 0 STA. 36+25 TO STA. 37+90±, SLIPLINE APPROX. 165 L.F NEW 3" HDPE PIPE IN EXISTING 4" WOOD STAVE PIPE N6 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 STA. 37+90±, CONNECT TO EXISTING 2" BLOW—OFF PIPING WITH FITTINGS AS REQUIRED PB ❑ CB JOB NUMBER: 07035 OHP SIGNAL w <22 DATE. 09-12-07 ALE NAMES. DRAWING. 07035.OWG OHP 141+00 OHP OHP w z+ 0 10 20 40 MEM O 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 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY - MTB KDY PLAN SHEET SHEET 14 OF 31 J SS MH RIM. t 040.33 IE. 1031 0± 900 So. 7th St. Yakima Valley Partners GRAVEL 4' 9.. FENCEGATE 902 So. 7th St. Yakima Valley Partners DIRT SIV (5 WO "1--oHP- w - J SEE ABOVE 904 So. 7th St. Yakima Valley Partners z GRAVEL 6IJ�CL FNCE GATE x 906 So. 7th St. IIZ Yakima Valley Ix1"-- Partners 1 GRAVEL 00 i1 >a 0 U Z 0 U ri OHP AFP _IV- HP OHP ELE 6' CL'FENCE GATE xj ED AUL \ 901 So. 6th St. SS MH • Nerieda RIM: Penaloza 1040.53 IE. Valdez 030.0± HP OHP—+V1-0H_ EW 6" 1 HE - '.s -MAIN . - GRAVEL_ V DIRT „UP WROUGHT 6' CL FENCE Id IRON GATE 903 So. 6th St. 1 Cornelia U I Beauchamp �� GATE x OHP- OUP OHP OHP 00 (18 EA.)/908 So. 7th St. TYP Maria Villa 6 CL GA Z 912 So. 7th St. Mark Page 110 iI id 916 So. 7th St. W 914 So. 7th St. Z Jose L. & Obdulia L J Cynthia N. May tGonzales Baltazarid 0 Angeletti CONC. RET. WALL GATE �IV OHP DIRT x• HP OHP —OHP OHP --OHP UPS +00 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 GARAGE DIRT bON ANCtOR UP 1002 So 7th St. (18 EA.) Dorothy TYP Gene Yates CL KONG (p 6 X OHP OHP MAIN _ p+00 8" SEWER NSW 4 I HgPE IRR s GRAVELz (V + 7.9 S MH 0, 6' CL OHP 905 So. 6th St. Delfina Espinoza 1008 So. 7th St. Dorothy Gene Yates GATE I0 1 907 So. 6th St. Carl & Arizona Falls SIV DIRT AIIey 6' CL X\ I 1 GATE IV 6▪ ' CL 909 So. 6th St. Carl & Arizona Falls 0 SS 01'13'11" ES SUP DIRT GRAY DRIVE Oaland H. HOUSE 1 So. 6th St. Marvin G. & Mica S. Brown THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. EXISTING TEE, IRRIGATION PIPE, AND VALVE TO REMAIN OPEN CUT AND CONNECT NEW 6" HDPE PIPE TO EXISTING 6" VALVE WITH FITTINGS AS REQUIRED STA. 40+25 TO STA. 45+25±, OPEN CUT AND INSTALL APPROX. 500 L.F. NEW 6" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. STA. 45+25±, INSTALL NEW 6" x 4" HDPE REDUCER IIz 1010 So. 7th St. Herminio & U Maria Constrejon GATE IV x� OHP OHPf—� .14 WOOD )5: s0,,3'„"E AIIey IV 10 1- H (1) w z 2 0 RIM: 1036.43 E. 1029 0± DIRT E Rainier St. / So 6th St. Thomas Hughes U z 0 U 0 w 2 /n CONC X05 CL 6' CL w ZI • 1001 So. 6th St. () • Andres & Paula _” Felipa Moreno LAWN z w 1005 So. 6th St. Samuel & Maria Viveros Hnibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ¢Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 UP ■IV xv 4' CL GATE IGATE OHP - 5� I w U1 Z 1007 So. 6th St. d Rose Contreras QI 1 EXPIRES }1w 6, 8008 l�lly 4' CL 15_ 1012 So. 7th St. Leticia Infante OHP �DIRT IV 6' CL GRAV DRIV GATE HP OH 00 00 GRAVEL -z_ GATE 6' CL GATE GATE 6 LIGHT I DIRT z 913 So. 6th St. I I U Graham CL UP OHP X IV 915 So. 6th St. 1 w U Debra 0, Graham Corin 0i HMA REPAIR TYPE 2 cD ti 0) a a 000) OHP N7 w N8 STA. 45+25± TO STA. 50+50, OPEN CUT AND INSTALL APPROX. 525 L.F NEW 4" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. 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 STA. 40+30 TO STA. 50+50, EXCEPT RAINIER AND LASALLE STREETS, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY. 1014 So. 7th St. 1016 So. 7th St. Ramona Kelly g Leon & Edelmira IP A. Loza uo V _ \ 6'11CL x IV GATE OHP OHP— OHP U -0- 0 `5 P+ab -_ (4 WOclIll II S 8" SEWER IV a V IV wl zI 1009 So. 6th St. Jesus & Reinalda Chacon GRAVEL 1011 So. 6th St. Sabino Rivera SHED x4' CL ;GAT P� "OF5VC) HP �s s s GRAVEL -7_ IV OHo -02� OHP 6' CL 1:_;AIU x 6' CL x x O II 1013 So. 6th St. Carmen Perales 1015 So. 6th St. Maria Telles z w 0 U HMA REPAIR TYPE 2 1,1 - W _ o_ rn v/ OHP 7C71;577,457.17 -P,.•4 s� JOB NUMBER: 07035 OHP I I 11104 So. 11102 So. 7th St. tti,Ray Thompson id. C 7th St. UIPerez J DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG U z 0 U �5 O -F--- 8" SEWER 6' CL GATE !e1 H1= SSXMH Xu RIM. 1035.09 !IE. 1027 3± DIRT SS UP_ ,_ IV 1101 So. 6th St. Hector Jimenez DIRT H DIRT V aHP SEE SHEET 16 SEE BELOW (0 0 10 20 40 10 20 40 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY. MTB KDY PLAN SHEET SHEET 15 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 21104 Soy w 7th Std 1106 So. 7th St. Ronnie & Carolyr Crespg w Perez Williamson N co 6' Cx MATCHLINE STA. 50+5 UHr 6'G G ^.TE x IVi (3" WOOD) Tnr- 1108 So. 7th St. 1110 So. 7th St. Bertha Salinas I z Armstrong E -2 Rentals, LLC U 7 x 6' CX GAT U P NE V- DIRT IVJ PEIIRR. IUAIN uP 1 1 cwi 1 11112 So. 7th St. 11114 So. 7th St. 1 Salvador & E� Fernando d Carmen Mercado- 1 Garcia-Badillo lo -.I CON C GRAVEL 4' CL .. GATE 2'OH IV 13" WOOD 6 CL x / IV u r so -SSSS A y 55 00 S 01'13'11" E ss ss s, GRAVEL UP ;ATE IV IV DIRT 152+00 8" SEWER ss /ol GATE IV GATE 6' IV 53+0 elI a 3 2 Ia0 01P I Staff 53+22.47 ss 30 w 3 ro ss > SS ® > SS 8" SEWER 5MESH GAT (9 EA.) 1 TYP1SS MH RIM: 1035.89 IE. 2) 1026 3± 1105 So. 6th St. Alex Carter, et ux HOUSE 1107 So. 6th St. Francisco Rodriguez CL GRAVEL 81 0I 1109 So. 6th St. 1111 So. 6th St. Jose M. & Zennie Cristina Pulido Mae Miller UP'S 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 N8 c 0 Q) 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 0 STA. 50+50 TO STA. 52+95±, OPEN CUT AND INSTALL APPROX. 245 L.F NEW 4" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. N6 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 N7 STA. 50+50 TO NORTH SIDE ARLINGTON STREET, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY N8 CONNECT TO EXISTING 2" BLOW—OFF VALVE AND PIPING WITH _FITTINGS AS REQUIRED 0 10 20 40 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING - LAND SURVEYING • PLANNING 801 North 39th Avenue•+Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 S70NAL Er 02'4 7 1 EXPRES i"^' 6, 1008 I v� JOB NUMBER: DATE. 07035 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB KDY PLAN SHEET SHEET 16 OF 31 SEE U z O °A 8" ,NATER CB w So. 7th St (2" -PRR ) "A SHEET 26 I � �I I A'OD a) Q(' IJ '1 1301 So. 7th St. Andres & - Esther Mesa GATE 1--) z. � \ w �-ASPHALT �\ L ) SIGN 60+20, IV SIG 8 CB O IV GAS ®' UP HMA REPAIR TYPE 2 4' 1303 So. 7th St. w 1305 So. 7th St. w1307 So. 7th St Yakima Valley E Antonio V. & I wOctavio Gomez I Partners , Juana M. Guzman iu- (16 EA.)d U U TYP. 1 LAWN v LAWN GATE 4' CL IVo GATE x F cc ME LAWN GAT: CL • • IV WM 6 LAWN 0 1309 So. 7th St.i Juanita Gomez U LAWN GATE I GATE IV GATE ,x CONC CONC WM 1311 So. 7th St. Jose A. & eonel Ramirez GA LAWN EIV GATE WM 1313 So. 7th St. 1315 So. 7th St. Jose A. & L Rita Garza Leonel Ramirez d GATE x LAWN -0- WM CB LAWN WM ' W 4OODO LAWN • IV LAWN WM GATE 4' CL WM IV GATE 4 CL v U 1302 So. 7th St. 1304 So. 7th St. Jose & Maria d Santos & Mendoza Marcelina N1 Galindo 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 N4 SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES - THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 1317 So. 7th St. Sylvester & z to Johnetta Dennis !_ I3 I0 LAWN z LAWN _�_ 10+ m 703 E. Nob Hill Blvd Ramon & Margarita Valencia DIRT LAWN \\ WM 0 E 4' CL L,J LAWN zl 1306 So. 7th St. i-2)Marcelino & Patricia Brovo GRA IV G L IV GA/ 1 GRAEVI AWN W II GRA 1318 So. 7th St.� Juan & Anita Barron WM WM G TE LAWN ®WM 4' CL LAWN IV 4' CL GRAV LAWN 1310 So. 7th St Li Z Bilialdo & d I 1312 So. 7th St. uan Diaz Mendota Maria Lamas Mercedez Acevedo v \\\\\NM ®WM I� LAWN GATE 4 CL LAWN v 1 14 So. 7th St. Gerardo & Lourdes Ochoa N5 STA. 59+80 TO STA. 65+90±, OPEN CUT AND INSTALL APPROX. 610 L.F NEW 4" HDPE PIPE REMOVE EXISTING IRRIGATION PIPE. IV ( AT- WMSn e DIRT IV �® \xs' � N ,�``� � 6+0wWATER �.kX\� sASPHALTz aM\i CdNC. S/4 WM k u Iz L IxU CONC 6' CLxON BRICK WA, F CONC. S/W .I . 1 I. DIRT SIGN ASPHALT 1320 So. 7th St. Arturo & Dolores Baeza 6' CL ON 2' BRICK WALL HMA / REPAIR TYPE 1 LJ U 0 (8 EA.) TYP E'1312 So 7th St. Gary M. Jr& Jeni N. Delaney ASPHALT 611 E Nob Hill Blvd' Gary M. Jr& I Jeni N Delaney CB 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 STA. 60+35 TO STA. 65+90±, EXCAVATE AND REMOVE APPROXIMATELY 8" EXISTING ROADWAY AND CONSTRUCT NEW STREET SECTION SEE DETAIL ON SHEET 31 STA. 59+90±, FURNISH AND INSTALL 4" x 4" x 4" HDPE TEE, (1) 4" R S GATE VALVE AND VALVE BOX, (1) 2" R S. GATE VALVE AND VALVE BOX, (1) 4" x 2" REDUCER, AND CONCRETE BLOCKING REMOVE EXISTING VALVE AND VALVE BOX AND CONNECT TO EXISTING 2" PVC WITH FITTINGS AS REQUIRED STA. 65+85±, OPEN CUT AND INSTALL NEW 4" x 4" x 2" HDPE TEE, 8 LF NEW 2" HDPE, AND CONNECT TO EXISTING BLOW -OFF ASSEMBLY WITH FITTINGS AS REQUIRED INSTALL HDPE CAP ON SOUTH LEG OF TEE. R A 4 CL V WM GATE 316 So. 7th St. Gerardo Ochoa S 10 20 40 MIN Hnibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •8Yakimo, WA 98902 (509) 966-7000* FAX (509) 965-3800 EXPIRES 8... 6, 1008 I JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM P,HASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY MTB KDY PLAN SHEET SHEET 17 OF 31 —IRRUPQ 22" SE 902 So. 8th St. Ezequiel & Maria Zavala s LAWN -z TE (6" WOOD) SIV N )EX .7 ASEW 8 0 0 904 So. 8th St. Aroldo & Felisa Sanchez DIRT GRAVE z 906 So. 8th St. Jose Cardenas U u LAWN 3' MESH GATE IV SEE ABOVE U 0 U Ly�-=c3rtr UP SS MH RIM. 1039.87-- GARAGE = IE. 1023)±---� . aDIRT 1 901 So. 7_tf;} St New �''i':-'�,' [903 So. 7th St. New Destiny Destiny Fellowship Fellowship 5 xCL II iW C NEW 6" HDPE 00 SS GRAVEL-z__ OHP ©CO DIRT HOUSE L , Socorro Gonzalez ▪ DIRT x 6' CL 908 So. 8th St. Leonel & Maria IRR. MAIN 910 So. 8th St. Guadalupe & L, Esther Sanchez DIRT 912 So. 8th St. Casa de Carlos, LLC DIRT 914 So. 8th St. Elva Benevides Mata GATE GARAGE DIRT 6' CL x- 6' CL A EGATE 4 6' Cl .x x IV IV 916 So. 8th St. Martha & Silvino Ceja DIRT GATE 6' WO x 918 So. 8th St. Lisandra W Caceres 1 o W li DIRT IE. 1023.1± 0 6' CL SS MH RIM 1036 62 HMA REPAIR 0 TYPE 2 4J 0_ N 905 So. 7th St. 1 New Destiny Fellowship 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 1002 So. 8th St. Rosalie M. & Felix B. Riojas SHED (6" WOOD) GAT iVV 1004 So. 8th St. I (18 EA.)1008 So. 8th St. Henrietta TYP. Antinio & Quantrille Norma Sanchez w U 0 UP IV DIRT 67 LL NEW 6" DIRT HDPE IRR. MAIN IV 76+00 V 22 WEROHP AGR AO VPELZ OHP 6' CL GATE F W z J S U 1 -- DIRT GATE 6' CL GATE V DIRT I U 1001 So. 7th St 1003 So. 7th St. E,1005 So. 7th St. i Refugio & �X Sebastian & Loddie Bryant d Maria Maria �) Mariana Moreno OHP IV`1'GATE OHP UP 4' CL IV OHP 72+00 H DIRT 909 So. 7th St. 41) (16 EA.) New TYP Destiny Fellowship 0 LAWN 911 So. 7th St. 1 Raul & Ramona Jimenez 73+00 HPL'PTD I 0H 6' CL GATEI UGATE 6' CL TET Iw J S 0'48'38" E 22" SEW 00 OHP LAWN ISHEDI DIRT 913 So. 7th St. James H. & Erlinda Wise OHP X 6'x CL 74+00 N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES N5 REMOVE EXISTING 8" x 6" REDUCER AND CONNECT NEW 6" HDPE PIPE TO EXISTING HDPE PIPE. N6 STA. 70+40 TO STA. 80+50, OPEN CUT AND INSTALL APPROX. 1010 L.F NEW 6" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE N7 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 N8 STA. 70+40 TO STA. 80+50, EXCEPT RAINIER AND LASALLE STREETS, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY N9 STA. 79+60, INSTALL NEW 6" R S. GATE VALVE AND VALVE BOX. 1010 So. 8th St. i1012 So. 8:h St. Miguel A. & w John E..<8,Elba Ruelas I' - Annie Everhart DIRT GATE 6' CL IV U GRAVEL U DIRT v OHr —OHP IV L, 1014 So. 8th St. ° I 1016 So. 8th St. E Luis & Etito L Kenneth W. & Santos J Dorothy M. Grow 1 DIRT v 6' CL GATE i V GATE 4' CL x (6" WOOD) DIRT \UP SIV 1 wlz t J IU 00 UP - 7777+00A1 l e OHP 1V 6' CL' GATE DIRT 0 1007 So. 7th St. L Refugio & Maria & Anita Maria GA E 22" EWER -OHP OHP TT -CL LAWN 1009 So. 7th St. Willie Ben Turner, Jr. 78+00 —GRAVEL— OHP OHP GATE 6' CL LAWN 1011 So. 7th St. David Sandoval S 0'48'38" E OHP OHP x�f DIRT \E Iz 1>U 1013 So. 7th St. John E. & I Q Annie Everhart U 0HP 79+00 ts- ASPHALT-z__ OH mss { 6' CL CONC SS MH RIM: 1033.491 IE. 1022.0± 1 1015 So. 7th St. John E & Annie Everhart +kI GN U z W t. J U OHP HMA REPAIR TYPE 2 G DIRT 917 So. 7th St. Lisandra Caceres J OHP °' 75 OHP 1102 So. 8th St. Henry & Wilma Beauchamp NEW 6' "HDPE ' IRR MAIN uP SEEBELOW 0 22" SEWER OHP OHP V/ 1 U z 0�1 0 00 UPoo� OHr 0r X I GATE 16' CL z 1 DIRT x1 1103 So. 1 7th St. Victoria Suarez 6' CL 43) DIRT ico d11101 So. 7th St. `Norma Valencia W W 1n W W N MATCHLINE STA. 80+50 0 W 40 10 20 40 Hnibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000.1- FAX (509) 965-3800 JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY. MTB KDY PLAN SHEET SHEET 18 OF 31 SEE SHEET 1 1102 So. 8th St. I 1108 So. 8th St. Daryl N & Ceferina Jorgensen LAWN GATE 6' C x GARA E LJ Nicolas, L Enriqueta & S.nto Sedano GATE CONCRETE 1110 So. 8th St. Pablo H. Serrano & Maria Magdelena GARAGE WOOD) 0 u7 —x ��---x + o 6' CL ro MATCHLINE STA SEE ABOVE 0 U DIRT o z 1107 So. 7th St. Vilvia Verdusco 0 0, 0 O O V ANCH OHP UP 1112 So. 8th St. Robert L. & 1114 So. 8th St. Judith 0. Bonser Robert L. Bonsel LAWN 4' CL x xTh 4' CL DIRT DIRT x IL IV_ NNE 6 Her IRR. tv��IN 1 (7"P WooD) OHPuP S1 x$2+00 S 0'46'38'" E 22 SEWER 83+00 0 PI`i`1iP' ANC, ` V sGRAVELz DIRT',.., 'Oi/ �(1 2 TYP )re;,)xs GIBE DIRT GAxE /�<—DIRT � 4' WOOD 5' WOOD —, I y 6�i \ —x x DIRT SS MH GRAVE GARATWE- i/ ./ / \\� GARAGE DIRT RIM 1032 59 i - i4-7 i j 1`, j IE S 10203± 1109 So.':7th,St! ` `i 1111 So. 7th St. E N• 102o s± IE E. 1021 7± James L. & Betty _ James 1113 So. 7th St. I Ann Jefferson Jefferson Saul Ruiz U HMA REPAIR TYPE 2 1211 So. 7th St. City of Yakima _s -ASPHALT -z_. DRYWELL E- E-7,1RR MAI 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. 1211 So. 7th St. City of Yakima BUILDING w w 0 U CONC I 0 I DRYWELL OVERHANG 1/ TE GATE GATE h?BP L r (S+WOOD:), a .,.:,... .,fw ` --: _.,, LAWN 1212 So. 8th St. Jorge & Agustina Badillo GRAVEL LAWN 3' WROUGHT IRON FENCE ON 2' BLOCK RETAINING WALL CONC RET 3 HMA REPAIR TYPE 1 84+00 24" SEWER 0 STA. 80+50 TO STA. 89+75±, OPEN CUT AND INSTALL APPROX. 925 L.F NEW 6" HDPE PIPE REMOVE EXISTING IRRIGATION PIPE. N6 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 STA. 80+50 TO STA. 83+15±, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY 0 STA 83+50 TO STA. 89+60±, PROVIDE ASPHALT SURFACE REPAIR SEE SURFACING REPAIR DETAIL, SHEET 31. 0 STA. 89+75f, FURNISH AND INSTALL 6" x 6" x 6" HDPE TEE, (1) 6" R.S. GATE VALVE AND VALVE BOX ON NORTH LEG, (1) 4" R S GATE VALVE AND VALVE BOX ON WEST LEG, (2) 6" x 4" REDUCERS, 4" HDPE 90° ELBOW ON SOUTH LEG, AND CONCRETE BLOCKING. CONNECT TO EXISTING 4" PVC PIPE WITH FITTINGS AS REQUIRED 1208 So. 8th St. L Virginia, Norma, i Alice Mays ;n LAWN LAWN GRAV WALL 4' CL UP x 4' CL GATE DIRT I , 11210 So. 8th St. Yesenia & Valentin Martinez LAWN ASPHALT 5' CL x GATE GATE MB DIRT 87+00 0'09'57" E RET WAI L SOUTHEAST YAKIMA COMMUNITY CENTER (7 EA.) TYP. SS SS MH RIM: 1031 76 IE. 1019 4± _s -ASPHALT -z_ 8+00 z 0 1 HMA REPAIR TYPE 1 1220 So. 8th St. Kenneth Miller DIRT r2 -.H. UPS_ N65'HDPEIRiRMAIN- Alley 24" SEWER IV H? FL 89+00 - ASPHALTZ__ S////////,////// HAPARKINGz N aw 1 D Alley 0 U 0 U SODDED LAWN REPAIR, TYPICAL LAWN -41 (5" WOOD) 'II, DIRT ss SEE BELOW 0 s 0 z 0 U HP '(5 WOOL:- d a 1211 So. 7th St. City of Yakima > 14 0 0 O TIZ Sto Ic U SEE SHEET 26 3.02 a 55SS 24" SEWER U SOUTHEAST YAKIMA COMMUNITY CENTER W 0 10 20 rn 40 Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakimo, WA 98902 (509) 966-7000 o FAX (509) 965-3800 Wo7 1 EXPIRES ,..,. 6, 2008 I JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY. ENTERED BY. MTB KDY PLAN SHEET SHEET 19 OF 31 P 806 Pacific Ave. Della McCandless LAWN IV CON CL SS MH RIM 1037 12 IE. 1027 6± ANC ASPH K67 kIpRE, Iw M z a 5 i4 H U z O0 U H U TILIT VAULT D GE LAWN LAWN 5' CL P °"P °"Al ley GRA g SEWER I W U z W UI 906 So. 9th St. Adalberto & Rita Diaz GRAVEL IV GATE x 6' CL 908 So. 9th St. d Liduvina Torres w SS MH RIM: 1035 96 IE. 1027 0± LAWN J + —x 5' CL x x � 6' CL 0HP OHP \ OHS 0 U GRAVEL w 912 So. 9th St. Jose Luis & Josefina Torres LAWN VELI UP 'c 4A 551 1+ A g_ (6" P\%6 --&? NEW 6 HDPE IRR. MAIN H, _01-1.02.42xQ2 F _A!,. Qup — AT UP' IV 804 Pacific Ave. Oscar Garcia (17 EA.) LI 903 So. TYP St.° Felix & Maria Irma Romero Reyes 4' CL GATE IV GATE 6' CL LAWN 905 So. 8th St. Charles W Allen LD Donald R Allen Doris Johnson Jesse E Allen Willie Davis 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 1010 So. 9th St. Meadows Partnership s ASPHALT—_ ASPHALT—_ GARAGE 907 So. 8th St Roxana Britt OHP GATE 6 WOOD Iw U Iz ISI UP 93+pp S 024'07" E 914 So. 9th St. Michael & Jo Schmidt DIRT z 918 So. 9th St. W Connie Rangel LAWN GATE i-x/Tnr Oh, GRAVEL- — (6'5cWOOD) =s AWN OH SS MH RIM -1(751033IE 99 = a a) 1025.9± OHP N0 NI 909 So. 8th St. Vitalina Madrigal GATE 5' CL LAWN GARAGE 911 So. 8th St. Pablo Lemus OHP , x 5CL DIRT .QH IV x HP OHP GATE x 4' CL LAWN w U z w x DIRT 913 So. 8th St k915 So. 8th St. Gamaliel & SHED Guadalupe Espinoza N5 EXISTING TEE, IRRIGATION PIPE AND VALVE TO REMAIN AT END OF EXISTING HDPE, REMOVE EXISTING 6" D.I FLG x PE SPOOL, 8" PE x 6" MJ REDUCER, AND ROMAC COUPLING CONNECT TO EXISTING 6" HDPE PIPE. N6 STA. 90+45 TO STA. 94+60, OPEN CUT AND INSTALL APPROX. 415 L.F NEW 6" HDPE PIPE AND NEW 6" x 4" REDUCER TO NEW 4" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. N7 STA. 94+60 TO STA. 100+50, SLIPLINE APPROX. 590 L.F NEW 4" HDPE IN EXISTING 5" WOOD STAVE OR PVC PIPE. 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 N9 STA. 90+45 TO STA. 94+75 AND STA. 99+70 TO STA. 100+50, EXCEPT RAINIER AND LASALLE STREETS, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY. (20 EA.) TYP s ASPHALT—_ BOLLARDS O 0 O O 0 IV 1016 So. 9th St. Meadows Annex s ASPHALT—_ BOLLARDS P OHP OH's IV 0 OHP OHP S 0.24.0755E NEW 4" HDPE IRR MAIN .. REN+hfhrll IV s STA. 95+2 MATCHLINE U LAWN GAT 7+00 "PAIIey OHP 07P- NUP r+00 0? PPP Lisandra Caceres I SS MH M. 033.40 E 024 7± DIRT 917 So. 8th St. Jose J & Josefina Chavez z 0 U 0 U 808 E. LaSalle St 808 E. LaSalle St. I Martin Martin Lozano Lozano LAWN LAWN SEWER 5,. 99+00 (5Pit) TE 5 PE IRR. MAIN E GATE DIRT GARAGE GARAGE DIRT DIRT 1 x—+ -x - MESH GATE S HPWOOD) OH DIRT HOUSE GARAGE GARAGE 1001 So. 8th St. Chester & Kay Forde HOUSE 1003 So 8th St. Doris M. Foster 1007 So. 8th St. Kenneth W. & Dorothy Grow 1009 So. 8th St. Kenneth W. & Dorothy Grow GARAGE 1011 S 8th St. Kennet W. & Dorothy Grow DIRT 1013 So. 8th St. Guadalupe T. & Marisela F. Licea 1015 So. 8th St. John & Robin Kintner IV co J v / co a a CL GRAVEL 1101 So. 8th St.° Harper Morrison Jr III & Rosario Orosco 6 CL GRAVEL 1103 So. 8th St. Ignacio B. SEE SHEET O 07 + O O ATCHLINE STA. SEE BELOW MATCHLINE STA. w 40 w 20 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue aYakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 91/217 I E0PiRES 6, 2008 JOB NUMBER: DATE. 07035 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB KDY PLAN SHEET SHEET 20 OF 31 SEE SHEET 20 LAWN 5' CL 1108 So. 9th St. W Isidro G. & 08 E. LaSalle Sty Teresa Estrada Martin Lozano U 6' CL DIRT GRAVEL GAT DIRjo 6' CL IV '5” WOOD) RR V t.c)GA E 0 DI T N. w z J 0 xx? GATE 8" SEWER (4 WOOD) IV UPIV 101±10 GARAGE W u, N�1110 So. 9th St. tw Linda Scott GRAVEL DIRT io GAT_ 5' CL_ 809 E. Arlington St. Eric Harrington (13 EA.) TYP AlIeys SS MH .YP, GATE GARAGi DIRT u z I LAWN I 1107 So. 8th St. Cinda Rose 1105 So. 8th St. Teresa & Josefina Uribe Valencia 8" SWER IV UHC " 102*,00 S O'24'07" " NEW 4 IV _!- x SS MH RIM' 1032.08 IE 1023 5± I 1109 So. 8th St. I Lazaro Aguilar DIRT 5' CL r GRAVELZ— SS MH RIM. 1031 86 IE. 1023.0± xl� HDPE IRR. MAIN uPGATE- x 5' CL GRAVEL 803 E. Arlington St. Maibong & Sengphet Singdara 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 103 .0 HMA REPAIR TYPE 2 0 0 EE SHEET 26 a z L o 3 J J WUJ = Q i� N 0 N wj z ''Q) VJ HP C 3 0 , 1 808 E. Arlington St. 4' CL FENCE J Joshua Treat x NEW_„ HDPE I ZR, M 4�Nx GATE GRAVEL 10 +00 GM®I HOUSE SS MH\ RIM 1031 31 15 1023 0± THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 05 1206 S. 9th St. Olga Rodriguez a I + o • I o SS 8" SEWER IV DIRT SS BO HOSE S 0'09'19" E BIB 808 E. Arlington St. Cristina & Antonio Mejia STA. STA. 100+50 TO STA. 100+70, SLIPLINE APPROX. 20 L.F. NEW 4" HDPE IN EXISTING 5" WOOD STAVE OR PVC PIPE. STA. 100+70 TO STA. 103+50, OPEN CUT AND INSTALL APPROX. 280 L.F NEW 4" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. STA. 103+50 TO STA. 104+60, OPEN CUT AND INSTALL APPROX. 110 L.F. NEW 2" HDPE PIPE REMOVE EXISTING IRRIGATION PIPE. STA. 103+47, INSTALL NEW 4" HDPE 90° ELBOW AND CONCRETE BLOCKING PLUG AND ABANDON EXISTING PIPE TO THE WEST OPEN CUT AND INSTALL 10 L.F NEW 4" HDPE PIPE. W 0 10 20 40 MEM MEI INSTALL NEW 4"x 4" x 2" HDPE TEE, (1) 4" x 2" HDPE REDUCER, (2) 2" R.S GATE VALVES AND VALVE BOXES, AND CONCRETE 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. STA. 100+60 TO STA. 104+60, EXCEPT ARLINGTON STREET, PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY STA. 104+06, INSTALL NEW 2" HDPE TEE, 2" x 3/4" REDUCER AND 3/4" SERVICE VALVE AND VALVE BOX. CONNECT NEW 3/4" SERVICE LINE TO EXISTING DRAIN LINE WITH FITTINGS AS REQUIRED STA 104+60, RECONNECT TO EXISTING 2" BLOW—OFF, VALVE AND PIPING WITH FITTINGS AS REQUIRED Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 •a FAX (509) 965-3800 JOB NUMBER 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY' ENTERED BY' MTB KDY PLAN SHEET SHEET 21 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 w z JF -H a. LAWN 902 Pacific Ave. Jesus & Teresa Montes De Oca CONC GAPE x LAWN xu GATE LAWN LAWN SEESHEET 24 ;Ir� � U Y U 0 U 4CL Up z s LAWN z GATE 901 Rainier St. Roberto R & Abigail Munoz OHP OHP IV 2" GAS NEW 4 HDPE [R 2' GAS w O w w N + u7 MATCHLINE STA O 1 11 +00 _s -ASPHALT -z_ w 6" WATER 904 So. 9th St. Gonzalo & Petra Guillen (6 J w C s ASPHALT -z_ 906 So. 9th St. Adalberto & Rita Diaz 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 OC U HP OHP GRAVEL WM„ Oi 1003 So. 9th St. Oscar & Maria E Rangel MB GRAY DRIVE OHP OHr —DHr LAWN UP OHP 12+00 6"WWATER 1 _a -LAWN z � 4' CL x x x ANIi,'-IOPbHP ■ p 03 LAWN oHP UPi vJ L 33 (. I H OHP OHP x 4" CI °HP DIRT H INIDW 4 HDPE H ' IRR. MAIN MR ++ -H mRE. ...- - T» - E +.+ M a..H-=+1-M-,R afH-� NEW NEW 4" HDPE IRR MAIN ASPHALT-z_ AINASPHALTz 6 113+00 L 114+00 1154C0 S. Ninth St. w w w 902 Rainier St. Francisca Martinez Gilberto L. Arzate OHP u DIRT SEE SHEET 24 cH wx I. O 1AI I w 20 2 UP S 0'08'08" W 908 So. 9th St. Liduvina Torres LAWN SIGN HP- — 912 So. 9th St. Jose Luis & Josefina Torres THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES EXISTING TEE, 6" IRRIGATION PIPE AND VALVE TO REMAIN REMOVE EXISTING MJ SLEEVE AT END OF HDPE PIPE AND INSTALL NEW 6" x 4" HDPE REDUCER STA. 110+35 TO STA. 118+45, SLIPLINE APPROX. 810 L.F NEW 4" HDPE IN EXISTING 6" C.I PIPE. STA. 118+45 TO STA 120+50, SLIPLINE APPROX. 205 L.F NEW 2" HDPE IN EXISTING 3" C I PIPE. STA. 111+82 AND STA. 118+46, FURNISH AND INSTALL NEW 4" x 4" x 3" HDPE TEE, 3" R S GATE VALVE AND VALVE BOX, 4" x 2" REDUCER, AND CONCRETE BLOCKING 904 Walker St. Church of God LAWN of Prophecy un nr7 'Ji HH 71 -1F - _s -LAWN --z___ N U 0 U l SEE SHEET 25 Lu N 0 01 cno'w =� GRAVEL Ham - J CB ii-�!+���+-11 I GAS I PE IRR. MAIN 117+00 118+00 S. Ninth S w w w X116+00 _5 -ASPHALT -z_ 0 11 W 11 5 0'08'08" W w W 1010 So 9th St. Meadows Partnership w w (6" C.I.)5R5 -F�1i.-�r�Ri>f�-�: 9a+s.��Rfi+f!-e�4 w�w 0[ 914 So. 9th St. Michael & Jo Schmidt w 918 So. 9th St. Connie Rangel N9 STA. 115+25, INSTALL NEW 4" x 3" HDPE TEE, (1) 3" R S GATE VALVE AND VALVE BOX, (1) 4" R S. GATE VALVE AND VALVE BOX, AND CONCRETE BLOCKING 901 LaSalle St. S 9th St. / LaSalle St. David & Elizabeth David & Elizabeth IJ LAWN Olivas � _ ``)6'�L UP q" 2fHP ss LAWN �\ SMB WM (3" .1.)I 3 2" GAS ss 119+oo _5 -ASPHALT -z_ 6"WWATER w ss\mss. 1016 So 9th St. Meadows Annex UHP Olivas LAWN x x OHP OHP LAWN w6" WATER ^' (13 LAWN VJ b SIGN vJ OHP - HP 1n 0 C7 N NEW 2' HDPE IRR. MAIN Ss CB 120+00 808 E. 808 E. LaSalle St. LaSalle St. Martin Lozano Martin Lozano SEE SHEET 23 MATCHLINE STA. 120+50 C.1): 0 UJ CO w L.) MATCHLINE w 0 10 20 1n 40 DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION 10 20 1n 40 MON ISM .44 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 'OYakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 -�'970NAL Er' 9/�G% IExPIRES f 6. 0008 I JOB NUMBER: DATE. 07035 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY' ENTERED BY' MTB KDY PLAN SHEET SHEET 22 OF 31 N N w LAWN N (f) P 5' CL x x DIRT OHP OHP Jessie Montgomery x CONC DIRT SEE SLEET 25 HMA REPAIR TYPE 2 NEW 2HDPE IRR. MAIN (3" C ) 2" GAS w 21+00 r _s -ASPHALT -z__ 6"w WATER w 122+00 808 E LaSalle St.r 1108 So. 9th St.] Martin Lozano Isidro G. & Teresa Estrada 1107 So. 9th St. Jose Luis Guerrero S 0'08'08" W w w G 2" GAS 123+00 S. Ninth St. 1110 So. 9th St. I - Linda Scott 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 1220 So. Fair Ave. Arthur & Bobbie Jean Link _s LAWN —s GRAVEL z GRAVEL HOSE BIB 1222 So. Fair Ave. Efrain & Silvia Hernandez n U 809 E. Arlington St. Eric Harrington 1224 So. Fair Ave. Parkwell Inc (4 EA.) TYP CONC 5' c 7". RAGE(3" WOOD) ' ' 3 CO>� LAWN IV HOSE BIB x_x CONC DIRT — (11111'' WOOD) MAIN 8"WER GRAVSR NEW 2" HDP HOUSE 0 911 E. Central Ave. Kevin & Karen Grow Hnibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4' Yakima , WA 98902 (509) 966-7000 o FAX (509) 965-3800 HOUSE `�S1ONAL E� q/p/a-7 IE%PiRES 6, 6008 I 6'w WATER N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 0 STA. 120+50 TO STA. 121+75, SLIPLINE APPROX. 125 L.F NEW 2" HDPE IN EXISTING 3" C I. PIPE. N6 SLIPLINE APPROX 160 L.F NEW 2" HDPE IN EXISTING 3" WOOD STAVE PIPE. CAP END OF NEW 2" PIPE TO THE NORTH REMOVE EXISTING BLOW—OFF ASSEMBLY INSTALL NEW 2" x 2" x 2" HDPE TEE, (1) 6" X 4" HDPE REDUCER AND (1.) 4" x 2" HDPE REDUCER CONNECT TO EXISTING 6" PVC PIPE WITH FITTINGS AS REQUIRED INSTALL NEW BLOW—OFF ASSEMBLY IN CURB LINE, SEE DETAIL SHEET 30 S5 MH RIM: 1029 08 IE. 1020.1± a) ^c W 8" SEWER ss du IRR IRR 0 IRR (2" PVC) ss IRR Id W (11 SS N9 STA. 121+75, INSTALL NEW 2" HDPE 90° ELBOW, 2" R S GATE VALVE AND VALVE BOX, AND CONCRETE 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. JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG w ZI 0 10 20 40 O 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 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY. ENTERED BY MTB KDY PLAN SHEET SHEET 23 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 HMA �s REPAIR TYPE 2 - - G L = L ss Zei cn C NC 5' CL c c SS (3" C.I.). s' CL LAWN rn • D 1 z o� U DIRT 904 Pacific Ave. 906 Pacific Ave. Jose Villegas San Juana & DIRT Etal Larios GATE CONC I DIRT r o— 7 GATE F 0 5, 9 I SEE SHEET 22 v N5 �v'IV c 2" GAS c SS 8" SEWER'S UP G Pacific Avenue GATE ss cCi s=_ w LAWN 912 Pacific Ave. Donice & Lillie B Chappell Living TR GRAVEL 904 So. 10th St. Patricio & Maria Rodriguez GRAVEL 4' x'CL y GATE x x C�� IVI PV V csGRAVELz- c c c c NEW 3 SHDPE IR1Z. MAINss s Ss ss SS TV GARAGE 901 Rainier St. Roberto R & Abigail Munoz —_L Iv SS MH RIM. 1035 48 IE. 1028.0± CATE 5' (MESH DIRT GRAVEL 905 Rainier St. 907 Rainier St. Ruben A. Rangel Ellie Jo Leonard 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. — —� Rainier Street SS SEE SHEET 22 _ I I Z I D 902 Rainier St. Francisca Martinez Gilberto L. Arzate G,AIX 6' 0Lx OHP HMA REPAIR TYPE 2' IV m l IIS SEE SHEET 22 s GRAVEL -2— SS ss ss DIRT IV (3" C I.) GARAG GRAVEL 1003 So. 9th St. Oscar & Maria E. Rangel 0 x J Rainier Street (15 EA.) TYP 906 Rainier St. Patricio & Maria Rodriguez TO 908 FAIR AVE. SERVICE CONNECTION N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 0 CONNECT NEW 3" HDPE PIPE TO NEW 3" VALVE, SEE ADDITIONAL NOTES ON SHEET 22. 0 REMOVE EXISTING IRRIGATION MAINLINE VALVE. 0 OPEN CUT AND INSTALL APPROX. 400 L.F. NEW 3" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. 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. N9 906 Rainier St. Bertha M. Rance LAWN 6' CLx GARDEN 0HP 2"" GAS SS o G OHP V GATX OHP PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY 0 S Rainier Street 914 Rainier St. Ellie Jo Leonard (17 EA.) TYP GARDEN IV 6' CL 07. OHP I1P G 8" SEWER ss ss IV 912 Rainier St. Ellie Jo Leonard DIRT 6' CL 0 ss OHP GRAVEL 55 GATE ss / rn it I IV DIRT GATE ( IV 6' CL I SS MH / GARAG (NOT FOUND) co RIM. 1035.0± o IE. 1027 0± , 905 Walker St. 903 Walker St. ° Colleen J. Cynthia Garcia Durand DIRT 6'xW000 IV GATE 6' WOOD IV 4' PICKET (3" C.I.) GATE IV I IV IRR IRR VHS OVERHANG 1 CONNECTION S IV GRAVEL OHP c c GRAVEL2— SS MH RIM 1035.02 IE. 1028.4± _5- LAWN D CD 1 CD N W' 'f' E Xer s 20 ao IMINE 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 REMOVE EXISTING VALVE AND INSTALL NEW 2" BLOW—OFF VALVE AND PIPING CONNECT TO EXISTING PIPING INTO SANITARY SEWER MANHOLE WITH- FITTINGS AS REQUIRED INSTALL NEW CITY SERVICE VALVE AT RIGHT—OF—WAY LINE. EXISTING SERVICE TO BE ABANDONED IN PLACE. REMOVE EXISTING VALVE BOX AND FILL VOID WITH NATIVE SOIL. INSTALL NEW CUSTOMER SERVICE VALVE AND RISER AT EXISTING RISER LOCATION EXISTING SERVICE LINE TO REMAIN FROM NEW CITY SERVICE VALVE TO NEW CUSTOMER SERVICE VALVE AND RISER CONNECT TO EXISTING SERVICE LINE WITH FITTINGS AS REQUIRED. TO 1002 FAIR AVE. SERVICE 1006 So. 10th St. Upper Columbia Corp Of Sda SS ss (2., G.I.) ASPHALT -2- 0 — GARDEN 907 Walker St: Daniel J. & Denise Curran Walker Street i) 911 Walker St. Upper Columbia Corp Of Sda 1008 Fair Ave. Upper Col Msn Soc 7 Day Ad OHP SS MH RIM. 1033 09 IE. 1027 4± GRAVEL-'_ anuany .1!ed w N s E 10 20 40 4 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue t Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 [%FIRES p.•. 6, 2004 I 07 JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB KDY PLAN SHEET SHEET 24 OF 31 —Ss HMA REPAIR TYPE 2 SEE SHEET 22 m 0 0 v) a31VMM_9 �^D1" N 0 D 0 n z P1 N z CHURCH CONC S/W 0 D 0 SS MH 1032.48 25.0± Z 0 0 m_ SEE SHEET 22 I 6' CL 1 z 904 Walker St. Church of God of Prophecy _s- GRAVEL z (3" CI) � G C SSG SSG SS 2" GAS -GRAVEL OHP OHP GM Walker Avenue LAWN 908 Walker St. 0 0 Glen Jacobson 5' CL, Irk GATE — — GATE x I x x6' WOOD x J 912 Walker St. Templo Jerusalem Assembly Of God IV DIRT x 6' WOOD x 1018 Fair Ave. Templo Jerusalem Assembly Of God DIRT ANCHOR 6' CL IV LAWN HOUSE 901 LaSalle St. David & Elizabeth Olivas 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. D 0) SEE SHEET 23 1107 S 9th St. Jessie Montgomery LAWN 904 E. LaSalle St. Estaban P. Perez 0 �a 1 LAWN ss �UP OHP GATE DIRT GARAGE JI UI HP IV OHP s G ss New 5 Ho Alley Fj 4' CL (15 EA.) TYP 905 LaSalle St. Lynette Walters I GATE DIRT HP OHP 41- UP DIRT GARAGE 1 I 907 LaSalle St. I Kenneth W. & Dorothy Grow s IN --s QP, �P_ GRAVEL SS (3' C.L)ss 909 LaSalle St. di Kenneth W. & �x Dorothy Grow GATE ASPHALT LaSalle St. / Fair Ave. Eastside Church Of Christ LaSalle Street N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 0 CONNECT NEW 3" HDPE PIPE TO NEW 3" VALVE, SEE ADDITIONAL NOTES ON SHEET 22. N6 REMOVE EXISTING IRRIGATION MAINLINE VALVE. 0OPEN CUT AND INSTALL APPROX. 400 L.F NEW 3" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. 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 LaSalle Street (14 EA.) TYP 906 E. LaSalle St. Cathy M. Moser GA ,"` — (3" C.I.) TO 1102 S FAIR AVE SERVICE CONNECTION NO 2 910 E. LaSalle St. Eastside Church of Christ SS. _s-- s ASPHALTz8" SEWER Gs 56 ANCHOR eIV LAWN SS GRAVEL TO 1024 S FAIR AVE. SERVICE CONNECTION SS MH RIM 1032 50 IE 1024 5± GATE „ (3" C I+ jo HMA REPAIR TYPE 2 GATE .A1 EW _2" DP CONC I 905 E Arlington St. Ana C. Navarro LAWN 1107 So. 9th St. Jose Luis Guerrero Hulbregtse, Lowman Associates, Inc. . CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 I EXPIRES J444 6, 2008 1 C7 907 E. Arlington St. 10 Silvina Huerta HOUSE 909 E. Arlington St. Chris & Jill Loutsis Arlington Street Ss (L t, 0 s GRAVEL z v LAWN 0 1022 So. 10th St. Valerie & Francis Romero SS MH RIM: 1032.81 IE 10261± -n D CD III CCD w s E 0 10 20 ao 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. 0 INSTALL NEW 2" BLOW—OFF VALVE AND PIPING CONNECT TO EXISTING PIPING INTO SANITARY SEWER MANHOLE WITH FITTINGS .AS REQUIRED PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY CONNECT NEW 2" HDPE PIPE TO NEW 2" VALVE, SEE ADDITIONAL NOTES ON SHEET 23 SLIPLINE APPROX. 310 L.F. NEW 2" HDPE PIPE IN EXISTING 3" PIPE. INSTALL NEW CITY SERVICE VALVE AT RIGHT—OF—WAY LINE INSTALL NEW CUSTOMER SERVICE VALVE AND RISER AT EXISTING RISER LOCATION INSTALL NEW CITY SERVICE VALVE AT UTILITY EASEMENT LINE. 1102 Fair Ave. Chris J. & Caroline J Loutsis 1120 Fair Ave. Paul C. & Betty S. Hernandez JOB NUMBER: DATE. 07035 09-12-07 FILE NAMES. DRAWING. 07035.DWG enuany J!ed w N s E 20 40 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY. ENTERED BY. MTB KDY PLAN SHEET SHEET 25 OF 31 SEE SHEET 21 803 E. Arlington S: I K Maibong & Sengphet Singdar LAWN WM 0 0 W 809 E. Arlington St. co- Eric Eric Harrington rn 4' CL FENCE 809 E. Arlington St. Eric Harrington r.1 G 8V SEWER 8" 'WATER w I GAS G _s-*ASPH AL T -z- HMA [REPAIR TYPE 2 G w w Arlington1Street 1° • I Ili G N 0 D + m o0 (1) Cr) V J 4" GAS 1107 So. 9th St. Jose Luis Guerrero 8 WATER WV LAWN Wm HEDGED ' verso , GATE 3' CL GATE 808 E. Arlington St. I; Cristina & Antonio Mejia zxz m m n r m o� u m I_ x SEE SHEET 21 ON WV 0 D WV —s - LAWN —z 80 E. Arlington St. Joshua Treat P Gr E 3' CL ,r‘), \)- -LAWNZ \\-z ,. 810 E. Arlington St. Ruby Rance 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. 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 1211 'So -'7th' St. ----Elt to Yakima . �ai� �Sr sc ASP S/W-'''XI- 1`;'"I' ' HMA REPAIR TYPE 2 N J NI w C 905 E. Arlington St. Ana C. Navarro w -ASPHALT-a__ NEW 2" HDPE IRR. MAIN 3" C I w 8" WATE 0 907 E. Arlington St. I 909 E. Arlington St. Silvina Huerta Chris & Jill Loutsis 4" GAS w w W Arlington Street G w w G h 120 Fair Ave. 'Paul C. Et Ux Hernandez NNW.• HEDUE CONC APRON --te`t—IYr. inais'rAdiF std RAVEL LAWN z— CONC APRON IV W WM IV ASPH -LAWN 'S 902 E. Arlington St. Mary Alonzo SLIPLINE APPROX. 495 L.F NEW 2" HDPE PIPE IN EXISTING 3" PIPE 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. OPEN CUT AND INSTALL APPROX. 175 L.F NEW 4" HDPE PIPE 5' SOUTH OF BACK OF CURB ABANDON EXISTING IRRIGATION PIPE IN PLACE. CONNECT TO EXISTING BLOW—OFF VALVE AND PIPING WITH FITTINGS AS REQUIRED (9 EA.) TYP. INSTALL (2) NEW 2" HDPE TEES AND APPROX. 25 L.F NEW 2" HDPE PIPE TO EXISTING IRRIGATION SERVICE VALVES CONNECT TO EXISTING VALVES WITH FITTINGS AS REQUIRED REMOVE AND DISPOSE OF EXISTING IRRIGATION PIPE AND FITTINGS SEE II SHEET 19 �ti; 1220 So. 8th St} `• i F' r 11 ) Kenneth`Mille \- /1�-1 , 1- 1 :11_ �% 2'jE UP II RAV HEDGE • 906 E. Arlington St. Yakima Coalition For The Homeless CONC LAWN SLAB 6' CL FENCE up - 00 iirdiMageohnurameamiownEsearam SEE SHEET 17 IRR 6" WATER w CONC APRON LAWN z (6" PVC) 6" GAS 0 0 ASPHALTz c c G G G c c c Central n Avenue G 8" GAS G G G G WM 4' CL FENCE GATE I x DIRT 5' CLxFENCE 2" GAS G ,140 IAP G 2" GAS G 1301 So. 7th St. Andres & Esther Mesa A SEE SHEET 17 CONCRETE 1302 So. 8th St. Pilgrim Rest Msny Baptist Church IV Huibregtse, Lohman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue•>Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 REVISION 4 0 DATE RET WALL 1301 So. 8th St. Salvador & Victoria Lopez JOB NUMBER 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG TELE PED 0 N5 __s- L A WN RAVE 908 E. Arlington St. Bethel Afr Me Epis Ch Inc IV 3' CL FENCE ON 2' ROCK JRET WALL U 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 1202 So. 10th St. Phillip Pleasant 10 20 40 0 10 20 40 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS DESIGNED BY ENTERED BY MTB KDY PLAN SHEET SHEET 26 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1219 W. Lincoln Ave. Hy's Service & Grocery Inc. s ASPHALT— SIGN ASPHALT -z__ WM CB RR IRR IR 6" (WATER ASPHALT -z___ c IRR w 3 SI IRR 1301 W. Lincoln Ave. Freya K. Burgstaller O 0 Q w w MATCHLINE STA. 6+00 �+QD 0 N PI Sta w 2+20.00 1218 W. Lincoln Ave. Donald L. & Helen Hinman GATE SS MH RIM 1083.80 IE. 1073.6± HMA REPAIR TYPE 1 GRAVEL o' W � CO o®T. T T CONCRETE S/W N s LAWNz oCB CONC CONCRETE S/W LAWN 1219 Jefferson Ave. Paul F. Hammerstad s LAWN - G G "6: fir CONCRETE S/W 2" GAS s_ SIGN CCB® tt RH H w w-1 s ASPHALT -z__ t3+00 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCA=TION THE CONTRACTOR SHALL --VERIFY EXISTING IRRIGATION= M=AIN 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. 1220 Jefferson Ave. Dan Brulotte SS MH O RIM. 1082.08 IE 1073.0J± 0 —p 7" DRAIN NEW 6" HDPE )+00 ASPHALT -z__ 1302 Jefferson Ave. Santos Velasquez (8" W000) D D ASPM IV HMA REPAIR TYPE 1 (6" PVC) CONE ;;1N Lincoln Ave. / Custer Scott L. & Olivia L. Ferguson i :A-\,ra (8" moo) NEW 6" HDPE IRR MAIN SD ASPHALT— MH s (1+00 Custer Avenue 1301 Jefferson Ave. Sandra Blackwell 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. OPEN CUT AND INSTALL APPROX. 20 L.F. NEW 6" HDPE PIPE. CONNECT TO EXISTING 6" PVC PIPE WITH FITTINGS AS REQUIRED 0 INSTALL 6" x 6" x 6" x 6" HDPE CROSS, (1) NEW 4" R S. GATE VALVE, (1) NEW 3" R S GATE VALVE, VALVE BOXES, (1) 6" x 4" HDPE REDUCER AND (1) 6" x 3" HDPE REDUCER 0 OPEN CUT AND INSTALL APPROX. 50 L.F NEW 4" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. CONNECT TO EXISTING 4" WOOD STAVE PIPE WITH FITTINGS AS REQUIRED 1219 Folsom Ave. Sally A. Wilson GATE CONCRETE S/W GATE 6 --=HDPE IRR MAIN'`' D D 0 0 8+D 27" DRAIN I N4 F' old; ., GRA CONCRETE i;rAj_. 1 s ASPHALTz 302 Custer Ave Ruban & Yloanda & Ruben Jr Martinez D SIGN D Sta. 8+66.58 3 0I <1 10+00 w 223 Custer Ave. Mnmnm LLC Ux 01 s LAWN— MB WATP 6 WOOD• D D s ASPHALT 3 VJ 3 'O Lt_ SIGN 3 U z O U M p+00 a U N O w 0 CLI w V) 0 OPEN CUT AND INSTALL APPROX. 25 L.F NEW 3" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. CONNECT TO EXISTING 3"- WOOD ST -AVE PIPE WITH FITTINGS AS REQUIRED N9 STA. 3+80 TO STA. 7+15, SLIPLINE APPROX. 335 L.F. NEW 6" HDPE PIPE IN EXISTING 8" WOOD STAVE PIPE. STA. 7+15 TO STA. 13+00, OPEN CUT AND INSTALL APPROX. 585 L.F NEW 6" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. 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 219 Custer Ave. 221 Custer Ave. Gary W. &SS MH Jeanette RIM Adkins j , 19 L— w 1071 Seago W Irrevocable U z Trust 0 s LAWNz V x WM CONC S/W B NEW a1 CONCRE I'VE ® IV (9 EA.) U MB tern 5/ CONC I 1 ' HDPE IRR MA 1 00 D ;Avenue SIGN 0 M MB G TE U �4'GCL0GATEaRWM w 6± 217 Custer Ave.' Charles & Timothy & Terry & Wandler s LAWN -1_ w 1= (6- WOOD ) IV s vet t RR TIF<o1, ET WALL z 5 LAWN U WM 22_GFA, WMP w 0 10 20 40 DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING. ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION INSTALL NEW 6" x 2" HDPE TEE, (1) 2" R.S. GATE VALVE AND VALVE BOX, AND CONCRETE BLOCKING. INSTALL NEW 6" x 3" HDPE TEE, (1) NEW 3" R.S GATE VALVE, VALVE BOX AND CONCRETE BLOCKING OPEN CUT AND INSTALL APPROX. 45 L.F NEW 2" HDPE PIPE. CONNECT TO EXISTING 2 1/2" G I PIPE WITH FITTINGS AS REQUIRED REMOVE EXISTING IRRIGATION PIPE. INSTALL NEW 6" R.S. GATE VALVE AND VALVE BOX. 215 Custer Ave. Jose F. & Catalina Rodriquez LAWN w w g 12+0o D.7 o- RR TIE RET WALL 224 Custer Ave. 222 Custer Ave. 220 Custer Ave. Leonor Chacon 1 Debra L. Rankin' Valerie Butler \ MB Lu Z GRAN LAWN WM 6' HDPE IRR 27" DRAIN s AS'HALTz w218 Custer Ave. N Tyler & Emily Stewart IV CON RETE S/W WM SEE SHEET 28 0 O 1) WM N W z J 2 0 1- Q 216 Custer Ave. Opal Bloomberg 0 10 20 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue;•Yokima, WA 98902 (509) 966-7000•>FAX (509) 965-3800 ��y�p� 'S10NAL t q,' "7 _ / 6, POOR L JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY - MTB KDY PLAN SHEET SHEET 27 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 N 1- w (n W w 1n N w z _ 12 214 Custe < Ave. 1 Peter 1 Skov 213 Custeri Ave. Douglas Milam 0 w < 0 O z J U O 1218 Browne Ave. Stephen F. & Gloria Marley (6 EA ) TYP. 1.3f HMA REPAIR RIM MH Summitview Ave./Custer Ave. TYPE 2 1080 0± Stephen F. & Gloria Marley IE 1071 2± 'o\ HMA s� PSPNPLC o P/ REPAIR TYPE 2 LAWN--_ (6==MWOOD°)'"�' L3.4 -nn D APINATER 0 "GRAVEL ASPH �-ASPH ALT— BUILDING ASPHA T SILN•L U' OHP 8' OHP WATER OHP CONC PHALT 6 -swoop)`''" "-NEW' E'IRR"rAIAItI`R NEW 4" HDPE IRR s ASPH MAIN I (6" WOOD) "r+49-70 D0 Custer AverWe Ej R SIR WV 18" DR.AbN -• MH FH SS MH 0 CONCRE HOSE HMA GRAY d BIB REPAIR DRIVE LJ TYPE 2 x CONC S GRAV DRIVE ASPH ASPHALT» SIGNAL RIM: 1079 73 IE 1071 8± 1304 Browne Ave. Robert & Kimberley Haak HMA REPAIR TYPE 1 2.10 Custer Ave. Ronald H Warninger 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 0 STA. 13+00 TO STA. 15+10±, OPEN CUT AND INSTALL APPROX. 210 L.F NEW 6" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE. 0 INSTALL NEW 6" x 2" HDPE TEE, 2" R.S. GATE VALVE AND VALVE BOX, AND 10 L.F NEW 2" HDPE PIPE TO EXISTING DRAIN MANHOLE. CONNECT TO EXISTING PIPING INTO MANHOLE WITH FITTINGS AS REQUIRED N7 STA. 15+10 TO WEST "A" STREET, SLIPLINE APPROX 240 L.F NEW 4" HDPE PIPE IN EXISTING 6" WOOD STAVE PIPE. 0 REMOVE EXISTING MAINLINE VALVE AND VALVE BOX. O O �SS MH RIM- 1079 84 a) IE. 1071 3± Folsom Ave / `2 I Oregon Ave Warninger Properties LLC 204 Custer Ave. Warninger Properties' LC - I 0 WEST "A" STREET, SLIPLINE APPROX. 175 L.F. NEW 2" HDPE PIPE IN EXISTING 3" WOOD STAVE PIPE. INSTALL NEW 6" x 2" HDPE TEE, (1) NEW 2" R S GATE VALVE AND VALVE BOX ON WEST LEG, 6" x 4" REDUCER AND (1) NEW 4" GATE VALVE AND VALVE BOX ON SOUTH LEG, AND CONCRETE BLOCKING OPEN CUT AND INSTALL APPROX 33 L.F NEW 2" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE CONNECT TO EXISTING 3" WOOD STAVE PIPE WITH FITTINGS AS REQUIRED INSTALL NEW 6" x 3" HDPE TEE, (1) NEW 3" R S GATE VALVE AND VALVE BOX AND CONCRETE BLOCKING OPEN CUT AND INSTALL APPROX. 22 L.F. NEW 3" HDPE PIPE. REMOVE EXISTING IRRIGATION PIPE CONNECT TO EXISTING 3" WOOD STAVE PIPE WITH FITTINGS AS REQUIRED INSTALL NEW 4" HDPE 90° ELBOW AND NEW 4" x 2" HDPE REDUCER 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 INSTALL NEW 2" HDPE 90° ELBOW OPEN CUT AND INSTALL APPROXIMATELY 30 L.F NEW 2" HDPE PIPE TO EXISTING 2" VALVE. REMOVE EXISTING IRRGATION PIPE AND FITTINGS IW i Summitvieva / 11th Ave � (City of Yakima \\ HMA REPAIR TYPE 2 SIGN edr \ (f) \s LAWW INSTALL NEW 2" HDPE TEE, (1) 2" R S. GATE VALVE AND VALVE BOX. CONNECT NEW 2" HDPE PIPE TO EXISTING 2" VALVE WITH FITTINGS AS REQUIRED OPEN CUT AND INSTALL APPROXIMATELY 10 L.F NEW 2" HDPE PIPE TO EXISTING PUMP VAULT INLET PIPING CONNECT TO EXISTING 2" PIPING INSIDE VAULT WITH FITTINGS AS REQUIRED \16 N 10th Ave Buster S. & 0 • \ Kathy M. r ▪ \ Winters /P \R0� 0 n i 0 w 10 20 40 DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION. PSG% CZ 1RR w A �55 ANCHORS °H SS MH RIM 1085.71 IE. 1075 2± IRR PUMP ON CONC Huibregtse, Lounian Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •>Yakimo, WA 98902 (509) 966-7000+ FAX (509) 965-3800 IE'TRRES 9.,.,. 6, 2008 1 JOB NUMBER: 07035 DATE. 09-12-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY MTB KDY PLAN SHEET SHEET 28 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 '2 0 10 20 40 N. YAKIMA & VALLEY RAILWAY EX. 6" DRAIN VALVE ACCESS FO IR36 CONiRR C. 0+00o FO TOP ICI 11 I II OF SLOPE FO _Lo cor IRRIRR - - - -tRR RR 41111) 1 ICi11 11 1 I,I I ACCESS SHALL BE MAINTAINED AT ALL TIMES 00 7 , R'EiTAINING WALL N n . FO RR X. SCH. PV DRAIN L Nr +0 PI STA. 2+00.94 EDGE OF PAVEMENT S.R. 12 (WEST ON-RAMP) 2" VERTICAL PVC PIPE -ASPHALT- CONCRETE CULVERT STRUCTURE 1145 I i.�• - , 11 - •' i ' j 1 t ! - EXISTING ,GROUND _- i { AT NEW; IRRIGATION'S III CENTERLINE t T•I-, • -1 i. I i - • --i ) �� t : i ' I� ._ t . ? SIA T+55. INSTALL- NEW ' UTILITY VAULT �_ LI ELECTRfC L f 1 'Ill i-� ], • - - : I I ! II- i I I I f - 1 1145 :_ - 1140 i -I r . II ,1 I l- '� _,l1 EXISTING .6 { PVCi DRAIN . - 11 ; 11-111, i 1140 ] L.: tr !I1 :i..rt; 'iI ;Ii II I _ - " 6`Nl. '; N � NSI I. � - - '� 1 _ 1: 11. i. i _ � t�' -' �:-. .�-,. t r � i I I � Jc- - ;•i I-;-' � 'a. - ' '- � = I : �i � 1 1135 1135 -- - - - - - - - i EXISTING - 1-1-1 t 36"� C ONC]-iIRRIGAfi : .- CN '.TR � ANSMISSION ; t ,-� - AIN; ;-I � 1 -i I -'-I i i f i. � *�"� +' ": �a; g -- -.v a_t :.:j. =. rti'I j- i r'Iil-r'r� • - I1II . II t 1 II 1i- i - il I - - - - 1130 II •I ' i 1 it __ ? -_ -.I _ 1 f- i ill J l i- �' II - _ -- - - -i Iw41 4e, .�w 'N aF -N� I] 0 m''_ ----if rl it .__'1 i rl t 1 1 ',I ,}, : • i .tom.. 1,z 0, o �7' t'i r! -If ¢ -- -ll!-is31, pl'I ..,i ..mm }wi �ti-- I l �l +i +tet 0 o an i7 O:r, jl-i ...I 1 _ .11 - 1130 ,INSTALCI f _ METERS . ,- ___; NwIL QFa-1,1 ill (µIJK 1 N 1-:.; INSTALL LI, I r I' III I"t i. 1 I :.. :__ .-' I r : I I I - ..._ 1 ll1 I,..11' -� 1' 1j. 11 'l: 1 : , I + - I ": i ::. ._ -r 1 1 1 _ i 1 I_ i : : 0+00 NOTES N1 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. 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 REMOVE SECTION OF EXISTING 6" PVC DRAIN PIPE FROM STA. 1+25± TO EXISTING CANAL. PLUG AND ABANDON REMAINING 6" PVC IN PLACE. 0 REMOVE SECTION OF EXISTING REINFORCED CONCRETE PIPE AS REQUIRED FOR INSTALLATION OF NEW MAINLINE TEE AND VALVE ASSEMBLY, SEE DETAIL THIS SHEET NS 24" GATE VALVE AND VALVE BOX. N6 INSTALL APPROXIMATELY 14 LINEAR FEET OF NEW 24" RESTRAINED JOINT DUCTILE IRON PIPE. N7 STA. 1+25, INSTALL NEW MJ 90' ELBOW AND CONCRETE THRUST BLOCKING. ROTATE ELBOW AS REQUIRED TO MAINTAIN SLOPE OF NEW 24" PIPE. 1+00 2+00 N8 INSTALL APPROXIMATELY 105 LINEAR FEET OF NEW 24" RESTRAINED JOINT DUCTILE IRON PIPE AND FITTINGS TO EXISTING PP&L IRRIGATION CANAL. MATCH INVERT ELEVATION OF EXISTING 6" PVC PIPE AT EDDE OF CANAL. N9 INSTALL NEW 24" MJ 90' ELBOW, ROTATE ELBOW 45' TOWARDS DIRECTION OF FLOW IN EXISTING CANAL. PROVIDE RODENT SCREEN ON END OF NEW 90' ELBOW. SECURE END OF 24" PVC PIPE TO EXISTING CONCRETE STRUCTURE WITH PIPE SADDLE AND GALVANIZED STEEL STRAP(S). LINE BED OF EXISTING CANAL WITH APPROXIMATELY 20 CUBIC YARDS OF HEAVY RIPRAP REMOVE VEGETATION AND TOP SOIL FROM BED OF CANAL AS NECESSARY TO MAINTAIN EXISTING CANAL DEPTH. PROTECT EXISTING 36" CONCRETE PIPE BENEATH FLOOR OF EXISTING CANAL. INSTALL NEW ULTRASONIC FLOW METER ON EXISTING 36" AND NEW 24" IRRIGATION LINES AT LOCATION SHOWN. THE EXISTING CONCRETE PIPE SHALL BE CUT OPEN AT THE METER LOCATION SHOWN PRIOR TO ORDERING FLOW METERS, TO DETERMINE WALL THICKNESS OF EXISTING CONCRETE PIPE. REPAIR TEST HOLE WITH GROUT AND INSTALL A NEW REPAIR BAND AROUND THE PIPE. 2+50 INSTALL NEW ELECTRICAL UTILITY VAULT WITH H-20 RATING AND SEALED ACCESS HATCH, UTILITY VAULT NO. 444 -LA OR APPROVED EQUAL. MOUNT NEW FLOW TRANSMITTERS ON WALL OF NEW VAULT WITH FASTENERS AS REQUIRED MOUNT 36" FLOW TRANSMITTER ON NORTH WALL AND 24" FLOW TRANSMITTER ON SOUTH WALL OF NEW VAULT EXISTING 36" CONC. INSTALL ELECTRICAL CONDUIT FROM NEW FLOW METERS TO NEW FLOW TRANSMITTER VAULT SEE MANUFACTURER'S APPROVED SUBMITTAL FOR CONDUIT SIZE AND CONNNECTION DETAILS. REMOVE EXISTING 6" GATE VALVE AND 90' ELBOW FROM EXISTING DRAIN PIPING VAULT AND SALVAGE PARTS TO OWNER. CUT EXISTING 6" PVC PIPE AT WALL OF EXISTING VAULT AND PLUG PIPE. INSTALL 6" BLIND FLANGE ON END OF EXISTING FLANGED PIPE SPOOL. PROTECT EXISTING STRUCTURE FROM ALL CONSTRUCTION ACTIVITY X 1 24" D.I. PIPE TO P.P & L. CANAL MAINLINE TEE AND VALVE ASSEMBLY NOT TO SCALE 36" x 24" FLG TEE 36" FLG x PE SPOOL, LENGTH AS REQUIRED 36" TRANSITION COUPLING, VERIFY 36" CONC. 0.D PRIOR TO ORDERING COUPLING. 36" GATE VALVE AND VALVE BOX. 24" DUCTILE IRON PIPE, SEE PLAN FOR CONTINUATION. EXISTING 36" CONC. TO GENERAL 308 IRRIGATION SYSTEM or - PLAN ,y iiiririw EXISTING UTILITY VAULT EXISTING 30" 0.D J COMPACTED CONCRETE ACCESS PORT SECTION SUBGRADE W/ 1/4" STEEL PLATE LID EXISTING GENERAL RESERVOIR DRAIN PIPE & ACCESS MANHOLE DETAIL 0 2 4 Huibregtse, Louman Associates, Inc. i� CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 6. Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 `'WTONAL EN 02/0% EXPIRES gun. 6, 1008 I JOB NUMBER: DATE. 07035 08-31-07 FILE NAMES. DRAWING. 07035.DWG CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3 / STAGE 1 IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY: MTB KDY PLAN SHEET SHEET 29 OF 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 nr__ 0 F O © © _ __ © O ____ O7 I O 11 3/4" WEBSTONE LOW PRESSURE GARDEN w VALVE (BENT HOSE) NO. 30213, OR NOTE. FOR VEHICLE 1' 0" TRAFFIC AREAS 1' 0" CAST IRON LID W "IRR" OR / ce LENGTH VARIES ? APPROVED EQUAL. J 18" OR 12" OR IIP o Lu SEE PLAN LOCATING WIRE SECURED TO SIDE OF VALVE BOX AS APPROVED BY ENGINEER AS DIRECTED AS DIRECTED I 3/4" GALV PIPE o N w a E a 1 1/2" HMA CL 64- PG 6000 PAVEDEA UARAVEI "IRRIGATION" CL 3000 CEMENT AREAS FINISHED GRADE AREAS EAS MIN. 6" THICK 3000 CL ENT CEMENT +I 1 FINISHED GRADE = r a iv i , �' GATION MAIN NOTE. VALVE BOX TYPE VARIES. USE TYPE 1 IN ALL TRAFFIC AREAS 3/4" GALV PIPE 3/4" F.I.P COUPLING T SERVICE D CONCRETE / FULL DEPTH/r� OF PVMT •;•; CONCRETE yy% AND TYPE 2 IN NON -TRAFFIC AREAS. SEE DETAILS. HDPE TAPPING TEE WITH xQ LESS 1 1/2111111111 .%i �%yT� ;: 4/ I z\\////`iii ,i \% /v �. SLD NG TYPPER E C.I. VALVE BOX >i i' V (RICH MODEL \iii 9801NCHES b -4h':I f LgEmgme�sig - r 3/4" FULL CIRCLE SERVICE SADDLE FUSED CONNECTION. SEE SERVICE SADDLE CONNECTION DETAIL. 3/4" SERVICE PIPE SDR -9 CTS 200 LB POLYETHYLENE OR EQUAL. TYPICAL w w N 3 4" GALV TEE / W/ 3/4" HDPE x M.I.P THREAD MATCH EXIS 12 o - I �� I I I 0 �` Q I I I 13 //„ „/5 �i� HIGH) \! LOWER SECTION (RICH MODEL, Mr 0 2" HDPE 0 2" FPI ©2" THREADED 0 2" G.I. T 0 2" G.I. I L J 1 L IRRIGATION MAIN. x SLP COUPLING. 70 R.W. BALL VALVE. NIPPLE, TYPICAL. UNION. PLAN IIP HEIGHT REQUIREMENT VARIES) L SLOPE TO DRAIN SLOPE TO DRAIN ADAPTER • 1 ':Ie: :ma — ' I d ---y CITY VALVE = \ 3/4" CURB STOP VALVE FOR CUSTOMER VALVE ! E PIPE FORD B66-3EQUAL. 3-G EXISTING NOTE. ALL SERVICE OR APPROVED EQUAL. . RECEIVING CONNECTIONS SHALL BE PIPE BEYOND 3/4" UNLESS OTHERWISE SHOWN ON THE PLANS. NEW HDPE IRRIGATION MAIN TYPICAL SERVICE INSTALLATION 3/4" CURB STOP VALVE FOR PE PIPE FORD B66-333 G OR APPROVED EQUAL. NEW HDPE SERVICE LATERAL. EXTEND FOR CONNECTION TO EXIST SERVICE PIPING. EXISTING PIPE MATERIALS MAY VARY USE FITTINGS \ �\\ d l ��SERVCEICAL INSTALLATION TYPE 1 VALVE BOX 2" x 2" x 1" G.I. TEE. O O 2" G.I. 45' ELBOW. 0 2" G.I. PIPE. 0 PROVIDE RECTANGULAR HDPE VALVE BOX, MODEL MSBC 1730-18, AS MANUFACTURED BY MID -STATE PLASTICS, INC., OR APPROVED EQUAL. SUPPLY BOX WITH SOLID CAST IRON LID MARKED "IRRIGATION" 0 12" MIN. DEPTH DRAIN ROCK BELOW VALVE BOX. 0 2" G.I. 8.0. PIPE CAST INTO NEW CEMENT CONCRETE CURB AND GUTTER. ® 1" G.I. NIPPLE. 0 1" BRASS BALL VALVE. VALVE 2'-0" NOT TO SCALE NOT TO SCALE AS REQUIRED FOR A COMPLETE, LEAK PROOF CONNECTION. 374 -INCH HDPE TAPPING TEE WITH FULL Ell2 CAST IRON LID "IRR" OR "IRRIGATION" SAW CUT W/ 1 1/2" HMA CL 3/8" CLASS 3000 CEMENT CONCRETE r FULL DEPTH OF PAVEMENT 2 NOTE. FOR NON -VEHICLE TRAFFIC AREAS CONCRETE VALVE EXISTING BOX CAPS TO BE PROVIDED BY THE CITY CIRCLE SERVICE SADDLE HMA - SECTION LESS 1 1 / 11 I FUSED CONNECTION. illiil lid! N, v.. ' ivi' EXISTING 1 TOP OF SUBGRADE 6" MIN. RECEIVING PIPE BEYONDGROUND NEW HDPE '(RICH IRRIGATION ----_- MAIN SECTION LOWER SECTION MODEL 36—INCHES R-36 HIGH) �II���II� : UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940-B, 18 -INCHES HIGH) VALVE NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED 0 O 2" MAX. iii_,_n_u_11,_,_i_iu _ '�=111� III=111111-IILIIIIII111111�1=11F11'"'-'"="r=''''' II X111 II 11=111 -IIIE1 I1=111 III=1 11=III 171=1 SII =1 _111 �)Thcg __in_iii_iu-in-_r �III TII X111 -Illi Illi 111-lP" _ 11E111_=I1 T 11-IIL FOR LAWNS OR 111=1 UNSURFACED I H I_ ILL=1 AREAS, INSTALL =11 II= 5" DIA. SCH. 40 II. - PVC PIPE, LENGTH 1-" AS REQUIRED. REMOVE SECTION OF EXISTING RECEIVING PIPE. CONTRACTOR SHALL PROTECT DIRECTED NEW PIPE AND NATIVE BACKFILL OR SELECT BACKFILL AS BY THE ENGINEER. 1'-0" 1'-0" CAST IRON LID RR" OR 'IRRIGATION" FOR VALVE BOX. (RICH MODEL 044, IN PAVEMENT 12—INCHES HIGH) W/ THICK CLASS 'I1=III=111=11 11=I11=11' �_ ABOVE Ti—III—III 111-1T- ,Ip—,•• -I I1=11 " I FLOWLINE I1=1' I -III © O IT o� � 171=1 Q 1= ¢ -III II O O © © © a r.-11=Is LI�I�I:IIoI�I:I�EI► 111=111=11, USE CARE IN MIN. MIN. EXISTING6" 2'-0" 3000 CEMENT CONCRETE 1111 1=11 i 11 -III 111_1' _ _ �L'=T=III=i OOpO O�Op ILII ILII; poo Oopp Ooo 00 O 00,0=� poo pooX 0 p 00 o OOa REMOVAL OF -ul =i RECEIVING PIPE. I .I EXISTING PIPE. 111111 1111 ILII (WOOD STAVE'V-11111— SHOWN) < e� j♦r .�v!:_&,. 1=111=III171=1 —I ILII, 11=11 11=1X=111=, ' <<'''•�/'- • . l=1=1=11 =1 =.-I O 11=1 - =III=1 E_. II-III- II=11 6" MIN. ■ UPPER SECTION SLIDING TYPE C.I. VALVE BOX ILL-ILLILL-111=11141 L-ILL-ILL-III-IHII-I11' =1=11=III=III=III=III=III=III=ITL=III=III=1P" 1=111=111=1TL-III=I11-1111L=I11-11L1II_n=ll=ui-,,,-,,,- ,- -171=IIIJII-"' SECTION A A ,! I„�,I,II LOWER SECTION (RICH MODEL 940-B, 18 -INCHES HIGH) figiE. 1 ' 11,�• (RICH MODEL R 36 : VALVE UUiif"tt�j :\'.t d 11111�. ffi t I iti vil IIIc 36 -INCHES HIGH) II NOTE. PROVIDE EXTENSION ���SEE TYPE 2 TYPICAL SERVICE INSTALLATION DETAIL VALVE BOX -: - •' iriii_ PIECE WHERE REQUIRED �II��.II� 1 11E111ilJ1-I 111E11 ;K.a.,;j ;.;.-1_11=111=1TPI1 1=ILL=IIIIII=III=171=11 =ITL=III=11L111=III=III; ''�IIL-Lir T�=III-TL- PIPE 'EI11=ii,="=171=111- BEDDING SEALANT NEW HDPE IRRIGATION PIPE SERVICE SADDLE CONNECTION DETAIL IRRIGATION FOR VALVE BOX. (RICH MODEL 044, NOT IN PAVEMENT 12 -INCHES HIGH) MAINLINE VALVE BOX BLOW OFF/ FLUSHING VALVE DETAIL NOT TO SCALE NOT TO SCALE NOT TO SCALE NOT TO SCALE Inc.���� Huibregtse, Lowman Associates, I PELT 89P of a c `-`� .�•,'p r ,4PHASE r:40c3 jSTER 1��'/(509) VAL EAG �!'�•V6 % JOB NUMBER: 07035 DATE. 09-12-07 CITY O F YAK GENERAL 308 IRRIGATION 3 / STAGE 1 IMPROVEMENTS I MA SYSTEM SHEET 30 OF 31 FILE NAMES. DRAWING. Sheets.dwg ®.' CIVIL ENGINEERING •LAND SURVEYING •PLANNING• 801 North 39th Avenue +Yakima, WA 98902 DESIGNED BY' MTB ENTERED BY. KDY DETAILS 966-7000 a FE (509) 965-3800 REVISION DATE E}FiP,ES I SI.". 8. 200.8/ L— 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPROX. 30' w HM EXISTING PAVEMENT SURFACING DEPTH VA RIES GRAVEL REPAIR EXISTING GRAVELSURFACING DEPTH VARIES N 1'-0" PAYMENT LIMITS EXCAVATION I. 1'-0" L' i 1'-0" PAYMENT LIMITS w• 1'-O" 1 -O" PAYMENT LINE Q SYMMETRICAL ABOUT CL OF PIPE L'S1'-0" (MIN) EXCAVATION PAYMENT UNE (MIN) HMA REPAIR, TYPE 1 ALLEYWAYS, DRIVEWAYS, AND OTHER AREAS DIRECTED BY THE ENGINEER. y\� • 2" HMA CL 3/8" y/\ PG 64-28 /. • 6" CSTC ' HMA REPAIR, TYPE 2 STREETS AND OTHER AREAS DIRECTED BY THE ENGINEER. SELECT (BASE \\ HOT MIX ASPHALT //% //� BACKFILL COURSE) ALTERNATE AT CONTRACTORS HOT MIX ASPHALT SURFACING UNSURFACED REPAIR ' /� Y / �/%� YTS/ %> BACKSLOPE �' OPTION \I „.../-\\v„ 3" CRUSHED SURFACING TOP COURSE ALTERNATE BACKSLOPE AT CONTRACTORS OPTION GRAVEL SURFACING NOTES. EXISTING CEMENT CONCRETE CURB & GUTTER TO REMAIN w PROFILE GRADE POINT 2.0% 2.05 �� EXISTING CEMENT CONCRETE CURB & GUTTER TO REMAIN iii t� °�' a; ; ^` • • • • , ;;�, o •... �..�:..... ` E ''W,,,. n ,..;/,. „‘,1.4.,e ' '?moi% ?` EXCAVATION PAYMENT LINE 2" HMA CLASS 3/8" PG 64-28 6" CRUSHED SURFACING BASE COURSE NOTES. 1 ALL THICKNESSES ARE COMPACTED DEPTHS. 2. CONTRACTOR WILL BE REQUIRED TO PAVE NEW ROADWAY IN TWO (2) PASSES MAX. (MIN. WIDTH OF PAVING PASS SHALL BE 15'). 3. EXCAVATION PAYMENT LINE SHALL BE BETWEEN EXISTING GUTTER LINES AND (8) EIGHT INCHES OF DEPTH. TYPICAL ROADWAY SECTION • 3" HMA CL 3/8" PG 64-28 • 6" SELECT BACKFILL CSBC ( )1 -0" PAYMENT LIMITS EXCAVATION 1'-0" 1'-O" 1 CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION ► PAYMENT LINE h jl EXISTING GROUND BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN i/,/\, .., %,,, /\�/ \ a .i/,i �i/ \/ / �i s\k///:,. / n\%' ��a�� SIDES AT THE CONTRACTORS OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR SURFACE REPAIR BEYOND THE PAYMENT LIMITS. 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. i,,,,,< / .A.,/41- ,. 2. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR TRENCH SURFACING REPAIR IN UNSURFACED AREAS. ALTERNATE BACKSLOPE AT CONTRACTORS OPTION UNSURFACED AREAS SURFACING REPAIR NOT TO SCALE South Seventh Street NOT TO SCALE PAYMENT LINE LIMIT FOR ALL * PANEL SIZE MAY EXCEED 10' WHERE MATCHING*7o. EXISTING CONDITIONS OR EXISTING AS DIRECTED BY THE ENGINEER. CONCRETE 2" COMPACTED DEPTH CSTC CONSTRUCTION JOINT • 4" THICK CONCRETE SLAB SECTION •a AND OTHER AREAS AS DIRECTED • 6" THICK CONCRETE SLAB SECTION AND OTHER AREAS AS DIRECTED ALL 6" THICK CONCRETE SLABS REBAR AT 12" O.C. EACH WAY CONC. Mq+ l' i'44, s• 44,6, AT SIDEWALKS BY THE ENGINEER AT DRIVEWAYS BY THE ENGINEER. SHALL HAVE #4 SLAB SECTIONS * AS DIRECTED DEPENDING UPON DRIVEWAY BEYOND BY ENGINEER. MAY VARY GRADE OF SIDEWALK AND CURB. —` I 1/2" R 1Willa1 1'-0"1'-0" ' TRENCH SURFACING REPAIR PIPE O.D. + 24" 1'-0" MAX. SEE DETAILS FOR SURFACING REPAIR MAX. ¢ `o J m /i i /`� �� \/":/ -,N, z I- z z "' N Z w Q x w w a w yOi j,� % ALTERNATE BACKSLOPE AT CONTRACTOR'S OPTION ;! /THE ESPONSB EC FOR ALLTOR LTREL NCH / 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 -2 --"1111111111111111111111144 18 1 2-#4 BARS DEPRESSED - TYPE D 1/2" R 5 1/2" 2% r1 R. / LIMIT. " 4" NATIVE MATERIAL SHALL BE USED FOR BACKFILL EXCEPT ROAD CROSSINGS SHALL BE BACKFILLED WITH SELECT BACKFILL AS DIRECTED NOT TO SCALE I,o Z a Li_ ; PIPE ZONE a,; rO. 2" BY THE CITY. DETECTABLE MARKING TAPE PER SECTION 9-15.18 REQUIRED FOR ALL PIPE INSTALLATION BY TRENCHING _ CRUSHED SURFACING TOP COURSE ;� SHALL BE USED FOR PIPE ZONE '/ - MATERIAL. NOTES. _ - "t 1" BATTER ^ 1" R. 6 1/2" - •,,.,o_ - 1/2" R THROUGH SHALL 1 1/2" SCORED JOINTS WITH 3/8" JOINT MATERIAL BE PLACED AT 26'INTERVALS. DEEP DUMMY JOINTS SHALL BE INTO THE CONCRETE AT ALTERNATING ,y- %/ % y%y ' //ti %i%yiw� ` ,-/-,,,/,ii ` / UNE,IRRIGAl10N MAIN OR SERVICE i�y/</i% T\/\;\\N:;/!`i ,i, i, `moi. /;iv�i SUITABLE EARTH FOUNDATION TYPICAL TRENCH SECTION THROUGH JOINTS ON AREAOUNDH DE OF AND EACH UTILITY APPURTENANCE. ® 10' INTERVALS. "V"GROOVES INTERVALS. SHALL BE PLACED AT 5' 18" ALL JOINTS SHALL A 1/4" "V" GROOVES, AND EDGES BE FINISHED WITH AN EDGER HAVING RADIUS. FULL HEIGHT - TYPE A SEE PLANS SIDEWALK. FOR WIDTH AND POSITION OF CONC. SLAB JOINTING SPANDARDECONCRETE CURB & GUTTER NOT TONOT NOT TO SCALE TO SCALE Inc.cc Hnibregtse, Lonman Associates, I EL T. g QP AT. �oF wa �y �. ,r �,/i� ' : ► .. 872 o �� �x��7�STERF, `F' 'TONAL ErG T/��� / JOB NUMBER: 07035 DATE: D9_12 07 CITY OF YAKIMA GENERAL 308 IRRIGATION SYSTEM PHASE 3./ STAGE 1 IMPROVEMENTS SHEET 31 OF 31 FILE NAMES. DRAWING. Sheets.dwg CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue oYakima, WA 98902 DESIGNED BY. MTB ENTERED BY' KDY DETAILS (509) 966-7000.' FAX (509) 965-3800 REVISION DATE 1 EXPIRES ...n.•0, 2008 1 AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. -? This Addendum, hereinafter identified as Addendum No. 1, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 22nd day of March, 2007 by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2 - SCOPE OF SERVICES 2.1 Basic Services: ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 1 Exhibit A: Phase 3 / Stage 1 - 308 Irrigation Pipeline Replacement Project - Engineering Services During Construction. SECTION 5 - COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in the attached Addendum No. 1 Exhibit A, compensation shall be on a time spent plus expenses basis with estimated fees shown on the attached Addendum No. 1 Exhibit B at the ENGINEER's normal hourly billing rates shown on Exhibit C of the original agreement. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 1, as of this day of 9/77/•7, 2007. CITY -OF YAKIMA Signature Printed Name: R. A. Zais, Jr. Title: City Manager Date: /i '7/c' 7 Attest /— City Clerk HUIBREGTSE, LOUMAN ASSOCIATES, INC. Printed Name: Jeffrey T. Louman, PE Title: President Date: 'MZ/07 City Contract No. 2007-20 Resolution No. R-2007-33 G.\PROJECTS\2007\07035\ADDENDUM NO. 1.doc Page 1 of 4 ADDENDUM NO.,i. EXHIBIT A CITY OF YAKIMA PHASE 3 / STAGE 1 - 308 IRRIGATION PIPELINE REPLACEMENT PROJECT ENGINEERING SERVICES DURING CONSTRUCTION SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Phase 3 / Stage 1 - 308 Irrigation Pipeline Replacement Project This scope of work shall include the furnishing of engineering services during construction, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter, for the following irrigation pipe replacement project: General 308 Irrigation System Phase 3 / Stage 1 Improvements: Irrigation system improvements including cleaning and inspection of approximately 4,900 linear feet of existing pipes; sliplining approximately 4,900 linear feet of new 2", 3", 4" and 6" HDPE pipe; trenching approximately 8,200 linear feet of new 2", 3", 4" and 6" HDPE pipe; installing approximately 330 service connections; and installing approximately 120 linear feet of 24" D.I. pipe and two ultrasonic flow meters. 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 hot mix asphalt, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, 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. TIME OF PERFORMANCE Engineering Services During Construction for this Phase 3 / Stage 1 - 308 Irrigation Pipeline Replacement Project shall begin upon construction contract award by the CITY to the lowest responsible bidder (anticipated September 2007) and extend through construction contract completion (anticipated April 15, 2008). G:\PROJECTS\2007\07035\ADDENDUM NO. 1'.doc Page 2 of 4 ADDENDUM NO. X, EXHIBIT B 308 IRRIGATION PIPELINE REPLACEMENT PROJECT PHASE 3 / STAGE 1 IMPROVEMENTS Engineering Services During Construction Fees Compensation for professional engineering services during construction will be on a time spent plus expenses basis at the ENGINEER's normal hourly rates shown on Exhibit C of the original agreement. The following spreadsheet shows the estimated time and expenses to perform engineering services during construction for this project. The maximum amount of compensation to the ENGINEER for engineering services during construction will be $107,418.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: 308 Irrigation Pipeline Replacement Project Phase 3 / Stage 1 CLIENT: CITY OF YAKIMA JOB NUMBER: 07035 Huibregtse, Louman Associates, Inc. DATE: September 13, 2007 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed Prof. Engineer Project Engineer CAD Operator Resident Engineer/ Inspector Clerical TOTAL HRS TASK FEES $141 $117 $97 $85 $81 $57 1 Construction Observation 24 0 64 0 820 0 908 76,012.00 2 Construction Administration 24 0 40 0 0 6 70 7,606.00 3 Submittal Review 4 8 16 0 8 6 42 4,042.00 4 State Labor Standards Compliance 0 0 32 0 0 6 38 3,446.00 5 Progress Reports 6 0 16 0 24 6 52 4,684.00 6 Progress Payments 6 0 16 0 24 8 54 4,798.00 7 Change Orders 4 0 8 0 12 6 30 2,654.00 8 Record Drawings 0 4 4 16 16 2 42 3,626.00 Labor Subtotal 68 12 196 16 904 40 1,236 106,868.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $350.00 350.00 Meals/Lodging $0.00 0.00 Misc. expenses: FAX 0.00 TELEPHONE 0.00 POSTAGE 0.00 G:\PROJECTS\2007\07035\ADDENDUM NO 1.doc Page 3 of 4 PROJECT TITLE: 308 Irrigation Pipeline Replacement Project Phase 3 / Stage 1 CLIENT: CITY OF YAKIMA PRINTING $200.00 1 200.00 SUB -CONSULTANTS: None Anticipated 0.00 x 1.1 1 0.00 Subtotal - Labor $106,868.00 Subtotal = Expenses $550.00 Subtotal - Subconsultants $0.00 Total - ENGINEERING SERVICES DURING CONSTRUCTION $107,418.00 G:\PROJECTS12007\07035\ADDENDUM NO. 1.doc Page 4 of 4 0 1500 3000 /♦ illliwx NIII sq —•tee„'_ ?..�-_ ��'� _w�\ Na‘_. 3FR0 EN ' Q`"- , 11 RIVER RD ''' Ni, ---- 02 1 �� _ a / OPS, _ y iL ..,., i a .I. riW YTEM \,\pisitzr CASTLE ALE RD : ii ,_ y FRUITVALE .�" ©IST BLVD _. F :■ ■ .�♦ l® ♦♦ I� Y O' 1"lei Ell z'' ! IM F IP_ al p Illt IIi DOD AVE IMMENIMEIMM IlliMillirr.:11111*.k Int crirvpi _ . „,,..„„ mirgulle10111111 ,, mil eibilim.. 11 Ili eilik . AP 1 OVISA,a REISONIFM140,1114 00111 il , , , , „ , „ • a tOtilLOPU 'ittlitnAl 010 Op I I El I qpilinill-Iii11,9111/ii „ .� %Sega - MI% 1 TIM) EIMO 11!13KIM11 X 109. immi `�� im` n •Id I II�tl 'iS�WG. 111E. ��u n �, ;: W NOB HILL :�'■■ % s - :I «oI�J■ „®ii11iii,i •...c..�� MIIIMISEW E NOB ...,v., — c.�vru.. ,� ...o ., PACJ4 C A n n n n = i- CO 2 I- "I- (n = f- Lr) rrs.0 PACIFIC AVE -LJx > �� R aINIEP,, ;'ST S N g CHE; LASALLE' 5T} 1s ?) k Cr) ^� !) A�2LI.CTON °; cstr -T-RAL AVE s=a' :�,k.. )) V 0 500 1000 c~o,'4 m RANCH ••ITE RD 14? E NOB HILL BLVD 1 1 1 I 1 Huibregtse, Louman Associates, Inc. CITY OF YAK GENERAL 308 IRRIGATION PHASE 3 / STAGE 1 IMPROVEMENTS I MA SYSTEM CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue+Yakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 09-13-07 P:\Projects\2007\07035\Sheets.dwq PROJECT VICINITY MAP