Loading...
HomeMy WebLinkAboutR-2007-033 Irrigation System Improvements; Deatley Park; Nob Hill and Park Avenue Systems; Trenchless Construction Services, LLCN ---co 7 -033 p -jeel' WA2.IBo CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS SCHEDULE A: DEATLEY PARK AND GENERAL SYSTEMS City Project No. 2008 SCHEDULE B: NOB HILL AND PARK AVENUE SYSTEMS City Project No. 2009 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard OCTOBER 2003 Phone (509) 575-6020 Yakima, WA 98902 fax (509) 575-6238 1 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: ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON IRRIGATION SYSTEM IMPROVEMENTS Schedule A: DeAtley Park and General Systems City Project No. 2008 Schedule B: Nob Hill and Park Avenue Systems City Project No. 2009 HLA Project No. 03030 BID OPENING: October 30, 2003 2:00 p.m. 1 1 ITEM 1 - PLANS On Sheet 21 of 21, the Service Valve for Lawns detail and the Service Valve for Driveways detail shall be modified as follows: 1 -inch curb stop valve for PE pipe shall be Ford B66 -444-G, or approved equal. 1 -inch service pipe for service laterals shall be IPS, 200 Ib polyethylene pipe. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Michael T. Batty; Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 1 ' G:UAMYAKIMA-JC4\46.wpd /o/23 03 Date ADDENDUM NO. 1 ADDENDUM NO. 2 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON IRRIGATION SYSTEM IMPROVEMENTS Schedule A: DeAtley Park and General Systems City Project No. 2008 Schedule B: Nob Hill and Park Avenue Systems City Project No. 2009 HLA Project No. 03030 BID OPENING: November 26, 2003 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: ITEM 1 - BID OPENING DATE On Page 2-2, Information for Bidders, the first paragraph shall be replaced with the following: 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., November 26, 2003, and then at said office publicly opened and read aloud. All references to the bid opening date in the project Specifications shall be changed as described above. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Michael T. Ba - PE Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 G:UAN\YAKI MA-JC4\48.wpd /0/27/a3 Date ADDENDUM NO. 2 ADDENDUM NO. 3 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON IRRIGATION SYSTEM IMPROVEMENTS Schedule A: DeAtley Park and General Systems City Project No. 2008 Schedule B: Nob Hill and Park Avenue Systems City Project No. 2009 HLA. Project No. 03030 BID OPENING: November 26; 2003 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: BID PACKAGE CHANGES ITEM 1 - BID SCHEDULE The Bid Schedule has been revised. The revised Bid Schedule pages shall be submitted with the Bid Package as if originally contained therein. SPECIFICATION CHANGES ITEM 2 - SECTION 1-09:3(1) DESCRIPTION OF BID ITEMS Delete bid item description No. 9 for Pneumatic Boring for 6 -inch HDPE Pipe, and replace it with the following bid item description No. 9: 9. The unit price bid 'for "Slipline 6 -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 pipe of various materials, 8 - inch diameter and larger including, but not necessarily limited to, pipe, fittings, fusing equipment,. technical ,service,. pipe connections, and testing. Revise bid item description No. 27 for Irrigation Pump, Complete, as follows: 27. The lump sum price bid for "Irrigation Pump, Complete," shall be full compensation 'for all labor, materials; tools, and equipment necessary to furnish and install a new irrigation pump system including, but not necessarily limited to, removal and disposal of the existing pump, piping,. valves, and appurtenances; remove and repair existing wall penetrations through concrete walls; construct new drain,sump in floor of existing concrete structure; installation of new cement concrete pump 1 ADDENDUM NO. 3 G:\JAN\YAK I MA-JC4\49. wpd pad; installation of a new irrigation pump, piping, valves, and appurtenances to within 5 feet of the pump station; connection to new and existing piping; all electrical improvements; and testing for a complete and operational pump system. Add the following bid -item description: 29. The unit price' bid for "6 -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, pipe, fittings, fusing, equipment, technical service, and pipe connections;. excavation, dewatering, backfill, and compaction; pipe penetrations through and work in the Nob Hill • irrigation box; and testing. CONSTRUCTION PLAN SHEET CHANGES ITEM 3 - Sheet 21 of 21 , The Service Saddle Connection Detail shall be revised as follows: Tapping tee service saddle, fused connection, shall have 1 -inch CTS outlet. The Service Valve for Lawns detail and.the Service Valve fo"r Driveways detail shall be modified as -follows: 1 -inch curb stop valve for PE pipe shall be .Ford B66 -444-G, or approved equal. 1 -inch service pipe for'service laterals shall be SDR -9 CTS, 200 Ib polyethylene. ITEM 4 - Sheets 8, 9, •11, 12, 13. 16, and 19 Replace plan sheets 8, 9, 11, 12, 13, 16, and 19 with attached Sheets 8, 9, 11, 12, 13, 16, and 19 marked Addendum No. 3. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid'opening. . j ///, z/0y Michael T. Battle, Huibregtse, Louman Associates, Inc. 801 North 39`1 Avenue • Yakima, WA 98902 Phone: (509) 966-7000 G: V AMY AK I M A -J C4\4 9. wp d Date 2 - ADDENDUM NO. 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID SCHEDULE (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 IRRIGATION SYSTEM IMPROVEMENTS SCHEDULE A: DEATLEY PARK AND GENERAL SYSTEMS -'City Project No. 2008 SCHEDULE B: NOB•HILL.AND PARK AVENUE SYSTEMS - City Project No. 2009 HLA Project No. 03030 ' ITEMUNIT NO. ' ITEM DESCRIPTION - QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS Schedule A - DeAtley Park and Portion of General Systems, City Project No. 2008 1 Mobilization. LUMP SUM - - - X = 2 Temporary Traffic Control Devices LUMP SUM - - - X - = 3 Clearing and Grubbing LUMP SUM - - - • X = 4 Pipe Cleaning -and Inspection LF 2,150 X = 5 Obstruction Removal EA 15 X = 6 Access Pit EA 9 X = 7 Shoring or Extra Excavation, Class B LUMP SUM - - - X = 8 Pneumatic Boring for 2 -Inch HDPE Pipe LF 150 X = 9 Slipline 2 -Inch HDPE Pipe . LF 1,830 X = 10 Slipline 3 -Inch HDPE Pipe LF 320 X = 1,1 2 -Inch Gate Valve EA s 5 X = 12 Service Saddle s , EA 55 X = 13 Service Valve for Lawns EA 43 X - = 14 Service Valve for Pavement EA 10 X = 15' Service Lateral '- LF 390 X = 16 Gravel Surface Repair SY 70 X = 17 Sodded Lawn Repair SY s 15 X = 18 Topsoil TON 5 X = 19 Concrete Slab, 4 -Inch SY 1 X = 20 Concrete Slab, 6 -Inch , SY 1 X = 21 Crushed Surfacing Top Course TON . 8 X = 22 Select Backfill TON 3'20 X = 23 Pump Station Piping Replacement LUMP SUM - - - x - - - = G:UAN\YAKIMA•JC4\49. wpd• 3-3 ' ADDENDUM NO. 3 1 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 24 Minor Change FORCE ACCOUNT Est. X 7,500 00 = 7,500 00 SCHEDULE A BID SUBTOTAL 7.90% STATE SALES TAX SCHEDULE A BID TOTAL • Schedule B - Nob Hill and Park Avenue Irrigation Systems, City Project No. 2009 25 Mobilization LUMP SUM - - - X = 26 Temporary Traffic Control Devices LUMP SUM - - - X . = 27 , Clearing and Grubbing LUMP SUM - - - X = . 28 Pipe Cleaning and Inspection LF 4,375 X = 29 Obstruction Removal EA 15 X = 30 . Access Pit EA 24 X = • 31 Shoring or Extra Excavation,. Class B LUMP SUM - - - X = 32 Pneumatic Boring for 2 -Inch HDPE Pipe . LF 350 X =• 33 Slipline 2 -Inch HDPE Pipe LF 2,310 X = 34 Slipline 3 -Inch HDPE Pipe LF 385 X = 35 Slipline 4 -Inch HDPE Pipe LF 1,230 X _ 36 Slipline 6 -Inch HDPE Pipe LF 450 X = 37 6 -Inch HDPE Pipe LF 150 X = 38 2 -Inch Gate Valve EA 8 X = 39 4 -Inch Gate Valve EA 4 X • _ 40 Service Saddle EA 97 X = 41 Service Valve for Lawns EA 32 X = 42 Service'Valve for Pavement EA 65 X = 43 Service Lateral LF 860 X = 44 Service Lateral using Pneumatic Bor- ing - LF 180 X = 45 Asphalt Pavement'Repair, Type 1 - SY 300 X = 46 Asphalt Pavement Repair, Type 2 SY 50 X = 47 Gravel Surface Repair SY 5 X = 48 Sodded Lawn Repair SY 115 X = G: JAN\YAKIMA-JC4\49.wpd 3-4 ADDENDUM NO. 3 1 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 49 Topsoil TON 5 X = 50 Concrete Slab, 4 -Inch SY 25 X = 51 Concrete Slab, 6 -Inch SY 40 X = 52 Crushed Surfacing Top Course TON 100 ' X = 53 Select Backfill TON 800 X 54 Irrigation Pump, Complete LUMP SUM - - - X = 55 Minor Change FORCE ACCOUNT Est. X , 10,000.00 , = 10,000.00 SCHEDULE B BID' SUBTOTAL 7.90% STATE SALES TAX SCHEDULE B BID TOTAL BID TOTAL G:UAN\YAKI MA-JCS\49.wpd 3-5 ADDENDUM NO. 3 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS SCHEDULE A: DEATLEY PARK AND GENERAL SYSTEMS City Project No. 2008 SCHEDULE B: NOB HILL AND PARK AVENUE SYSTEMS City Project No. 2009 EXPIRES ' 6, 20011 Construction Contract Specifications & Bid Documents OCTOBER 2003 Z:UAN\Specs\03030-YK.wpd CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR IRRIGATION SYSTEM IMPROVEMENTS City Project No. 2008 and 2009 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 BID PROPOSAL 3-2 UNIT PRICE BID SCHEDULE 3-3 BID BOND FORM 3-6 BID BOND 3-6 NON -COLLUSION DECLARATION 3-7 NONDISCRIMINATION PROVISION 3-8 SUBCONTRACTOR LIST 3-9 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3-11 RESOLUTION NO. D-4816 3-12 AFFIRMATIVE ACTION PLAN 3-13 BIDDERS CERTIFICATION 3-15 SUBCONTRACTORS CERTIFICATION 3-16 PROPOSAL 3-19 BIDDER'S CHECK LIST 3-20 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 PERFORMANCE BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 INSURANCE FORM 4-7 MINIMUM WAGE AFFIDAVIT 4-9 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES 5-2 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 STANDARD SPECIFICATIONS 6-2 SPECIFICATION INDEX 6-3 Z: W AN\SPECS\03030-Y K. wp d SECTION 1 - ADVERTISEMENT FOR BIDS Z:UAMS PECS\03030-Y K.wpd 1-1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 2:00 p.m. on October 30, 2003, and then be opened and publicly read for the construction of: IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. 2008 Schedule A: DeAtley Park and General Systems: Slipline approximately 320 LF of existing 4 -inch wood stave pipe with new 3 -inch HDPE pipe, approximately 1,830 LF of existing 3 -inch wood stave pipe with new 2 -inch HDPE pipe, and pneumatically bore and install approximately 150 LF of new 2 -inch HDPE pipe; including installation of new irrigation services and valves, connection to existing service lines, and surface restoration; and CITY PROJECT NO. 2009 Schedule B: Nob Hill and Park Avenue Systems: Slipline approximately 1,230 LF of existing 5 -inch and 6 -inch wood stave and cast iron pipes with new 4 -inch HDPE pipe, approximately 385 LF of existing 4 -inch wood stave and AC pipe with new 3 -inch HDPE pipe, approximately 2,530 LF of existing 3 -inch wood stave pipe with new 2 -inch HDPE pipe, and pneumatically bore and install approximately 550 LF of new 6 -inch HDPE pipe; including installation of new irrigation services and valves, connection to existing service lines, and surface restoration. Plans, Specifications, and bid forms are available from Huibregtse, Louman Associates, Inc., located at 801 North 39th Avenue, Yakima, WA 98902, phone number (509) 966-7000, FAX: (509) 965-3800, and may be obtained for a fee of $50.00 for each set, non-refundable. Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at various plan centers. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City 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, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City of Yakima reserves the right to reject any or all bids and proposals, and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. DATED this day of September, 2003 PUBLISH: October 8, 2003 October 15, 2003 Z:W AN\SPECS\03030-YK.wpd Karen S. Roberts City Clerk 1-2 SECTION 2 - INFORMATION FOR BIDDERS Z:W AN\SPECS\03030-YK.wpd 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m., October 30, 2003, 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 IRRIGATION SYSTEM IMPROVEMENTS, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsive BIDDERS. When the Agreement is executed, the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. 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 Z: W AN\SPECS\03030-YK. wpd 2-2 OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. 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. Z:\JAN\SPECS\03030-YK.wpd 2-3 Z:UAN\SPECS\03030-YK.wpd SECTION 3 - BID PACKAGE 3-1 CITY OF YAKIMA 129 NORTH 2N13 STREET YAKIMA, WASHINGTON BID PROPOSAL IRRIGATION SYSTEM IMPROVEMENTS YAKIMA, WASHINGTON City of Yakima Project No. 2008 and 2009 To: City Clerk City of Yakima Proposal of 'bk)/S5 ,C16 7Z1' 9 'UQM/COS (hereinafter called "BIDDER"), organi ed and existing under the laws of the State of Washington, doing business as 4,0077o -% (insert "a corporation," "a partnership," or "an individual" as applicable). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the IRRIGATION SYSTEM IMPROVEMENTS - City of Yakima Project No's. 2008 and 2009, 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 for in Section 1-08.9 of these Special Provisions. BIDDER acknowledgeseceipt of the following ADDENDA: 4 4k #-3 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum: Z:\JAN\SPECS\03030-YK. wpd 3-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID SCHEDULE (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 . IRRIGATION SYSTEM SYSTEM IMPROVEMENTS SCHEDULE A: DEATLEY PARK AND GENERAL SYSTEMS - City Project No. 2008 SCHEDULE B: NOB HILL AND PARK AVENUE SYSTEMS - City Project No. 2009 HLA Project No. 03030 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS • DOLLARS -CTS Schedule A - DeAtley Park and Portion of General Systems, City Project No. 2008 1 - Mobilization LUMP SUM - - - X = O`o(yi. ®C) 2 Temporary Traffic Control Devices LUMP SUM - - - X -= 0 a 00 . 00 3 Clearing and Grubbing LUMP SUM - - - X = __3 , o0 4 Pipe Cleaning and Inspection LF 2,150 X .00 = �o(O, 00 5 Obstruction Removal EA 15' X o. 00 = 7g-00,00 6 Access Pit EA 9 X /OW, oo = 4 mo - oo 7 Shoring or Extra Excavation, Class B LUMP SUM - - - X = j f 8 Pneumatic Boring for 2 -Inch HDPE • , Pipe LF 150 X 1 ,. 66 = „l ti -5-0® _0 ..'(� 9 Slipline 2 -Inch HDPE Pipe LF . • 1,830 X Imo,, C) = / 1, 89� , Qv - 10 Slipline 3 -Inch HDPE Pipe LF 320 X , 7 5jO = A 4( . ®D 11 2 -Inch Gate Valve EA 5 X 6-00.00 = >r ,2 ()f 06 12 Service Saddle EA 55 X /,'-'6i , Qv = e/ 5-0,00 Service Valve for Lawns EA 43 X /65; o0 = -713 D9 QG 14 Service Valve for Pavement EA 10 X /"70, 00 = . 1, 700,'00 15 Service Lateral LF 390 X /1-A 00 = 440,00 16 Gravel Surface Repair SY 70 X c ( , O () = , t0 17 Sodded Lawn Repair SY 15 X /t-- 0' _ ! 18 Topsoil TON 5 X - l._%. OD _ .1,2...6-:1'OD / 57. 6 19 Concrete Slab, 4 -Inch SY 1 X' 30 , OD = 30 .o 0 20 Concrete Slab, 6 -Inch SY 1 X , Q O�� = i. 00 21 Crushed Surfacing Top Course TON 8 X ., 00 = (�'' f 00 22 Select Backfill TON 320 X l��.00 = //�0, ( c 1 !, --, 23 Pump Station Piping Replacement LUMP SUM - - _. x - - - _ 0j 0C G: JAN\YAKIMA-JC4\49.wpd 3-3 ADDENDUM NO. 3 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 24 Minor Change FORCE ACCOUNT Est. ' X 7,500 00 = 7,500.00 SCHEDULE A BID SUBTOTAL qg 6'76'4,06 ,' 7.90% STATE SALES TAX /, '7 952 • SCHEDULE A BID TOTAL /06,47 a g Schedule B - Nob Hill and Park Avenue Irrigation Systems, City Project No. 2009 25 Mobilization LUMP SUM - - - X = /,e0 26 Temporary Traffic Control Devices LUMP SUM - - - X = �(9J/00O 27 Clearing arid Grubbing LUMP SUM - - - X - = ..---00. 00 28 Pipe Cleaning and Inspection LF 4,375 . X , Oo = 6/ '750,00 29 Obstruction Removal EA 15 X 6-MOC) d� =3fOn. Q� 30 Access Pit EA 24 X )Z0 • (10 _ . 06 31 Shoring or Extra Excavation, Class B LUMP SUM - - - X = .05-004,00 32 Pneumatic Boring for 2 -Inch HDPE Pipe LF 350 X cJ1, 00 = .y 75'0 Op a 33 Slipline 2 -Inch HDPE Pipe LF ,310 X (01.5-D = = / 046--, ®X C 8 9Z®a 34 Slipline 3 -Inch HDPE Pipe LF 385 r X -7.-- 35. Slipline 4 -Inch HDPE Pipe LF 1,230 X*'', 5r = // Lga 36 Slipline 6 -Inch HDPE Pipe LF 450 X A), S _ 4, 7 2_ 37 6 -Inch HDPE Pipe LF 150 X (7,:-5,-1 AP =.C. 750, O( 38 2 -Inch Gate Valve . EA 8 X ��, 00 = 4-/- 7( , 0 39 4 -Inch Gate Valve EA 4 X 'cr, 00 _ '� V i Zj6 40 Service Saddle EA 97 X /,-0400 = ' L 5'57 9 0 0( 41 Service Valve for Lawns EA 32 X /625-:60 = �,90. 0 ( 42 Service Valve for Pavement EA • 65 X / `7©f 0 = l x05-0 , r) 05-0/406 43 Service Lateral LF 860 X ! AV.00 _ [A SgO, 44 Service Lateral using Pneumatic•Bor,- ing LF , 180 X /�, � = ) 9._--17,00 45 Asphalt Pavement Repair, Type 1 SY 300 X ,,S, --e) _ 7 Q., 00 46 Asphalt Pavement Repair, Type 2 SY 50 X 00 = ..so. 00 47 Gravel Surface Repair SY 5 X 093•60 = .,..)7 76-0 48 Sodded Lawn Repair SY 115 X. / ./ (.i0 = 1 ,v5-:00 G:\JANWAKIMA-JC4\49.wpd 3-4 ADDENDUM NO. 3 \ly`c 1 1 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 49 Topsoil TON 5 X, QQ = 1.--0.60 50 Concrete Slab, 4 -Inch SY 25 X S6 tOTO _ 4i-�Q, O 51 Concrete Slab, 6 -Inch SY 40 X /-70000. _/) 61J, Q0 52 Crushed Surfacing Top Course TON 100 X 30, O _ �!/ 000g 66 53 Select Backfill TON 800 X / = I2/ OOn' 54 Irrigation Pump, Complete LUMP SUM - - - - X = /l� , 00 55 Minor Change FORCE ACCOUNT Est. X 10,000.00 = 10,000 00 SCHEDULE B BID SUBTOTAL "j LigQC 7.90% STATE SALES TAX A #031"--56 SCHEDULE B BID TOTAL A2 4 gt) .. BID TOTAL -W6' yU G:UAN\YAKIMA•JC4\49.wpd 3-5 ADDENDUM NO. 3 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ , which amount is not less than five percent (5%) of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we r-nch ess Construction Services, LLC , as Principal, and First National Insurance Company of America as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of five percent (5%) of the 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 IRRIGATION SYSTEM IMPROVEMENTS according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in- case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated.damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 26th DAY OF November , 20 03 Contitisiton ervices, LLC ncipal irst National Instance Company of America 7s' Surety Roxana Palacios - Attorney -in -Fact 20 Received return of deposit in the sum of $ 7 VAN\SPEGS\o3o3o-YK.WPd 3-6 SAFECO" FIRST NATIONAL SURETY PO BOX 34526 SEATTLE, WA 98124-1526 KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 98124-1526 No. 7351 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint *****STEVEN K. BUSH, M. J. COTTON, NANCY J OSBORNE, MIKE AMUNDSEN, S. M. SCOTT, DARLENE JAKIELSKI, JULIE M. GLOVER, JIM W DOYLE, MICHAEL A. MURPHY, ANDY D PRILL, LAWRENCE J NEWTON, ROXANA PALACIOS; JIM S. KUICH, Bothell, Washington********************************* its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 13th day of June , 2003 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA. "Article V, Section 13. - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S-1049/FNEF 7/98 this 26th day of November , 2003 CHRISTINE MEAD, SECRETARY ® A registered trademark of SAFECO Corporation 06/13/2003 PDF NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States, that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. Z:W AN\SPECS\03030•YK.wpd 3-7 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. Z:U A N\SPECS\0303 0• Y K. wp d 3-8 I/ SUBCONTRACTOR LIST 1 Prepared in compliance with Chapter 378 Laws of 1993 To be Submitted with the Bid Proposal ' IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. 2008 and 2009 I The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated for: Subcontractor Name a� lZ O AJ (,�l AJ 61gd ✓�— —L---- I Item Numbers II Subcontractor Name >l'.(P� 4� 1�C �''b IItem Numbers ( 1 Subcontractor Name 0ADU)4is Item Numbers 1 Subcontractor Name Item Numbers Subcontractor Name Item Numbers IBid it numbers to be performed by the prime contractor: ( e4.)G// eAkiS'rriziC77QcI S600/c L,L..G I Prime Contractor Name �v�� n Item Numbers iV 3ro� l L1:7 --5---7 1 1 1 1 Z:UAN\SPECS\03030-YK.wpd 3-9 1 1 1 1 1 1 1 1 1 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. 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. /VON& 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. RE-occ so ts7) u3 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. Z: U AN\SPECS\03030• Y K. wp d 3-10 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. Z:UAN\SPECS\03030-YK. wpd 3-11 RESOLUTION NO. D - 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with. Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of vakima 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 Sts iness Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority ,Business Enterprise Policy", a copy of which is attached hereto and by reference made a par= hereof. ADOPTED 3Y THE CITY COUNCIL this 41.0 day of 1983 ATTEST: ) fi s. City Clerk 3-12 Qf �z - , 1`t , Cf( ._1)1 CL -d Mayor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this Contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority Z:UAN\SPECS\03030• YK. wpd 3-13 recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. Z: W AN \SPECS\03030-Y K. wpd 3-14 BIDDERS 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 contact BIDDERS CERTIFICATION //(7C-kr.}-44� S certifies that It intends to use the following listed construction trades in the wo • nder the cont ct We -- Ot o 1 O11 0i LI 0 S S 6K' 16A$DJZ,/1ST izi 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 ail ccnstruction 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 cation required by t - Bid Conditions. nature or Authonzed e rive cr bidder) 4 Subcontractors' Certification is not required at the time of bid. This Certification must by completed by each subcontractor prior to award of any subcontract. SUBCONTRACTORS' CERTIFICATION 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 ail construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, 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) 5 3-16 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govem the bidder's performance on the protea and will be made a part of his 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, or 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 pian 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 it fair share of the trades goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with 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. 6 3-17 Where the agency finds that the contractor cr subcontractor -has failed to comply with the requirement of Executive Order 11246, as amended, the irnaiementing 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 contractors failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he 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 effortto make those steps work toward the attainment of its goals within its timetables. The tendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head wiil notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid conditions must be made in writing, with justification, to the: 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. 7 3-18 PROPOSAL IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. 2008 and 2009 The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH O IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND )4 IN THE AMOUNT OF 5% OF THE BID *` Receipt is hereby acknowledged of addendum(s) No.(s) / , , and 3 OF AUTHO IALS ,1,C� FIRM NAME /eac% ©, 1 (ADDRE S) 4 � Z ST- / -47/ 0Aitu,06T,0i J,f, 98�2T3 1 1 PHONE NUMBER (j -- X74 - D /qs I FAX NUMBER �� �� STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER 6;4t,�C(2- 0 /0114--) 1 1 1 1 FEDERAL ID NO. Note: 9t- X98 /7g (1) This proposal form is not transferrable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. Z:UAN\SPECS\03030-YK.wpd 3-19 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms which must be executed, as required, and submitted on the form bound in the Contract Documents: A. PROPOSAL The unit prices, extensions, and total amounts bid must be shown in the space provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and surety company unless bid is accom- panied by a certified check. 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. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non-responsive. E. BIDDER'S DATA FORM This form to be completed by the bidder. E. 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 after the Contract is awarded: A. CONTRACT This agreement to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. Z:W AN\SPECS\03030-YK. wpd 3-20 SECTION 4 - CONTRACT AND RELATED MATERIALS Z:UAN\SPECS\03030-Y K.wpd 4-1 CONTRACT .boy THIS AGREEMENT, made and entered into in triplicate, this ay of beriet13, by and between the City of Yakima, hereinafter called the Owner, and Trenchless Construction Services, LCC a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $331,360.90, FOR Irrigation System Improvements, Schedule A and Schedule B Project No's. 2008 and 2009, all in accordance with, and as described in the attached plans and specifications and the 2002 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in sixty-five (65) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this ' day of 200 City Manger Attest: cKcoa, City Clerk Trenchless Co CONTRACTOR ction Services LLC a hin•ton Cor oration Its 0Goner'/ tilknaye" (President, Owner, etc.) Address: 4103 -241st Street NE Arlington, WA. 98223 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: Bond No. 6239119 That we, the undersigned„ Trenchless Construction Services, LLC auras }ampany Limn as Princrtipal and First National Insurance Company of America a corporation organized and existing under the laws of the State of Washington 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,Tarejointly and severally heI and fir IY, bound to the CITY OF YAKIMA in the penal sum of $H�inceRuRaX y in'dr46/TH6tTh os liT,3 6e40) the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 12th day of December Neverless, the conditions of the above obligations are such that: , 20 03 WHEREAS, pursuant to action taken by the Yakima City Council on December 12th , 2003 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Trenchless Construction Services, LLC the above bounden Principal, a certain Contract, the said Contract being numbered20090hq , and providing for IRRIGATION SYSTEM IMPROVEMENTS (which Contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and under- take to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Trenchless Construction Services, LLC shall faithfully perform all of 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 persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Z:U A MS P E C 5\ 03030' Y K.wp d 4-4 Approved as to form: f � (Cityttorney) ruaN\SPECSSU;+O O VK.wpd Trenchless Construction Services, LLC (Contractor) By: / hn (pus -4s (prim Name) Its: 01,0n0-7 (President, Owner, etc.) First National Tnsurance Company of America (Sure By: Roxana Palacios (Print Name) Its: Attorney -in -Fact 4-5 SAFECO" FIRST NATIONAL SURETY PO BOX 34526 SEATTLE, WA 98124-1526 KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 98124-1526 No. 7351 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint *****STEVEN K. BUSH, M. J COTTON, NANCY J OSBORNE, MIKE AMUNDSEN, S. M. SCOTT, DARLENE JAKIELSKI, JULIE M. GLOVER, JIM W DOYLE, MICHAEL A. MURPHY, ANDY D PRILL, LAWRENCE J NEWTON, ROXANA PALACIOS; JIM S. KUICH, Bothell, Washington********************************* its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 13th CHRISTINE MEAD, SECRETARY day of June , 2003 LL Ca -744N Cie( -- MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA. "Article V, Section 13 - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 12th day of December , 2003 S-1049/FNEF 7/98 CHRISTINE MEAD, SECRETARY ® A registered trademark of SAFECO Corporation 06/13/2003 PDF IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. 1 1 1 1 1 1 1 1 1 1 1 1 ACORD CERTIFICATE OF LIAR:iHirt INSURANCE CACSR LLED DAYY)12/15NY0 12/15/03 POLICY EFFECTIVE DATE (MM/DD/YY) PRODUCER Bush, Cotton & Scott LLC 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. INSURERSAFFORDINGCOVERAGE NAIC# INSURED TRENCHLESS CONSTRUCTION SERVICES LLC PO BOX 3372 � ARLINGTON WA 98223 INSURER A. Zurich American Insurance Co. INSURER B: 09/30/04 INSURER C: $1,000,000 INSURER D: PREMISES (Ea occurence) INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADEN INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A X GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CP03696756 09/30/03 09/30/04 EACH OCCURRENCE $1,000,000 X PREMISES (Ea occurence) $ 300,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 X Owner/Cont Prot. PERSONAL &ADV INJURY $ 1,000,000 X STOP GAP GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , 000,000 7 POLICY X PROT LOC JEC A X AUTOMOBILE LIABILITY ANY AUTO BAP3696757 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS C 0 C 09/30/03 e° 09/30/04 ---"/ COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ -.- ^ GARAGE LIABILITY -' ty\� ANY AUTO r'. r ' ♦ 0I Cc \ A-'--....* .� AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY• AGG $ EXCESS/UMBRELLA LIABILITY rt 0 J .0 \`�\ vizi , EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ Imo ' `'\F• DEDUCTIBLE / / ` - / cS RETENTION $` $ $ WORKERS COMPENSATION AND /'- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below WC S- OTH- fATU- ER E.L. EACH ACCIDENT $ E L. DISEASE - EA EMPLOYEE $ E.L DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS THE CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS & HUIBREGTSE LOUMAN ASSOCIATES, INC. ARE INCLUDED AS ADDITIONAL INSUREDS. ADDITIONAL INSURED ENDORSEMENT ATTACHED. RE: IRRIGATION SYSTEM IMPROVEMENTS, DEATLEY PARK AND GENERAL SYSTEMS; NOB HILL AND PARK AVENUE SYSTEMS. PROJECT NO. 2008 AND 2009 CERTIFICATE HOLDER CANCELLATION CIYAKIM CITY OF YAKIMA 2301 FRUITVALE BLVD YAKIMA WA 98902 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL aSacXXQLMAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 8G'RFSENTATIVES tegRIID&R,41FAITATIVE ©ACORD CORPORATION 1988 1 POLICY NUMBER: CP03696756 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS 1 1 1 1 1 1 1 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS & HUIBREGTSE LOUMAN ASSOCIATES, INC. Location And Description of Completed Operations: IRRIGATION SYSTEM IMPROVEMENTS, DEATLEY PARK AND GENERAL SYSTEMS; NOB HILL AND PARK AVENUE SYSTEMS, JOB NO. 2008 AND 2009 Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section 1I — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations hazard". CG 20 37 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 33 10 01 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 II — Who Is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and s uch p erson o r o rganization h ave a greed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organiza- tion is an additional insured only with respect t o liability arising out of your ongoing operations performed for that insured. A person's or organi- zation's status as an insured under this endorse- ment ends when your operations for that insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional ex- clusions apply: 2. Exclusions This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, in- cluding: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or draw- ings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. CG 20 33 10 01 b. "Bodily injury" or "property damage" oc- curring after: (1) 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 site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. © ISO Properties, Inc., 2000 Page 1 of 1 DEC -31-2003 10:35 MARSH Fax To: Date: Organization: Fax: Phone: Subject: Acceptable. Bruce Floyd December 31, 2003 City of Yakima 576 6305 Profects 2008 & 2009 The documentS accompanying this transmission contain oonfidentiatiltlfp information la intended only for the use of the individual or entlty.namtt,, information to any Other party unless required to do so by law or.regl0tibi if you are not the intended recipient, you are hereby notified that ar�y flier documents is strictly prohibited. It you have received this intormialltill ii1 these documents. 15092489007 P.01 Marsh Advantage America A Service of Seabury & Smith, Inc. 1430 N. 16th Avenue P.O. Box 2547 (98907) Yakima, WA 98902 800 572 9170 www.marshadvantage.com Joel Pearson 509 248 9007 509 248 7460 2 e; and,.may contain confidential health Information, that is legally privileged. Thig WI authorized recipient of this Information is prohibited from disdoxiny this atldlis required to destroy the Information ager its stated need has been fulfilled. ��io fun cii p pprrK3,'distriDuuon, or action taken in reliance on the contents of these Caie notify the sender immediately and arrange for the return or destruction of r-4 Marsha, McLennan Compania DEC -31-2003 10:35 MARSH YAKIMA!: G!T LIABILITY:CE YAKIMA f9x. LATE CHECKLIST 15092489007 P.02 Contractor: Trenchless Constructio Job Description: Project 2008 & 2009 1 Carriers admitted in the State of War;tiington an A -VII or better in Best's Guide. 2. Commercial General Liability on anllQ currence basis subject to a $1,000,000 limit per occurrence. ,,'i 3_ Automobile includes "Any Auto" antli subject to a $1,000,000 limit. 4. Employers Liability shown at a $1,00 ;,900 limit per occurrence. 5. City of Yakima, their agents, emplo'' , and elected and appointed officials are listed as an Additional Insured 6. Copy of Additional Insured endorse ent included. 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlyirig? 8. Is the General Liability policy subjeotktb a deductible of $5,000 or less? If higher, approval is required by the4gity: 9. Under cancellation section is "Endekvor to" and "But failure to mail such notice shall impose no obligation or lability of any kind upon the company, its agents or representatives" crosaed;out? Is 20 days or more notice of cancellation shown? r1� I.s Joel Pearson Completed By x x x x x 12/31/2003 x Date Certificate Checklist / Sheeil 01/23/2003 S:1Bus_Unit\ANY1102-jplclients\Yakima. City of\Certificete Checklist.xls TOTAL P.02 Statement of Intent to Pay Prevailing Wages Page 1 of 1 Received: 12/12/2003 Intent Id: 22082 Statement of Intent to Pay Prevailing Wage Prevailing Wage Section Department of Labor & Industries PO Box 44540 Olympia, WA 98504-4540 (360) 902-5335 Status: Approved on 12/12/2003 Company Information: Payment Type: Company Signature: COMPANY TRENCHLESS CONST SERVICES LLC TRENCCS013MW 601 961 605 PO BOX 3372 ARLINGTON, WA 98223 Electronic Electronic Public Agency: County: City: Project Name: Contract Number: Bid Due Date: Award Date: Prime Contractor: All Work Subcontracted? Subcontractors? Apprentices? $ Amount: Filed by: PROJECT YAKIMA, CITY OF 129 N 2ND YAKIMA, WA 98901 YAKIMA Multiple Counties? No Yakima Irrigation Syst. Improvements SCH A: Deatly Park & Gen Syst, SCH B Nob Hill & Pa Proj 2008, 2009 11/26/2003 12/04/2003 TRENCHLESS CONST SERVICES LLC No Yes No $331,360.90 Time and Materials No Jennifer j Millich WAGES Number of Owners0 Journey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers YAKIMA LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $20.62 $5.16 2 YAKIMA POWER EQUIPMENT OPERATORS HORIZONTAL/DIRECTIONAL DRILL LOCATOR $30.69 $7.67 2 YAKIMA POWER EQUIPMENT OPERATORS HORIZONTAUDIRECTIONAL DRILL OPERATOR $38.73 $7.75 2 https://transact.wa.gov/LNI-PWIA/Intent/IntentPrint.aspM=22082 12/17/2003 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) 1, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman, or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less that the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 20 Z:W AN\SPECS\03030-YK.wpd Notary Public in and for the State of Washington residing 4-9 Z: W AN\SPECS\03030- Y K. wp d SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. Z:W AN\SPECS\03030•YK.wpd 5-2 YAKIMA County - Effective: 8/31/2003 Page 1 o f9 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 by clicking on the benefit code. YAKIMA County Effective 8/31/2003 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.78 1N 5D BOILERMAKERS JOURNEY LEVEL $41.02 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $32.77 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $30.25 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $37.67 1M 5D CARPENTER $29.99 1M 5D CREOSOTED MATERIAL $30.09 1M 5D DRYWALL APPLICATOR $29.99 1M 5D FLOOR FINISHER $30.12 1M 5D FLOOR LAYER $30.12 1M 5D FLOOR SANDER $30.12 1M 5D MILLWRIGHT $38.67 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING $37.87 1M 5D COLLARS AND WELDING SAWFILER $30.12 1M 5D SHINGLER $30.12 1M 5D http://www.lni.wa.gov/prevallingwage/ jwages/20032/co39.h tm 8/1/03 YAKIMA County - Effective: 8/31/2003 Page 2 of 9 1 STATIONARY POWER SAW OPERATOR $30.12 1M 5D STATIONARY WOODWORKING TOOLS $30.12 1M 5D CEMENT MASONS 1 JOURNEY LEVEL $29.36 1N 5D DIVERS & TENDERS ' DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1B 5D 81_ BOATMEN $37.22 1B 5D 8L ENGINEER WELDER $3727 1B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L I MAINTENANCE $36.78 1B 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 1B 5D 8L 1 DRYWALL TAPERS JOURNEY LEVEL $27.03 1P 5A 111ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 ELECTRICIANS - INSIDE 1 JOURNEY LEVEL $41.11 1J 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A 1 HEAD GROUNDPERSON $32.34 4A 5A HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A I JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A 1 POLE SPRAYER $42.90 4A 5A POWDERPERSON $32.34 4A 5A I ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 60 http://www.lni.wa.gov/prevailingwage/jwages/20032/co39.htm 8/1/03 1 1 YAKIMA County - Effective: 8/31/2003 Page 3 of9 FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7.01 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.06 1N 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.26 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.01 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $39.92 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $25.78 1N 5D PIPE LAYER $26.26 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK $15.45 1 DRIVERS LANDSCAPING OR PLANTING LABORERS $7.63 1 http://www.iniwa.gov/prevailingwage/jwages/20032/co39.htm 8/1/03 YAKIMA County - Effective: 8/31/2003 Page 4 of9 1 LATHERS JOURNEY LEVEL $29.99 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) 1 MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) , FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS III JOURNEY LEVEL $14.11 1 PAINTERS I JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.33 1R 5A 1 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.58 10 5A POWER EQUIPMENT OPERATORS I ASSISTANT ENGINEERS $36.19 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $38.73 1T 5D 8L I BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & $39.19 1T 5D 8L UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER $39.70 1T 5D 8L WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) $38.36 1T 5D 8L BACKHOES, (OVER 75 HP) $38.73 1T 5D 8L I BARRIER MACHINE (ZIPPER) $38.73 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $38.73 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $38.36 1T 5D 8L I BOBCAT $36.19 1T 5D 8L BROOMS $36.19 1T 5D 8L I BUMP CUTTER $38.73 1T 5D 8L CABLEWAYS $39.19 1T 5D 8L CHIPPER $38.73 1T 5D 8L 1 COMPRESSORS $36.19 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $36.19 1T 5D 8L I CONCRETE PUMPS $38.36 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM $38.73 1T 5D 81_ ATTACHMENT I http://www.Ini.wagov/prevailingwage/jwages/20032/co39.htm 8/1/03 1 YAKIMA County - Effective: 8/31/2003 Page 5 of 9 CONVEYORS $38.36 11- 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.36 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $38.73 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF $39.19 1T 5D 8L BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF $39.70 1T 5D 8L BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF $40.21 1T 5D 8L BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $36.19 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $38.36 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM $40.73 1T 5D 8L INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 $38.73 1T 5D 8L TONS) CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 $39.19 1T 5D 8L TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & $39.70 1T 5D 8L OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, $39.70 1T 5D 8L BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, $40.21 1T 5D 8L BASE TO BOOM CRUSHERS $38.73 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $38.73 1T 5D 8L DERRICK, BUILDING $39.19 1T 5D 8L DOZERS, D-9 & UNDER $38.36 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE $38.36 1T 5D 8L MOUNT DRILLING MACHINE $38.73 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND $36.19 1T 5D 8L SHAFT -TYPE EQUIPMENT SERVICE ENGINEER (OILER) $38.36 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND $38.73 1T 5D 8L SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) $38.36 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $36.19 1T 5D 8L GRADE ENGINEER $38.36 1T 5D 8L GRADECHECKER AND STAKEMAN $36.19 1T 5D 8L GUARDRAIL PUNCH $38.73 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), $38.36 1T 5D 8L AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL LOCATOR $38.36 1T 5D 8L http://www.lni.wa.gov/preyailingwage/jwages/20032/co39.htin 8/1/03 YAKIMA County - Effective: 8/31/2003 Page 6 of9 1 HORIZONTAL/DIRECTIONAL DRILL OPERATOR $38.73 1T 5D 8L I HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $36.19 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $38.36 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.19 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $39.70 1T 5D 8L I LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $38.73 1T 5D 8L LOCOMOTIVES, ALL $38.73 1T 5D 8L MECHANICS, ALL $39.19 1T 5D 8L 1 MIXERS, ASPHALT PLANT $38.73 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $38.73 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $38.36 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $39.19 1T 5D 8L SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND $36.19 1T 5D 8L MULCH SEEDING OPERATOR PAVEMENT BREAKER $36.19 1T 5D 81_ I PILEDRIVER (OTHER THAN CRANE MOUNT) $38.73 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $38.36 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $36.19 1T 5D 8L 1 POWER PLANT $36.19 1T 5D 8L PUMPS, WATER $36.19 1T 5D 8L I QUAD 9, D-10, AND HD -41 $39.19 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED $39.19 1T 5D 8L EARTH MOVING EQUIP RIGGER AND BELLMAN $36.19 1T 5D 8L ROLLAGON $39.19 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $36.19 1T 5D 8L 1 ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $38.36 1T 5D 8L ROTO -MILL, ROTO -GRINDER $38.73 1T 5D 8L I SAWS, CONCRETE $38.36 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END $38.73 1T 5D 8L DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END $39.19 1T 5D 81_ DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 ' YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38.36 1T 5D 8L SCREED MAN $38.73 1T 5D 8L 1 SHOTCRETE GUNITE $36.19 1T 5D 8L SLIPFORM PAVERS $39.19 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $38.73 1T 5D 8L SUBGRADE TRIMMER $38.73 1T 5D 8L 1 http.//www Ini.wagov/prevailin wage/jwages/20032/co39.htm 8/1/03 1 YAKIMA County - Effictive: 8/31/2003 Page 7 of 9 TOWER BUCKET ELEVATORS $38.36 1T 5D 8L TRACTORS, (75 HP & UNDER) $38.36 1T 5D 8L TRACTORS, (OVER 75 HP) $38.73 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $38.73 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39.19 1T 5D 8L TRENCHING MACHINES $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $38.73 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $38.73 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $36.19 1T 5D 8L YO YO PAY DOZER $38.73 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $44.58 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $19.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 http://www.lni.wa.gov/prevailingwage/jwages/20032/co39.htm 8/1/03 YAKIMA County - Effective: 8/31/2003 Page 8 of9 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $25.26 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $27.03 1J 51 USING IRRITABLE BITUMINOUS MATERIALS $30.03 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $36.29 1B 5A SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $21.76 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.01 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $34.90 1R 51 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $25.42 2B 5A HOLE DIGGER/GROUND PERSON $13.51 2B 5A INSTALLER (REPAIRER) $24.31 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 5A SPECIAL APPARATUS INSTALLER I $25.42 2B 5A SPECIAL APPARATUS INSTALLER II $24.87 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON $12.73 2B 5A TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A TELEVISION TECHNICIAN $18.82 2B 5A TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $25.66 2M 5A http://www.lni.wagov/prevailingwage/jwages/20032/co39.htm 8/1/03 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA County - Effective: 8/31/2003 Page .9 of9 TILE, MARBLE & TERRAZZO FINISHERS FINISHER $21.86 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.09 2G 61 DUMP TRUCK & TRAILER $27.09 2G 61 OTHER TRUCKS $27.09 2G 61 TRANSIT MIXER $27.09 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 http://www.lni.wa.gov/prevailingwage/jwages/20032/co39.htm 8/1/03 BENEFIT CODE KEY Page 1 of 7 BENEFIT CODE KEY - EFFECTIVE 08-31-03 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 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. All hours worked on Sundays shall be paid at double the hourly rate of wage. D. The first eight (8) hours worked on Saturdays of a five - eight hour work week and the first eight (8) hours worked on a fifth calendar day, excluding Sunday, 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 eight (8) hours per day on Saturday; all hours worked in excess of eight (8) hours in a fifth calendar weekday of a four - ten hour schedule; all hours worked in excess of ten (10) hours per day Monday through Friday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. 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 (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 on Sundays and holidays shall be paid at double the hourly rate of wage. http://www.lni. wa.gov/prevailingwage/BenCodes/20032/Bene frtCodes.htm 8/1/03 1 BENEFIT CODE KEY Page 2 of 7 1 J. 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 and Saturday, and all hours worked on 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 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 1 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 I worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. AH 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. P. All hours worked on Saturdays (except makeup days) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of 1 wage. 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 1 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. 1 T. 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 after 6:OOPM Saturday to 6:OOAM 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 hourly rate of wage. W. All hours worked on Saturdays and Sundays (except makeup days) shall be paid at one 1 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. 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 http//www.lni.wa.gov/prevailingwage/BenCodes/20032/BenefitCodes.htm 8/1/03 I BENEFIT CODE KEY RATE OF WAGE. Page 3 of7 A. The first six (6) hours worked 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 Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays 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 in addition to the holiday pay. I. All hours worked on Saturdays and holidays (except Labor Day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and on Labor Day shall be paid at two times the hourly rate of wage. J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage, including the holiday pay. All hours worked on unpaid holidays shall be paid at two times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. M. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the http://www.lni. wa.gov/prevailingwage/BenCodes/20032/Bene fitCades. h tm 8/1/03 BENEFIT CODE KEY Page 4 of 7 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. 5. HOLIDAY CODES 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 Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). E. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). 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 Day (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9) 0. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (9). 0. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, http://www.lni.wa.gov/prevailingwage/BenCodes/20032/BenettCodes.htm 8/1/03 BENEFIT CODE KEY Page 5 of 7 Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving Day, one-half day before Christmas Day, and Christmas Day (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (7). T. Paid holiday: seven (7) paid holidays. V. Paid Holidays: six (6) paid holidays. W. Paid Holidays: nine (9) paid holidays. X. Holidays: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. After 2080 hours - New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and a floating holiday (8). Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day (8). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). 6. HOLIDAY CODES 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). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday 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 after Christmas Day (9). H. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). 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 http://www.lni.wagov/prevailinnwage/BenCodes/20032/BenefitCodes.htm 8/1/03 BENEFIT CODE KEY Page 6 of 7 Christmas Day (8). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day. Unpaid Holiday: Presidents' Day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (9). U. Holidays: New Year's Day, Day before New Year's Day, Memorial Day, Day before Independence Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day, Christmas Day (10). V. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Eve Day, Christmas Day, Employee's Birthday, and one day of the Employee's choice (10). 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 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). 8. NOTE CODES 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 Tess 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. http://www.lni. wa.gov/prevailingwage/BenCades/?0032/Bene f tCvdes.htm 8/1/03 BENEFIT CODE KEY Page 7 of 7 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. Prevailing Wage Home 1 Prevailing Wage Rates (bencodes/f ootcr. himJ http://www.lni. wa.gov/prevailingwage/BenCodes/20032/Bene fitCodes.htm 8/1/03 SECTION 6 - TECHNICAL SPECIFICATIONS Z:U AN\SPECS\03030-YK.wpd 6-1 October 8, 2003 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 STANDARD SPECIFICATIONS The 2002 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. The APWA Supplement to DIVISION 1 (Division 1-99) of the 2002 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. Z:W AN\SPECS\03030-YK.wpd 6-2 October 8, 2003 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIFICATION INDEX FOR IRRIGATION SYSTEM IMPROVEMENTS City Project Nos. 2008 and 2009 HLA Project No. 03030 CONTENTS PAGE NO. WORK SUMMARY 6-4 1-01 DEFINITIONS AND TERMS 6-5 1-02 BID PROCEDURES AND CONDITIONS 6-5 1-03 AWARD AND EXECUTION OF CONTRACT 6-6 1-04 SCOPE OF THE WORK 6-7 1-05 CONTROL OF WORK 6-9 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-12 1-08 PROSECUTION AND PROGRESS 6-15 1-09 MEASUREMENT AND PAYMENT 6-19 1-10 TEMPORARY TRAFFIC CONTROL 6-27 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-28 4-04 BALLAST AND CRUSHED SURFACING 6-28 5-04 ASPHALT CONCRETE PAVEMENT 6-29 7-10 TRENCH EXCAVATION, BEDDING, AND BACKFILL FOR WATER MAINS 6-30 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 6-32 9-40 IRRIGATION PUMP (NEW SECTION) 6-38 Z:UAN\SPECS\03030-Y K. wpd 6-3 October 8, 2003 SPECIAL PROVISIONS FOR CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS City Project Nos. 2008 and 2009 HLA Project No. 03030 WORK SUMMARY IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. 2008 Schedule A: DeAtley Park and General Systems: Slipline approximately 320 LF of existing 4 -inch wood stave pipe with new 3 -inch HDPE pipe, approximately 1,830 LF of existing 3 -inch wood stave pipe with new 2 -inch HDPE pipe, and pneumatically bore and install approximately 150 LF of new 2 -inch HDPE pipe; including installation of new irrigation services and valves, connection to existing service lines, and surface restoration; and CITY PROJECT NO. 2009 Schedule B: Nob Hill and Park Avenue Systems: Slipline approximately 1,230 LF of existing 5 -inch and 6 -inch wood stave and cast iron pipes with new 4 -inch HDPE pipe, approximately 385 LF of existing 4 -inch wood stave and AC pipe with new 3 -inch HDPE pipe, approximately 2,310 LF of existing 3 -inch wood stave pipe with new 2 -inch HDPE pipe, pneumatically bore and install approximately 550 LF of new 6 -inch HDPE pipe; and pneu- matically bore approximately 350 LF of new 2 -inch HDPE pipe; including installation of new irrigation services and valves, connection to existing service lines, and surface restoration. 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 and the Washington State Chapter of the American Public Works Association dated 2002, referenced codes and organizations, and these Special Provisions. All references hereinafter made to Standard Specifications shall refer to the Standard Specifica- tions for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association dated 2002. NOTE: FOR THIS PROJECT, THE APWA SUPPLEMENT TO DIVISION ONE OF THE "2002 WSDOT/APWA STANDARD SPECIFICATIONS" SHALL APPLY. THE APWA SUPPLEMENT IS CONTAINED IN THE "2002 WSDOT/APWA STANDARD SPECIFICATIONS" AS DIVISION 1-99. Z:UAN\SPECS\03030-YK. wpd 6-4 October 8, 2003 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS 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" and "Owner" are interchange- able. Engineer: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Inspector: The Contracting Agency's Resident Engineer who observes the Contractor's performance. Standard Specifications: Working Drawings: The 2002 Standard Specifications for Road, Bridge, and Munici- pal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association. Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describ- ing salient features, performance curves, or samples of fabri- cated and manufactured items (including mechanical and electrical equipment) required for the construction project. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 QUALIFICATIONS OF BIDDER (APWA ONLY) Replace with the following: Each Bidder shall furnish the Owner satisfactory evidence of their competency to perform the proposed work at the time of submitting their bid. Such evidence of competency shall consist of statements made by the Bidder on the Bidder's Data Form included in the Bid Package Section of these Specifications. The Owner may make such investigations as he deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, a Bidder fails to satisfy the Owner that the Bidder is properly qualified to carry out the obligations of the agreement and to complete the work contemplated therein. Z.WAN\SPECS\03030-YK.wpd 6-5 October 8, 2003 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.6 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. 1-02.9 DELIVERY OF PROPOSAL Delete the first sentence and replace it with the following: Clearly identified sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 IRREGULAR PROPOSALS SECTION 1-02.13 of the Standard Specifications is revised as follows: Revise Item 1.a to read, "The bidder is not prequalified when so required;" Add Item 2.e. as follows: e. If changes to proposal form entries are not initialed. 1-03 AWARD AND EXECUTION OF CONTRACT 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 schedules. Z: W AN\SPECS\03030-YK.wpd 6-6 October 8, 2003 1-03.3 EXECUTION OF CONTRACT Delete the first sentence in its entirety and replace it with the following: Within 10 working 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. Failure to return the required documents within the allotted time shall be considered as non-responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with SECTION 1-03.5. 1-03.4 CONTRACT BOND Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Performance 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 Performance Bond shall be in the form of the Performance Bond document bound in these Specifications. 1-03.7 JUDICIAL REVIEW Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washing- ton. 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 Specifica- tions 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. 1-04.4 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 Z:W AN\SPECS\03030-YK.wpd 6-7 October 8, 2003 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 (New Section) Payments or credits for changes amounting to $7,500 or less for Schedule A and $10,000 or less for Schedule B 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 INCREASED OR DECREASED QUANTITIES Add the following: The quantities of the following Bid Proposal Items are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless Z:\J AN\SPECS\03030-YK.wpd 6-8 October 8, 2003 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 173-304, 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. Z:\JAN\SPECS\03030-YK. wpd 6-9 October 8, 2003 1-05.1 AUTHORITY OF THE ENGINEER Add the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS Delete the third through fifth paragraphs of SECTION 1-05.3 of the Standard Specifications and replace them with the following: The submittal of Shop Drawings will not be required for this project, nor will the Engineer review any Shop Drawings submitted by the Contractor. If Shop Drawings are submitted, they will be marked "NOT REVIEWED" and returned to the Contractor. The materials and quality of the final constructed product are shown on the Plans and specified herein. It shall be the Contractor's responsibility to verify all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data to assure all portions of the work are coordinated and completed in compliance with the Plans and Specifications. The Contractor assumes full responsibility for all means, methods, sequences, techniques or procedures of construction, and to safety precautions or programs incidental thereto. 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: The Contractor shall be responsible for all construction staking. Z:W AN\SPECS\03030-YK. wpd 6-10 October 8, 2003 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. 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) The following new section shall be added to the Standard Specifications: If, within one year 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 instruc- tions, 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 one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.11(1) SUBSTANTIAL COMPLETION DATE (APWA ONLY) 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. 1-05.16 WATER AND POWER (APWA ONLY) Add the following• 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 Z:\JAN\SPECS\03030-YK.wpd 6-11 October 8, 2003 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. AH costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 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). 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 Amend the second sentence of the first paragraph to read: Z:W AN\SPECS\03030-YK. wpd 6-12 October 8, 2003 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. 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. 1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL Replace the second paragraph with the following: The Contractor shall perform all temporary water pollution/erosion control measures shown in the Plans, specified in the Special Provisions or WSDOT Storm Drainage manual, proposed by the Contractor and approved by the Engineer, or ordered by the Engineer as work proceeds. 1-07.17 UTILITIES AND SIMILAR FACILITIES Add the following: Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. 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 commence- ment of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One Call Center for this project is 1-800-553-4344. 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 Z:\JAN\SPECS\03030-YK.wpd 6-13 October 8, 2003 and private) in the field to familiarize himself with existing utility locations, along with familiar- izing 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 con- struction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (APWA ONLY) Add the following: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the City of Yakima, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc., and all subcontractors as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) CONSTRUCTION UNDER TRAFFIC Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses and residences at all times. Steel plates or other means to provide continuous access in streets and alleyways shall be provided by the Contractor. 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. Z: W AN\SPECS\03030-Y K. wpd 6-14 October 8, 2003 1-07.24 RIGHTS OF WAY (APWA ONLY) Add the following: Some areas of work in both Schedule A and Schedule B require access and improvements within private property. The Contractor shall be required to obtain permission and releases from property owners as described in the sixth paragraph of Section 1-07.24. 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 affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1-08 PROSECUTION AND PROGRESS 1-08.0(2) HOURS OF WORK (APWA ONLY) Add the following to the first paragraph: 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 (APWA ONLY) Replace with the following: Z:\J AN\SPECS\03030-YK.wpd 6-15 October 8, 2003 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. 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. Z: W AN\SPECS\03030-Y K. wpd 6-16 October 8, 2003 1 1 1 i 1 1 1 1 1 1 1 1 Washington State Department of Transportation Request to Sublet Work 0 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 Employerl.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: % % Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 6/97 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 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 (APWA only) SECTION 1-08.4 of the APWA Supplement is replaced with the following: The Engineer will issue a Notice to Proceed after the Contract has been executed and the Contract Bond and evidence of insurances have been approved. The Contractor shall not begin work until the Notice to Proceed has been issued. The Contractor shall not delay the start of construction activities. The Contract time shall begin on the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. The work thereafter shall be prosecuted diligently to completion within the Contract Time. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under SECTION 1-08.10(1) of the Standard Specifications. 1-08.5 TIME FOR COMPLETION (CONTRACT TIME) (APWA ONLY) Add the following: Sixty-five (65) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. The Contractor is advised that all irrigation system improvements required to provide customers with unrestricted irrigation use shall be completed no later than April 1, 2004. Paving and other repair work may be completed following April 1, 2004, but shall be completed within the 65 working day contract period. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. Delete Item f. found in the APWA Supplement. Z:W AN\SPECS\03030-YK.wpd 6-18 October 8, 2003 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 the Contract work is not completed within the times specified in SECTION 1-08.5, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time. If irrigation system piping improvements are not completed sufficiently to provide unrestricted use by irrigation customers by April 1, 2004, the Contractor agrees to pay the Owner the sum of $1,500.00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date. 1-08.10(1) TERMINATION FOR DEFAULT In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.2(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 Z:\J AN\SPECS\03030-Y K. w p d 6-19 October 8, 2003 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) The following new section shall be added to the APWA Supplement: Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the following: 1. The lump sum price bid for "Mobilization" shall be full compensation for all labor, materials, tools, and equipment necessary to mobilize to the project site as defined in the Standard Specifications. Payment will be made in accordance with the Standard Specifications. 2. The lump sum price bid for "Temporary Traffic Control Devices," shall be full compensation for all labor, materials, tools, and equipment necessary to provide 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 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 VHS 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 all 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. 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 of 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, and compaction. Z:\J AN\SPECS\03030-Y K. wp d 6-20 October 8, 2003 7. The unit price bid for "Shoring or Extra Excavation, Class B," per lump sum, 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. 8. The unit price bid for "Pneumatic Boring for 2 -Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install a new 2 -inch HDPE pipe using pneumatic boring, and abandon the existing piping, at the locations shown on the Plans, including, but not necessarily limited to, pipe, fittings, excavation, backfill, compaction, dewatering, fusing equipment, technical service, pipe connections, and testing. 9. The unit price bid for "Pneumatic Boring for 6 -Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install a new 6 -inch HDPE pipe from the Park Avenue pump station to the east side of North 16' Avenue using pneumatic boring, and abandon the existing 2-1/2 inch and 2 -inch G.I. pipes, as shown on the Plans including, but not necessarily limited to, pipe, fittings, excavation, backfill, compaction, dewatering, fusing equipment, technical service, pipe connections, and testing. 10. The unit price bid for "Slipline 2 -Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings in existing irrigation piping of various materials, 3 - inch diameter and larger, including, but not necessarily limited to, pipe, fittings, fusing equipment, technical service, pipe connections, and testing. 11. The unit price bid for "Slipline 3 -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, 4 - inch diameter and larger, including, but not necessarily limited to, pipe, fittings, fusing equipment, technical service, pipe connections, and testing. 12. The unit price bid for "Slipline 4 -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, 5 - inch diameter and larger, including, but not necessarily limited to pipe, fittings, fusing equipment, technical service, pipe connections, and testing. 13. The unit price bid for " -Inch Gate Valve," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the gate valve in place including, but not necessarily limited to, excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans. 14. 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, preparation and fusion connection to the HDPE irrigation main, fusing equipment, technical service, sealing the remaining Z:\J AN\SPECS\03030-Y K. wp d 6-21 October 8, 2003 annulus between the new pipe and existing irrigation main, connection to the new service lateral, backfill, and compaction. 15. The unit price bid for "Service Valve for Lawns," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new 1 - inch curb stop valve in a PVC valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, removal and disposal of existing service valve and existing service piping from existing valve to irrigation main, protection of existing service piping from the existing valve to private property, connection to new and existing service lines, backfill, and compaction. 16. The unit price bid for "Service Valve for Pavement," per each, shall be full compensa- tion for all labor, tools, materials, and equipment necessary to furnish and install a new 1 -inch curb stop valve in a cast iron valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, removal and disposal of existing service valve and existing service piping from existing valve to irrigation main, protection of existing service piping from the existing valve to private property, connection to new and existing service lines, backfill, and compac- tion. 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 1 -Inch irrigation service pipe including, but not necessarily limited to, excavation, dewatering, removal and disposal of existing service piping, connection to piping and valves, protection of existing service piping into private property, backfill, and compaction. 18. The unit price bid for "Service Lateral Using Pneumatic Boring," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install 1 -inch HDPE service pipe beneath existing ground including, but not necessarily limited to, pipe, fittings, excavation, backf ill, compaction, dewatering, equipment set-up and removal, fusing equipment, technical service, line installation, and connection to piping and valves. 19. The unit price bid for "Asphalt Pavement 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. 20. 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. 21. The unit price bid for "Sodded Lawn Repair," per square yard, shall be full compensa- tion 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 place sod area for two weeks following completion. Z:W AN\SPECS\03030-YK.wpd 6-22 October 8, 2003 22. The unit price bid for "Topsoil," per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the material in yards, gardens, flower beds, or other areas as directed by the Owner, including, but not necessarily limited to, finished grading, surface preparation, placement, spreading, and any other work required to complete the work. 23. 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, removal and disposal of existing concrete surfacing from public or private property, surface preparation, placement of aggregate base, placement of cement concrete, finishing, jointing, and curing. 24. 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 pavement repair areas, and for pipe bedding including aggregate materials, placing, watering, and compacting, at locations shown on the Plans, and as directed by the Owner. 25 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 the material for trench backfill in roads and alleyways, at locations shown on the Plans, and as directed by the Owner including, but not necessarily limited to, placement and compaction. 26. The lump sum price bid for "Pump Station Piping Replacement," shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install new cast iron irrigation piping at the DeAtley Pump station including, but not necessarily limited to, removal and disposal of existing pipe and fittings; furnish and install new cast iron piping, valves, supports, and fittings; repair concrete wall penetration; concrete thrust blocking; and connection to new and existing piping as shown on the Plans and specified herein. 27. The lump sum price bid for "Irrigation Pump, Complete," shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install a new irrigation pump system including, but not necessarily limited to, removal and disposal of the existing pump, piping, valves, and appurtenances; remove and repair existing wall penetrations through concrete walls; construct new drain sump in floor of existing concrete structure; installation of new cement concrete pump pad; installation of a new irrigation pump, piping to within 5 feet of pump station, valves, and appurtenances; concrete wall penetrations; connection to piping; all electrical improvements; and testing for a complete and operational pump system. 28. 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. Z:\JAN\SPECS\03030-YK. wpd 6-23 October 8, 2003 1-09.6 FORCE ACCOUNT Add the following clarification: The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1-09.9 PAYMENTS (APWA ONLY) 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. 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 Delete the last sentence of the second paragraph. A retainage bond will not be accepted. 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: Z:\J AN\SPECS\03030-YK.wpd 6-24 October 8, 2003 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 repre- sentative, 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 Com- pliance in lieu of material testing and inspection as required by Section 1- 06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. Z:W AN\SPECS\03030-YK. wpd 6-25 October 8, 2003 If legal action is instituted to determine the validity of the claims prior to expiration of the 15 - day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) FINAL PAYMENT (NEW SECTION) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1-09.11 DISPUTES AND CLAIMS 1-09.11(3) TIME LIMITATIONS AND JURISDICTION Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington. 1-09.13(3)A ADMINISTRATION OF ARBITRATION Change the first sentence of the third paragraph to read "... rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency is located." Z:UAN\SPECS\03030-YK. wpd 6-26 October 8, 2003 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(2) TRAFFIC CONTROL PLANS Delete the entire section and replace with the following: The Contractor shall prepare a signing plan showing the necessary Class A and B con- struction signing and barricades and traffic control devices required for the project 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 MUTCD without modification, the Contractor may reference the applicable MUTCD figure 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 plan prepared by the Contractor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Temporary Traffic Control Devices," per lump sum. 1-10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1-10.3(3) CONSTRUCTION SIGNS The first sentence of the first paragraph is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s), as well as any other appropriate signs prescribed by the City or County, shall be furnished by the Contractor. The last two sentences of the first paragraph are deleted. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation, and subsequent removal of both Class A and B construction signs; and 1-10.5 PAYMENT Section 1-10.5 shall be revised as follows: Class A construction signs and labor for traffic control, including flagging when necessary, shall be considered incidental to the Contract bid item for "Temporary Traffic Control Devices," per lump sum. All costs for furnishing, erecting, and maintaining Class A construction signs and for providing traffic control labor shall be included in the Contract bid Z: W AN\SPECS\03030-Y K. wpd 6-27 October 8, 2003 item "Temporary Traffic Control Devices," per lump sum, and no further payment for such work will be made. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION Add the following: The Contractor may be required to clear and grub beyond the right of way line, where specifically directed by the Engineer, to remove trees, stumps, shrubs, plants, or other items which by proximity would interfere with the construction or endanger the system. 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, 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(5) FENCING (NEW SECTION) Add the following new section: The Contractor shall be required to carefully remove all existing fencing located within or near the proposed alignments. 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 coordinated with the adjacent property owner and 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 and all costs for performing this work shall be included in the lump sum bid item for "Clearing and Grubbing." 2-01.5 PAYMENT Add the following: There will be no bid item for "Roadside Cleanup." All roadside cleanup work shall be con- sidered incidental to the lump sum item of "Clearing and Grubbing." 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION Add the following: Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D 698 (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 tests shall be the responsibility of the Contractor. Placement of Z:\JAN\S P ECS\03030-YK.wpd 6-28 October 8, 2003 successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5-04 ASPHALT CONCRETE PAVEMENT 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. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications. 5-04.2 MATERIALS Add the following: Asphalt concrete pavement used on this project shall be Class G conforming to the provisions of Section 5-04 of the Standard Specifications. 5-04.3(2) HAULING EQUIPMENT Add the following: Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous asphalt concrete paving operation at proper asphalt concrete mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. 5-04.3(7)A MIX DESIGN Add the following: The Contractor shall provide a mix design, performed in accordance with WSDOT Method 702 (Hveem mix design), to the Engineer for approval at least 5 working days prior to any paving operation. 5-04.3(10)B CONTROL Add the following: Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice density, ASTM 2041. Z: \JAN\SPECS\03030-Y K. wpd 6-29 October 8, 2003 5-04.3(13) SURFACE SMOOTHNESS Add the following: Where directed by the Engineer, the Contractor shall feather the asphalt concrete pavement in a manner to produce a smooth -riding connection to the existing pavement. Asphalt concrete pavement Class G shall be utilized in the construction of the feathered connections to existing pavement. All costs and expenses in connection with providing, placing, and feathering the asphalt concrete pavement shall be incidental to and included in the unit contract price per square yard for "Asphalt Pavement Repair, Type ." 5-04.3(15) ASPHALT CONCRETE APPROACHES Add the following: Along the line of new work, it may be necessary to partially remove existing asphalt concrete driveways or other paved off-street areas. These driveways will then be modified and reconstructed to fit the curb and sidewalk grade and to blend into the remaining driveway. Before excavating, these areas shall be cut or scored with an approved pavement cutter, such as a concrete saw. Before patching, all edges and joints shall be neatly trimmed to uniform line, parallel to the curb where possible. The asphalt concrete driveways shall be constructed of Class G asphalt concrete as specified in the Standard Specifications. 5-04.5 PAYMENT Measurement and payment shall be per SECTION 1-09.3(1) Description of Bid Items 7-10 TRENCH EXCAVATION, BEDDING, AND BACKFILL FOR WATER MAINS 7-10.1(1)C BEDDING Add the following: Imported pipe zone bedding for flexible pipes shall be crushed surfacing top course meeting the requirements of section 9-03.9(3), and shall be placed and compacted in layers as designated by the Engineer. Pipe zone bedding for rigid pipes shall be native or imported gravel bedding material meeting the requirements of SECTION 9-03.12(3), or as approved by the Engineer. 7-10.1(1)D BACKFILL MATERIALS Add the following: Z:\JAN\SPECS\03030-YK.wpd 6-30 October 8, 2003 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. 7-10.2 MATERIALS Delete entire section and replace with: Bedding Materials (Flexible Pipes) 9-03.9(3) Top Course Bedding Materials (Rigid Pipes) 9-03.12(3) Gravel Backfill Imported Select Backfill 9-03.9(3) Base Course 7-10.3(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- 10.2 of these Special Provisions. 7-10.3(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 7-10.1(1)D of these Special Provisions. 7-10.3(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 Z:\JAN\SPECS\03030-YK.wpd 6-31 October 8, 2003 the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-10.4 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. 7-10.5 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. 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 17 for pipe sizes 3 -inch diameter and larger, and SDR 11 for pipe sizes 2 -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. Z:V AN\SPECS\03030-YK.wpd 6-32 October 8, 2003 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, 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, solids, sand, rock, etc., from the existing irrigation lines. The existing irrigation mains shall be cleaned using mechanical, hydraulically -propelled, and/or high velocity cleaning equipment. The cleaning process shall remove all debris from each irrigation main segment. All cleaning equipment and devices shall be operated by experienced personnel. Satisfactory precautions shall be taken to protect the irrigation mains from damage that might be inflicted by the improper use of the cleaning process equipment. 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 circum- stances 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. Z:UAN\SPECS\03030-YK wpd 6-33 October 8, 2003 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 videotaping operations. The Contractor shall provide a videotape and logs of the televised inspection for review. If the Contractor provides a videotape of such poor quality that it cannot be properly evaluated, the Contractor shall re -televise as necessary and provide a tape of good quality at no additional cost to the Owner. The television unit shall have the capability of displaying in color, on VHS videotape, pipe inspection observations such as pipe defects, sags, points of root intrusion, offset joints, service connection locations, and any other relevant physical attributes. Each tape 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 tape submitted; and tape number. The Contractor shall provide a line diagram area sketch and written log for each completed segment of videotaped 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 all 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 two (2) foot section of the existing main, centered on the location of the proposed service connection. Z:\JAN\SPECS\03030-YK.wpd 6-34 October 8, 2003 Blockages and obstructions shall be removed using non -intrusive methods where possible. It the blockage or obstruction cannot be removed using non -intrusive methods, the Contractor shall excavate and remove the blockage. The Contractor shall notify the Engineer and receive approval prior to beginning excavation for blockage. 7-20.3(2) INSTALLING HDPE PIPE 7-20.3(2)A JOINING HDPE PIPE Sections of polyethylene pipe shall be joined into continuous lengths on the job site, above ground. The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM -F-585. The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400 degrees Fahrenheit and interface fusion pressure of 75 psi. Threaded or solvent -cement joints and connections are not permitted. The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained within the past twelve months. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure. 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. 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 pulling head. During insertion of the new HDPE pipe, precautions should be taken to protect the liner pipe as it is pulled into the existing irrigation main piping. Any cuts, gouges, or scrapes equal to 10% of the liner wall thickness shall be cause for rejection of that portion of the liner pipe. Once the insertion is initiated, the pull shall be completed without interruption. At the Contractor's option, as recommended by the pipe manufacturer, the liner pipe may be pushed into position, or a combination of pushing and pulling techniques may be used to insert the liner. The manufacturer's recommendations shall be followed regarding relaxation and thermal equilibrium of the liner prior to terminal and service connections, but shall not be less than 2 hours. Following the required time, terminal and service connections may be made, the annulus of the existing pipes shall be sealed, and backfilling of open pits may be completed. 7-20.3(2)C PNEUMATIC BORING Some project areas may require pneumatic boring technology ("Mole" or "Missile") to install new HDPE irrigation pipe. Where pneumatic boring is required and approved by the Owner, the following shall apply: The pneumatic tool shall be designed and manufactured to force its way through a wide range of soil conditions and shall displace soil during advancement. The size of tool shall be as recommended by the tool manufacturer for size of pipe to be pulled and installed. Sufficient air hose shall be provided to achieve maximum boring lengths. Z:\J AN\SPECS\03030-Y K. wp d 6-35 October 8, 2003 Pneumatic boring depths shall be as recommended by the tool manufacturer for the size of pipe to be pulled, and shall not exceed minimum depths shown on the Plans or specified herein. Ground heaving during boring operations shall not be allowed. All damage as a result of ground heaving, including all required repair, shall be the responsibility of the Contractor. Bore pit locations are shown on the Plans. For pneumatic boring operations, only planned bore pit locations and new irrigation service locations may be used for verification of required depth and direction. Additional excavations required by the Contractor for locating misguided equipment or retrieval of lost or damaged equipment shall be the responsibility of the Contractor. The Owner shall take no responsibility for lost or damaged equipment. All existing underground utilities shall be located by the Contractor prior to pneumatic boring operations. Installation of new piping shall be coordinated with existing utility locations, and clearance from existing utilities shall be as recommended by the tool manufacturer for the size of pipe to be pulled and installed. Damage to existing utilities shall be the responsibility of the Contractor. 7-20.3(2)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. The nose cone at the head of the slip line 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 traffic disruption. Proposed access pit locations are Z: U AN\SPECS\03030-Y K. wpd 6-36 October 8, 2003 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 made by fusion of service saddles onto the new HDPE irrigation pipe. Service saddles shall provide a 1 -inch service and shall match the size and type of pipe of the new irrigation main. An application 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. Following sufficient cooling time, all service connections shall be tested by the Contractor and approved by the Owner prior to backfilling operations. 7-20.3(2)G LEAK TESTING Take all necessary precautions to ensure the safety of persons and property while conducting leak tests. All irrigation mains shall be tested in sections of convenient length under a hydrostatic pressure of 70 psi. All pumps, gauges, fittings, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. 7-20.4 MEASUREMENT AND PAYMENT Measurement and payment shall be per Section 1-09.3(1) Description of Bid Items. Z:\J AN\SPECS\03030-Y K. wp d 6-37 October 8, 2003 9-40 IRRIGATION PUMP (NEW SECTION) 9-40.1 DESCRIPTION The work covered by this section consists of demolition of an existing irrigation pump system and furnishing all labor, materials, tools, and equipment required to supply, install, and test the new irrigation pump system as specified in this section. Payment for all work covered by this section shall be as defined in Section 1-09.3(1) Description of Bid Items, for a complete and operational pump system. 9-40.2 GENERAL The manufacturer shall be of established good reputation regularly engaged in the fabrication of such equipment. Any equipment offered shall have shown successful regular operation under comparable conditions. The manufacturer shall have a parts warehousing facility and persons qualified in problem troubleshooting and repair of pumps permanently located within 300 miles of the City of Yakima. 9-40.3 SUBMITTALS Submittal data shall be provided to show compliance with these Specifications, Plans, or other specifications which will influence the proper operation of the pumps. Standard submittal data for approval must consist of: 1. Performance curves 2. Pump outline drawing 3. Detailed electrical data 4. Technical manuals 5. Parts list 6. Printed Warranty 7. Manufacturer's Standard Recommended Start-up Form 8. Motor Performance Curve 9-40.3 EQUIPMENT 9-40.3(1) PUMP DESCRIPTION The irrigation pump shall be by Peerless Pump, model C1025A, or approved equal. The pump shall be a centrifugal, close coupled, radially split case, end suction pump. The pump shall be rated at 7.5 HP, totally enclosed fan cooled (TEFC), 230V, single phase, 1770 rpm, 60 Hz. The unit shall produce 325 GPM at 60 ft TDH. The pump shall be non -overloading throughout the entire range of operation without employing service factor. The pump shall reserve a minimum service factor of 1.15. The performance curve submitted for approval shall state, in addition to head and capacity performance, the pump efficiency, solids handling capacity, and reflect motor service factor. The pump and motor shall have a factory finish and be furnished with data plates indicating the Manufacturer's name, pump size and model, serial number, speed, impeller diameter, capacity and head rating, and other pertinent data. Z:UAN\SPECS\03030-YK. wpd 6-38 October 8, 2003 No centrifugal pump shall exceed the acceptable field vibration limits established by the Hydraulic Institute Standards. 9-40.3(1)A CASING The pump casing shall be cast iron with smooth water passages and fitted with a bronze replaceable wear ring. Maximum casing working pressure shall be 175 psi. Suction and discharge connections shall be 125 Ib class ANSI NPT. 9-40.3(1)B IMPELLER The impeller supplied for the specified conditions shall be one piece bronze casting of a diameter not greater than 90% of the casing cutwater diameter. 9-40.3(1)C SEALING Sealing of the pump liquid cavity shall be accomplished with a face type mechanical seal with Ni - Resist stationary seat, carbon washer, 18-8 stainless steel metal parts and 18-8 stainless steel spring. Seal shall be mounted over a bronze shaft sleeve and shall be rated for 250 degrees Fahrenheit maximum. 9-40.3(1)D DRIVER The pump shall be close coupled to a TEFC enclosure electric motor. The motor shaft shall be carbon steel and of a size and design to limit shaft deflection at the stuffing box to no more than .002 inches. The motor bearings shall be grease lubricated and sized for a minimum of 20,000 hours L10 life (100,000 hours average bearing life). 9-40.3(2) VALVES AND PIPING The Contractor shall provide valves and piping as shown on the Drawings and specified herein. 9-40.3(3) SPARE PARTS There shall be furnished with the pump the following minimum spare parts: 1. One spare mechanical seal (complete), and all gaskets, seals, o -rings, and packings required to be replaced during replacement of the seal. 2. One spare set of bearings. 9-40.4 INSTALLATION The Contractor shall provide all services during installation and shall install all equipment in accordance with the Manufacturer's recommendations, drawings, and/or specifications. All work performed shall be carefully inspected by the installing Contractor and Owner for rejections or flaws to be corrected and for proper compliance with the Plans and Specifications. The Contractor shall verify that all piping connected to the pumps is supported from the adjacent structure without placing any load on the pump. Z:UAN\SPECS\03030-YK.wpd 6-39 October 8, 2003 9-40.5 TESTING In addition to testing that may be required by codes, the Contractor shall perform all tests specified in this section and shall furnish and pay for all material required for tests. All pump tests shall be included in the contract price for the particular pump system. The Contractor shall notify the Owner a minimum of 5 days in advance of running any tests, unless otherwise specified, and no tests shall be accepted unless the Owner or Owner's representative is present, or as otherwise directed by the Engineer. Prior to delivery, the pump, motor, and controls shall be given an operational test in accordance with the standard of the Hydraulic Institute. Recordings of the test shall substantiate the correct performance of the equipment at the design head, capacity, speed, and horsepower as herein specified. Certified copies of the tests shall be provided to the Owner at the time of shipment. The pump shall be tested in place with its own motor and drive unit. The tests shall duplicate all normal operating and all failure modes. During the testing of each piece of motor -drive equipment, the service factor of each motor shall be checked. Z:U AN\SPECS\03030-Y K. wp d 6-40 October 8, 2003 VICINITY MAP LEGEND EXISTING FEATURES NEW FEATURES WO IRRIGATION MAIN SrOD1 IRRIGATION SERVICE 18+81.0 OR RELATIVE LOCATION GAS —G —G G— TELEPHONE —TTT— WATFR —Ww —w— IRRIGATION R R R SEWER —SSS— REGROUND —P P P— URIM P011 -0- IRRIGATION VALVE 0 IRRIGATION MAIN IRRIGATION VALVE Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue a Yakima, WA 98902 (509) 966-7000 c FAX (509) 965-3800 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS SCHEDULE A: DEATLEY PARK SYSTEM (No. 624) AND PORTION OF GENERAL SYSTEM (No. 308) SCHEDULE B: NOB HILL SYSTEM (No. 279) AND PARK AVENUE SYSTEM (No. 758) SHEET INDEX SHEET 1 COVER SHEET SHEET 2 OVERALL PLAN (DeATLEY PARK & GENERAL SYSTEMS) SHEET 3 AERIAL PHOTOGRAPH SHEET 4-6 PLAN SHEETS SHEET 7 DEATLEY PUMP STATION' PIPING IMPROVEMENTS SHEET 8 OVERALL PLAN (NOB HILL & PARK AVE. SYSTEMS) SHEET 9-11 AERIAL PHOTOGRAPHS SHEET 12-18 PLAN SHEETS SHEET 19-20 PARK AVENUE PUMP STATION IMPROVEMENTS SHEET 21 DETAILS HLA PROJECT NO. 03030 OCTOBER 2003 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING •LAND SURVEYING • PLANNING 801 North 39th Avenue ❖Yakima, WA 98902 JOB NUMBER: (509) 966-7000 ❖ FAX (509) 965-3800 03030 DATE. FILE NAMES: DRAWING: 03030.DWG 10-07-03 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS BY REVISION DATE DESIGNED BY. MTB ENTERED BY' EPC COVER SHEET SHEET 1 OF 21 ROOSEV AVE A Z = Z �L - Z M INLEY AVE N 23RD AY • GARFIE DAVE- L • .. N di,„ © N 24TH AVE N 23RD AVE N 22ND AVE FOLSOM miri w� JIM . NE �0 �� alai" a m 'a m ONROE^ BROWNEAVE z w i SUMMITVIEW AVE .1111 .'� 11196 Mum _ .s 'rill iiir mire ...ale 1 xt 6, ,,A 0 I mg to LRNS FIN STV ta h® EQ ♦.i GENERAL NOTES 1. THE CONSTRUCTION DRAWINGS PROVIDE ONLY SCHEMATIC AND APPROXIMATE INFORMATION REGARDING THE EXTENT AND LOCATION OF NEW AND EXISTING IRRIGATION SYSTEM COMPONENTS. NO TOPOGRAPHIC SURVEY HAS BEEN CONDUCTED. EXISTING PUBLIC AND PRIVATE IMPROVEMENTS, STORM DRAINS AND CULVERTS, ASPHALT, CONCRETE, AND GRAVEL SURFACES, ROCKERIES, RETAINING WALLS, FENCES, AND GATES; SHEDS, SHELTERS, DECKS, PATIOS, WOODPILES, GARBAGE CANS, AND OTHER MISCELLANEOUS ITEMS, VEGETATION AND TREES, AND PARKED VEHICLES, RVS, AND BOATS, ETC. ARE NOT INDICATED ON THE DRAWINGS BUT 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 1-07 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. ANY DAMAGE TO PUBUC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY. 4. 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 UT1UTY CONFLICTS. IT SHALL BE THE RESPONSIBIUTY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTIUTIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 5. ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBUSHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBUC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 6. 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. 7. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF 8. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBUC 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. 9. 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. 10. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09.3(3)B, IT SHALL BE SHORED AND CRIBBED. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY. ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49.17 RCW. 11. 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 12. 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. 13. 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. 14. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. Hulbregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue :•Yakima, WA 98902 (509) 966-7000 .x FAX (509) 965-3800 No. Parcel No. Owner Name T 13 N., R. 18 E. W.M., SECTION 25 1 11402 Coleman 2 11403 Hollibough 3 11404 Trevino 4 11405 Weinmann 5 11406 Jaussaud 6 11411 Waldbauer 7 11410 Stebbins 8 11409 Renderos 9 11602 Copeland 11603 Copeland T 13 N., R. 19 E. W.M., SECTION 30 10 22449 Central Assembly Of God 11 22448 Coronel 12 22447 Coronel 13 22446 HaIs HaIs 14 22445 Gonzalez 15 22444 Gregory 16 22443 Moran 17 22442 Patton 18 22441 Kinzel 19 22440 Cunningham 20 22427 Central Assembly Of God 21 22428 Central Assembly Of God 22 22429 Central Assembly Of God 23 22430 Central Assembly Of God 24 22431 Meyers 25 22432 Sengnaryvong 26 22433 Rosales Luna 27 22434 Martinez 28 22435 Dunn 29 22436 Brown 30 22437 Goyne 31 22438 Mclaughlin 32 22439 Higbee 33 22426 Hansen 34 22425 Henning 35 22424 Brown 36 22423 Duqqer 37 22422 Schmierer 38 22421 Robles 39 22420 Yaylor 40 22419 Mendoza 41 22418 Fairbrook 42 22417 Fairbrook 43 22416 Abundez 44 22415 Rodriquez 45 22414 Molineux 46 22458 Munger 47 22403 Pease 48 22404 Colgan 49 22405 Colgan 50 22406 Wheeler 51 22407 Owen 52 22408 Roettger 53 22409 Gonzalez 54 22410 Sisk 55 22411 Ensey 56 22413 Lewis 57 22412 Adams 15. 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. 16. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 7.00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY 17 ALL RIGHT OF WAY, PARCEL CONFIGURATIONS, AND OWNER INFORMATION WAS DEVELOPED FROM THE LATEST YAKIMA COUNTY ASSESSOR'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. T. 13 N., R 18 E. W.M., SECTION 25 GENERAL (No. 308) PEACH STREET a ST. HELENS STREET JOB NUMBER: 03030 J T. 13 N., R 19 E. W.M., SECTION 30 DEATLEY PARK (No. 624) PUMP STATION N Wilk 4.E 3 0 50 100 200 SEM PEACH STREET 10 11 12 20 21 22 23 • • • • 24 25 13 26 14 15 } 27 28 16 17 18 29 30 31 19 32 Lai 9 33 34 35 46 36 47 37 48 38 49 39 50 40 51 41 52 42 53 43 54 44 45 55 56 57 WEST ARLINGTON STREET SCHEDULE A DeATLEY PARK SYSTEM (No. 624) PORTION OF GENERAL SYSTEM (No. 308) DATE. 10-07-03 FILE NAMES. DRAWING: 03030.DWG PLAN: 03030.DWG w 9 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS DEATLEY PARK AND GENERAL SYSTEMS BY REVISION DATE DESIGNED BY: ENTERED BY: MTB EPC OVERALL PLAN SHEET 2 OF 21 F'. \PKUJEC IS\ZUU3\03030Vit A ILLY \03030-DEATLEY.dwq 2 W .n z 0 a W 5- U7 z O a U 3- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 25 50 00 PORTION OF GENERAL SYSTEM (No. 308) NOTE: IRRIGATION SYSTEM LOCATION 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 1-07.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES, SHEET 2 stir—Itsri 11 4 !maaiii.54, • 441 1 43re* fria •W 11 I Wr �ww�i . -p ice "f ,was PEACH STREff 4 1 a 1 0 • r, • / i;r41 4It1 WEST ARUNGTON MEL 1.. A 1 DeATLEY PARK SYSTEM (No. 624) Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •Yokimo. WA 98902 (509) 966-7000 • FAX (509) 965-3800 6 Pas JOS NUMBER 03030 DATE 10-01-03 FILE NAMES [WARING: 03030-DEATLEY d.9 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS DeATLEY PARK AND GENERAL SYSTEMS BY REVISION DATE DESIGNED BY MTB ENTERED BY EPC PLAN SHEET 3 OF 21 NOTES: 0 ALL STATIONING, 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 STA. 16+70± TO STA. 22+00±, SLIPLINE APPROXIMATELY 515 L.F EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. TYP 0 STA. 21+85±, REMOVE EXISTING VALVE AND INSTALL NEW 2" VALVE, VALVE BOX AND CONNECT TO NEW PIPING WITH FITTINGS AS REQUIRED 0 EXISTING CURB DRAIN TO REMAIN IN CONCRETE CURB AND GUTTER. EXTEND NEW HDPE PIPE TO BACK OF CURB AND CONNECT TO EXISTING CURB DRAIN PIPING WITH FITTINGS AS REQUIRED 0 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION. INSTALL NEW SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY LINE, OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED 0 EXISTING PUMP STATION TO STA. 16+70, REPLACE EXISTING 2" G.I. PIPE W/ NEW 2" DIAM. HDPE PIPE. USE PNUEMATIC BORING TOOL FOR TRENCHLESS INSTALLATION OF NEW HDPE PIPE. EXISTING YARD AND LANDSCAPING IN LOT 9 SHALL BE PROTECTED N7 THE CONTRACTOR SHALL PROTECT THE EXISTING 48—INCH DIAMETER IRRIGATION PIPELINE. SPECIAL CARE SHALL BE EXERCISED TO CROSS THE PIPELINE FOR 2—INCH HDPE PIPE CONNECTION. N8 ALL CONSTRUCTION REQUIRED ON AND THRU LOTS 5,6,7,8, AND 9 SHALL BE COMPLETED WITH TRENCHLESS EQUIPMENT AND HAND TOOLS. NO LARGE MECHANICAL EQUIPMENT WILL BE ALLOWED 0 EXISTING 4" PVC PIPING FROM PUMP BUILDING TO VALVE BOX IN PEACH STREET TO REMAIN. PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS UNLESS OTHERWISE DIRECTO BY THE ENGINEER. CDDENOTES PROPOSED ACCESS PIT LOCATION Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue :•Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 I EXPIRE! f.... G, 2008 1 • 700. A. +14.8).18+13.0 (3" WOOD) (2" G.I.) PEACH STREET TYP J08 NUMBER: DATE. 03030 10-07-03 FILE NAMES. DRAWING: 03030.DWG PLAN: 03030.DWG 48" 9 EXISTING PUMP HOUSE AND SCREEN BOX. 140' SECTION LINE SOUTH THIRD AVENUE CONTINUATION W. E 0 12.5 25 5a 'p DRAIN IN 4" CONC. TILE, E. SIDE OF 3RD 5' FROM FACE OIAK AVE.UES RBN WH LINE PUMP HOUSE. SEE SHEET 5 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS GENERAL SYSTEM BY REVISION DATE DESIGNED BY: ENTERED BY. MTB EPC PLAN SHEET 4 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTES: 0 ALL STATIONING, IRRIGATION MAIN, AND SERVICE LOCATIONS HAVE BEEN TAKEN 0 FROM EXISTING METER BOX, NW CORNER OF ALLEY BETWEEN 2nd AND 3rd AVE. N9 NO NEW SERVICES TO BE INSTALLED FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION. TO ALLEY BETWEEN 1st AVE. AND 2nd AVE. SLIPLINE APPROXIMATELY 320 LF zm THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, EXISTING 4" WOOD STAVE PIPE WITH NEW 3" DIAM. HDPE PIPE. MAKE ®i PROVIDE SURFACING REPAIR AT ALL EXCAVATION AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF CONNECTIONS TO NEW LINES IN ALLEYWAYS AND TO EXISTING 4" PVC MAIN AT LOCATIONS, AS APPROVED BY THE ENGINEER. IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. METER BOX LOCATION. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS UNLESS OTHERWISE DIRECTED BY 0 STA. 0+00 TO STA. 6+25±, SLIPLINE APPROXIMATELY 625 L.F EXISTING 3" WOOD 0 REMOVE EXISTING METER BOX AND METER. CONNECT NEW HDPE PIPE TO EXISTING THE ENGINEER. STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. PVC PIPE. BACKFILL DEPRESSION WITH TOPSOIL AND PROVIDE SODDED LAWN REPAIR. m-� CONTINUATION SEE SHEET 6 0 REMOVE EXISTING VALVE AND INSTALL NEW 2" VALVE, VALVE BOX, AND CONNECT 0 ALL EXCAVATIONS WITHIN LIMITS OF EXISTING ASPHALT PAVEMENT SHALL BE 0SOUTH TO PIPING. BACKFILLED TO AND COMPACTED WITH SELECT BACKFILL TO EXISTING GROUND ELEVATIONS. FINAL SURFACING TO BE PROVIDED BY THE OWNER. 0 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS. INSTALL SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY LINE 0 EXISTING PIPING FROM EXISTING VALVE TO CURB DRAIN TO REMAIN. CONNECT P DENOTES PROPOSED ACCESS OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING SERVICE TO NEW PIPING AND VALVE WITH FITTINGS AS REQUIRED PIT TCATION. PIPING WITH FITTINGS AS REQUIRED SEE DETAIL. --ASPHALT-'- SECOND AVENUE 0 0 0 3 W •ui O 0+00, ALLEY= a v, a 50' 127' 20 w J to ® O o 0 0 21 ® 0 + 0 22 O 3" WOOD 23 ® tri 24 n + N 25 m 06 + N 26 N1® + 27 ® + M 28 d: + 29 0 + 3" 30 o TYP + WOOD 50' 31 1 -- O + in 79' 32 N N + O ® + Q m > Ii• Ili N O 4+02.2, PEACH ST � • s F— F-0 00—� ASPHALT —ASPHALT ^— MEELMEgrinin PEACH (4" PVC) TO REMAIN --GRASS 0 Ui O� 0 tri O) 4Y 0 O+ ® + ASPHALT CONCRETE PAVED ALLEYWAY 127. 10 0 tri O) + 11 50' 2+45.7 N 2+98.8 �Z W 3+49.3 ,n yi O) M 14 (71 4+34.6 0 tri CO + 16 ,n ui M )j 17 5+90.7 • 6+22.0 .� O 16' WEST ARLIN • O T T T T T T T T T T T T T T T T T T T T T T T T T T- T T T T T T T T T T T T T T T T T T T T T T— = Z o SOUTH THIRD AVENUE Hulbregtse Louman Associates Inc. `�� oF$LwT. g 4 i a :,� ` `,• .�P.4411 1 • 1 4� Om, #C'' �7f O! JOB NUMBER: 03030 DATE. 10-07-03 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS DEATLEY PARK SYSTEM SHEET 5 OF 21 FlLDRAWING. 03030.DWG PIAN: 03030.DWG CIVIL ENGINEERING •LAND SURVEYING •PLANNING 801 North 39th. Avenue oYokima, WA 98902 (509) 966-7000 4. FAX (509) 965-3800 DESIGNED BY: MTB ENTERED BY EPC PLAN BY REVISION DATE I E%PIPE! p .. a, 2004 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 +STREET O 0 � N GRASS �- NOTES. IRRIGATION MAIN, AND SERVICE LOCATIONS HAVE BEEN TAKEN 0 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS. INSTALL CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, LINE, OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING LOCATIONS PRIOR TO CONSTRUCTION. NOTIFY THE ENGINEER IF SERVICE PIPING WITH FITTINGS AS REQUIRED SEE DETAIL. SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. 0 EXISTING PIPING FROM VALVE TO SEWERMAIN TO REMAIN. CONNECT TO NEW TO STA. 13+35±, SLIPLINE APPROXIMATELY 630 L.F. EXISTING PIPING AND VALVE WITH FITTINGS AS REQUIRED PIPE WITH NEW 2" DIAM. HDPE PIPE. 0 CONTINUATION OF NOTE 6 ON SHEET 5. REMOVE EXISTING VALVE AND INSTALL NEW 2" VALVE, VALVE BOX, TO PIPING WITH FITTINGS AS REQUIRED 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. SOUTH FIRST AVENUE w zm 0 12.5 25 so N1 ALL STATIONING, FROM EXISTING THE CONTRACTOR AND SERVICE IRRIGATION MAIN 0 STA. 7+05± 3" WOOD STAVE 0 STA. 7+15±, AND CONNECT �I,GTON STREET 150' '00 46 N In O 0 + + t a N(3" WOOD) ea 00 �3.ss't rra 0 �N9+040 48 ® T� 8'O t rn S S Si5 c 49 m NOi O I' S 50 m n O + S S ' 01 ,i'.' 11+05.3 52 N In + S S $ 53 Na O + -T * T IPIP 12+52.6 50' 55 o 0 (3" WOOD) T T 79' 57 N ' Ti"" P 56 13+35.5 , ••• ""5 -S T I / f• @----S S' S S c; c 5 c S c; S c S c Si5 S S 5 5 S �' S S WEST ARLI PEACH (4" WOOD) . .1—GRAVEL fit . c c c c c c c , c c c , 6 c c cc c ,c c c ;c c c : -1 i z•GACt , V ; �,—cGRAVErL---,— -0, c 6 8 0 W 0 0) 7+52.8 o O co 34 (J►) 01 8+48.7 AW V` 9+04 0 N a) co SURFACED ALLEYWAY 37 0) c 10+02.8 n In O 39 o o + 40 11+52.7 c0 O N 42 N N N 43 co O + • 44 50' in ry + 45 79' SOUTH SECOND AVENUE P DENOTES PROPOSED ACCESS PIT LOCATION. CONTINUATION SEE SHEET 5 Hulbregtse, Lowman Associates,Inc. gL T. g ~G� °gyp a ` i ..� " -, % t. �. = • ; , ONAL .0 1x/7/05 JOB NUMBER: 03030 DATE. 10-07-03 CITY O F Y A K I M A IRRIGATION SYSTEM IMPROVEMENTS DEATLEY PARK SYSTEM SHEET 6 OF 21 i FILE NAMES: DRAVANG 03030.DWG PLAN: 03030.OWG '�! ` CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue t• Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 DESIGNED BY: MTB ENTERED BY• EPC PLAN I EXPIRES )..,. 6, 2006 1 BY REVISION DATE Ni INSTALL NEW 4" THD x 2" THD REDUCER. 0 INSTALL NEW 2" DIAM. G.I PIPE SPOOL, LENGTH AS REQUIRED 0 INSTALL NEW 2" THD UNION 0 INSTALL NEW 2" THD CROSS W/ 2" THD PLUG ON SOUTH LEG. NS INSTALL 2" THD x 1" THD REDUCER, 1" THD SPOOL, AND 1" BRASS BALL VALVE FOR BLOW OFF N6 INSTALL NEW 2" THD 90' ELBOW. N7 INSTALL 2" PIPE SUPPORT CONNECT TO CMU WALL WITH REQUIRED HARDWARE. 0 INSTALL CONCRETE BLOCKING. 0 INSTALL NEW 2" DIAM. G.I. PIPE SPOOL, MIN 20 FEET WEST OF THE EAST BUILDING FACE. 8'-6" 0 2 POWER SERVICE POLE MASONRY CONCRETE STRUCTURE //, /\ - - - i/.j/.j�\\/EAST FACE OF BUILDING Ego FACILITY ENTRANCE DEATLEY PUMP STATION PIPING IMPROVEMENTS Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue .`Yakima, WA 98902 (509) 966-7000 Y FAX (509) 965-3800 0J•Ib3 EXPIRES f..... 6, 2004 I POWER METER 0 0 ALL EXISTING PIPE, FITTINGS, AND VALVES SHALL BE REMOVED IN ENTIRETY FROM EXISTING 4 -INCH GATE VALVE TO WITHIN 20 FEET WEST OF THE EAST BUILDING FACE. 0 REMOVE EXISTING PIPING THRU CONCRETE WALL AND PROVIDE CONCRETE WALL PENETRATION REPAIR. 0 REMOVE EXISTING CONCRETE THRUST BLOCKING AS REQUIRED FOR REMOVAL OF EXISTING PIPING AND INSTALLATION OF NEW PIPING. 0 EXISTING 4 -INCH GATE VALVE TO REMAIN MASONRY CONCRETE STRUCTURE 0 /j /\\\\\//\/\\/%\\\\i\.j/,/-\EAST FACE OF BUILDING FACILITY ENTRANCE JOB NUMBER: 03030 DATE. 10-07-03 FILE NAMES. DRAWING. 03030.DWG DEATLEY PUMP STATION EXISTING PIPING DEMOLITION 0 2 POWER SERVICE POLE POWER METER ) CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS DEATLEY PUMP STATION PIPING BY REVISION DATE DESIGNED BY. MTB ENTERED BY. EPC DETAILS SHEET 7 OF 21 No. Parcel No. Owner Name R. 18 E. T 13 N., SECTION 23 1 41441 France NOT IN PROJECT 2 41442 O'Neill 3 41440 Knowles 4 41439 Velikanje 5 41438 Velikanje 6 41436 Rogers 7 41437 Dye 8 41445 Langley 9 41444 Riehl 10 41443 McDonald R. 18 E., T. 13 N., SECTION 24 11 32472 Cockrill 12 32473 Leeper 13 32541 Fontaine 14 32461 Gilhuly 15 32462 Ash 16 32463 Santillanes 17 32464 Mecca 18 32465 Hill 19 32466 Chestnut West LLC 20 32471 Brazeau 21 32470 Wilson 22 32469 Wiese 23 32468 Miller 24 32467 Bauer 25 32459 Kinzel 26 32460 Conner 27 32458 Kinzel 28 32457 Kinzel 29 32456 Yakima Valley Cncl Alcohol 30 32455 Ribail 31 32454 Catholic Bishop of Yak. Corp. 32 32453 Gifford 33 32550 Thompson 34 32443 Stoll 35 32442 Vannoni 36 32441 Big Hill Investment LLC 37 32440 Slater 38 32439 Longton 39 32447 Wilder 40 32448 Dickey 41 32449 Havlis 42 32450 Clark 43 32451 Fields Giberqa 44 32452 Caraway 45 32555 Orthopedic Bldq. Ptnship II 46 32514 SOAPA Wash. Ptnship 47 32515 Gefroh 48 32509 Needham 49 32508 Scofield 50 32507 Ninemire 51 32506 Orthopedic Bldg. Ptnship II 52 32505 Cartier 53 32504 Risenhoover 54 32503 Hixson 55 32502 Wilson 56 32501 Frisaue 57 32528 Hahn 58 32529 Perla 59 32530 Bucheli 60 32531 Kennedy 61 32532 Mora 62 32533 Golob 63 32527 Mora 64 32526 Booher 65 32525 Hams 66 32524 Leavitt 67 32523 Redfield 68 32522 Keller 69 32516 Wilson 70 32517 Jay 71 32518 Carroll 72 32519 Mansfield 73 32520 Casteel 74 32521 Baker 75 32539 Garza 76 32538 Peterson 77 32537 Rock 78 32536 Cliff 79 32535 Goldsmith 80 32534 Navarro Z T. 13 N., R 18 E. W.M., SECTION 25 T. 13 N., R 18 E. W.M., SECTION 24 PARK AVE. SYSTEM (No. 758) I ( NOB HILL SYSTEM (No. 279) SUMMITVIEW AVE. SCHOOL PARK LANE 1 1111 m noN11— YAKIMA AVE. Box 4 W. 'A' ST. 69 70 71 72 73 74 i holt FN7YJJJ.A. 68 63 64 65 66 67 57 58 59 60 61 62 , BELMONT AVE. Z 75 76 77 78 79 80 81 82 86 83 87 84 85 88 89 E 105 104 103 102 101 100 99 98 97 96 45 46 r 47 90 91 92 95 94 93 YAKIMA AVE. 20 21 22 23 24 No. Parcel No. Owner Name R. 18 E., T 13 N., SECTION 24 81 32438 Pennell 82 32546 55 48 49 50 51 52 53 54 32548 Sybouts 86 32543 Bennett 87 32545 Bennett Living Trust 56 Z 75 76 77 78 79 80 81 82 86 83 87 84 85 88 89 E 105 104 103 102 101 100 99 98 97 96 45 46 r 47 90 91 92 95 94 93 YAKIMA AVE. 20 21 22 23 24 No. Parcel No. Owner Name R. 18 E., T 13 N., SECTION 24 81 32438 Pennell 82 32546 Wikstrom 83 32544 Wikstrom 84 32549 Sybouts 85 32548 Sybouts 86 32543 Bennett 87 32545 Bennett Living Trust 88 32547 Bennett Living Trust 89 32549 Sybouts 90 32551 Gefroh 91 32552 Gefroh 92 32431 Kinzel 93 32478 Lee 94 32479 Wies 95 32480 Coder 96 32481 Firman 97 32482 Bauer 98 32483 Esteves 99 32423 Leadon 100 32424 Chronister 101 32425 Velikanje 102 32426 Hernandez 103 32427 Velikanje 104 32428 Alvarez 105 32429 Rippee 8 6 25 15 16 17 18 19 27 28 29 30 31 32 26 14 15 16 17 18 19 paptA PARK 33 0 50 100 200 34 35 36 37 38 SCHEDULE B NOB HILL SYSTEM (No. 279) PARK AVE. SYSTEM (No. 758) SEE GENERAL NOTES ON SHEET 2. ADDENDUM No. 3 • Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue 'Yakima, WA 98902 (509) 966-7000 ' FAX (509) 965-3800 EXPIRE! p.... 6. 1000 1 MTB PARK AVENUE SYSTEM NO LONGER IN PROJECT 11-05-03 JOB NUMBER: 03030 DATE. 11-05-03 FILE NAMES. DRAWING: 03030.DWG PLAN: 03030.DWG CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL AND PARK AVENUE SYSTEMS BY REVISION DATE DESIGNED BY MTB ENTERED BY EPC OVERALL PLAN SHEET 8 OF 21 0 s J - J z z 0 0 J J O z D D D n D D Y U O a a a s 5 3 •z J U r J S 0 O z W A 0 0. a w N z 0 F NOTE: IRRIGATION SYSTEM LOCATION 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 1-07.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO GENERAL NOTES, SHEET 2. PARK AVENUE SYSTEM W 4 2s so 100 z O w 1 w ax z /= Z z< O O O — u w ADDENDUM No. 3 *gL T 84 • Hnibregtse, Lohman Associates, Inc. MTB PARK AVENUE SYSTEM NO LONGER IN PROJECT. 11-05 -03 JOB NUMBER: 03030 DATE 11-05-03 CITY OF Y A K I M A SHEET IRRIGATION SYSTEM IMPROVEMENTS 9 PARK AVENUE SYSTEM of • = AL FILE NAMES: RANK:NAME 03030-NOBNILL.d.g CIVIL ENGINEERING •LAND SURVEYING •PLANNING 801 North 39th Avenue•Yokimo, WA 98902 (509) 966-7000 • FAX (509) 965-3800 DESIGNED BY: ENTERED BY EPC (PC PLAN 1 BY REVISION DATE e. 100. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SHEET 11 FOR CONTINUATION NOTE: IRRIGATION SYSTEM LOCATION 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 1-07.4(1) OF THE STANDARD SPECIFICATIONS SEE ALSO GENERAL NOTES, SHEET 2 NOB HILL SYSTEM 25 50 100 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue • Yokimo, WA 98902 (509) 966-7000 • FAX (509) 965-3800 J08 NUMBER. 03030 DATE 10-07-03 FILE NAMES DRANK 03030-N08HILL d■g CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM BY REVISION DATE DESGNED BY MTB ENTERED BY EPC PLAN SHEET 10 OF 21 P:\PROJECTS\2003\03030\NOBHILL\03030-NOBHILLdwp CLIENT: CITY OF YAKIMA TITLE IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM P \PROJECTS\2003\03030\NOBHILL\03030-NOBHILLdwq CLIENT CITY OF YAKIMA w V7 Y- 1/1 N S 0 z Z Z W W > 0 CL CL uJ Oz 0 0 Ca 2 2 J NOTE IRRIGATION SYSTEM LOCATION 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 1-07 4(1) OF THE STANDARD SPECIFICATIONS SEE ALSO GENERAL NOTES, SHEET 2 SEE SHEET 9 FOR CONTINUATIOI. SEE SHEET 10 FOR CONTINUATION NOB HILL SYSTEM ADDENDUM No. 3 W• ••E S 100 .�. • Hulbregtse, Louman Associates, Inc. CIVIL ENGINEER:NO LAND SLRVEYING • PLANN,N 801 North 39th Avenue ♦Yakima, WA 98902 (509) 966-7000 ♦ FAX (509) 965-3800 EXPIRE! f..... 6 100Y I MTB DELETED NEW PIPE ACROSS 16TH AVENUE FROM 11-05-03 PARK AVENUE SYSTEM JOB NUMBER 03030 DATE 11-05-03 FILE NAMES DRAWING 03030-NOBHILL dwg BY REVISION DATE DESIGNED BY ENTERED BY MTB EPC CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM PLAN SHEET 11 OF 21 NOTES: N1 ALL STATIONING, 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 INSTALL NEW IRRIGATION SYSTEM PUMP, PIPING, AND APPURTENANCES. SEE DETAIL AND ELECTRICAL PLAN. 0 NEW 6' DIAM. HDPE PIPE.ARK AVENUE RENCH PIPE BETWEEN EXISN TO YAKIMA TINSTALLAPPROX. EXISTING IRRIGATION CANALAND ADJACENT FENCELINE. PIPE INSTALLATION REQUIRES MULTIPLE PENETRATIONS THRU CONCRETE NOB HILL IRRIGATION BOX. N4 FROM NOB HILL SYSTEM PUMP STATION TO EASTERLY ACCESS PIT, SLIPLINE APPROX. 370 L.F. EXISTING 8" PIPE WITH NEW 6" DIAM HDPE PIPE. N5 FROM PIT LOCATION WEST OF N. 16TH AVE. TO VALVE LOCATION IN 16TH AVE./ YAKIMA AVE. INTERSECTION, SLIPLINE APPROXIMATELY 100 L.F EXISTING 8" PIPE WITH NEW 6" DIAM. HDPE PIPE BY PUSHING THE HDPE PIPE WEST TO EAST N6 REMOVE EXISTING VALVES AND CUT—OUT EXISTING PIPING AS REQUIRED TO INSTALL NEW 6"x6"x6" TEE, 6"x4" REDUCERS, AND CONNECT ALL PIPING. THE AREA OF EXCAVATION AT THIS LOCATION SHALL BE LIMITED AS REQUIRED FOR CONNECTIONS AND SHALL NOT EXCEED 15 S.F. UNLESS OTHERWISE DIRECTED BY THE ENGINEER. FROM ALLEY, APPROXIMATELY 390 L.F. SOUTH IN EXISTING 6" C.I. AND 5" C.I. PIPES WITH NEW 4" VALVES AT N5 PRIOR TO SLIPLINE WORK. PROVIDE SURFACING REPAIR AT ALL EXCAVATION BY THE ENGINEER. SURFACE REPAIR TYPE SHALL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. W .. E 0 125 25 N. 16TH AVE. SLIPLINE DIAM. HDPE PIPE. REMOVE LOCATIONS, AS APPROVED MATCH EXISTING CONDITIONS 50 - G 0 G G G 0 0 0 G G G G 2 G GG c G G G G PARK LANE G c G G G-rG S S S S w w w w- 187' 1 PARK AVENUE PUMP STATION 0FDENOTES PROPOSED ACCESS PIT LOCATION 50' 2 NOB HILL IRRIG. BOX 119' 50' 3 124' 52' 4 119' (2.5" G.I. PIPE) 8 YAKIMA AVE. 65' 5 125' 242' 6 55' 7 c 64' 9 72.48' (2" G.I. PIPE) 10 170.18' (8" PIPE) 83' 0 SEE 16 EET_ CONTINUATION ADDENDUM No. 3 • Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue a Yakima, WA 98902 (509) 966-7000 4 FAX (509) 965-3800 EXPIRES 5, l OM 1 MTB PARK AVENUE SYSTEM NO LONGER IN PROJECT 11-05-03 JOB NUMBER: 03030 DATE. 11-05-03 FILE NAMES. DRAw1NC. 03030.DWG PLAN: 03030.DWG CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS BY REVISION DATE DESIGNED BY - ENTERED BY: MTB EPC NOB HILL SYSTEM OVERALL PLAN SEE SHEET 13 SHEET 12 OF 21 NOTES. 0 ALL STATIONING, 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 SEE SHEET 12 FOR CONSTRUCTION NOTES REGARDING THIS PIPE. 0 STA. 4+81± TO STA. 7+50±, SLIPLINE APPROXIMATELY 265 L.F. EXISTING 5" WOOD STAVE PIPE WITH NEW 4" DIAM. HDPE PIPE. 0 EXISTING BLOW OFF TO REMAIN. CONNECT TO NEW PIPING WITH FITTINGS AS REQUIRED. 0 REMOVE EXISTING VALVE AND INSTALL NEW 4" GATE VALVE, VALVE BOX, AND CONNECT TO ALL PIPING WITH FITTINGS AS REQUIRED. 0 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED INSTALL SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY LINE, OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. SEE DETAIL. 0 STA. 4+81± TO STA. 3+60±, SLIPLINE APPROXIMATELY 120 L.F EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. 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. In DENOTES PROPOSED ACCESS \P/ PIT LOCATION. CONTINUATION SEE SHEET 12 A Q 0 S. 16TH AVE. YAKIMA AVE. O EDGE OFOS/W z Z � N 20' N O 0 6+86.0 6+33.0 e N o 6+08.0 5+94.0 N 50' 23 0 7,117 0) Ii r 6) a� a] d 100' 24 01 o N c c� ALLEY c 11 100' c c G a) to 6 c 2 GS c s L s . (5" WOOD) a 12 50' ci 0) CAPPED 4/57 5 s c c G c c ASPHALT CONCRETE PAVED ALLEYWAY W. CHESTNUT ST. CAPPED 4/57 200' REDUCER ® 4+81 0 13 • (3$' WOOD) TIP G :s 1. If) 0 O W♦E . 0 12.5 25 50 3+97.5 P.L. w w w w (10" PIPE) (NOT IN PROJECT) - (NOT IN PROJECT) S. 15TH AVE. (6" A—C PIPE) ADDENDUM No. 3 4.1 N MATCHLINE STA. 3+60 Huibregtse, Lohman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue +Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 EXPIRES f.,. 6, 100% I MTB MODIFIED NOTES FOR PIPING IN S. 16TH AVENUE 11-05-03 JOB NUMBER: 03030 DATE. 11-05-03 FILE NAMES: DRAWING: 03030.DWG PLAN: 03030.DWG CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM BY REVISION DATE DESIGNED BY- MTB ENTERED BY EPC OVERALL PLAN SHEET 13 OF 21 CLIENT CITY OF YAKIMA TITLE. IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM NOTES: 0 ALL STATIONING, 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 STA. 3+60± TO CENTERLINE S 14th AVENUE, SLIPLINE APPROXIMATELY 435 L.F. EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. 0 INSTALL NEW SERVICE CONNECTION AT EXISXTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. INSTALL SERVICE PIPE FROM IRRIGATION MAIN TO THE NEW CURB STOP VALVE AT PROPERTY LINE, OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED, SEE DETAIL. 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. Hnibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue ••'Yakima, WA 98902 (509) 966-7000 5 FAX (509) 965-3800 EXPIRES J...,. 6, 100,/ I MATCHLINE STA. 3+60 S. 15TH AVE. I— J x a YAKIMA AVE. J 0 M 0 G 5 c c pc G�—c 5 5 5. 8 5 5. 5 2 G'S5 5. 5 5 G 5 5—y-5- S. 14TH AVE. 1 W W W W W W W W W 50' 25 50' 27 CD fYP 0 N ,r, N 50' 28 / 0 r -:r: ± 50' 29 ASPHALT CONCRETE PAVED ALLEYWAY 0 ± 50' 30 O 0 50' 31 O n 0 50' 32 43) • M vi M 26 J 0 M 0 G 5 c c pc G�—c 5 5 5. 8 5 5. 5 2 G'S5 5. 5 5 G 5 5—y-5- S. 14TH AVE. 1 W W W W W W W W W O O (6) O O V) t` T N OI u) O N` to M N + + + O 0 14 15 16 17 18 19 70' 80' 50' 50' 50' 50' w 6.. W W W W W (NOT IN PROJECT) 3 W. CHESTNUT ST. C (NOT IN PROJECT) W JOB NUMBER: 03030 DATE. 10-07-03 FILE NAMES: DRAWING. 03030.DWG PLAN: 03030.DWG W 04 E 0 12.5 25 50 LJ N CONTINUATION CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM BY REVISION DATE DESIGNED BY: MTB ENTERED BY EPC OVERALL PLAN SHEET 14 OF 21 NOTES: 0 ALL STATIONING, IRRIGATION MAIN, AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL HELD 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 CENTERLINE S. 14th AVENUE TO STA. 3+31±, SLIPLINE APPROXIMATELY 350 L.F EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM HDPE PIPE. 0 CONTRACTOR TO EXPLORE AND DETERMINE IF 3" WOOD STAVE PIPE IS CONTINUOUS AT VALVE LOCATIONS PRIOR TO SLIPLINING. PROVIDE ALL REQUIRED FITTINGS AND PIPE TO DISCONNECT EXISTING 6" PIPE (NORTH -SOUTH) FROM NOB HILL SYSTEM. REMOVE EXISTING VALVE AND INSTALL NEW 2" VALVE, VALVE BOX, AND CONNECT TO PIPING WITH FITTINGS AS REQUIRED BLOW -OFF PIPING TO REMAIN. N5 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION, OR AS DIRECTED INSTALL NEW SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY LINE OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED SEE DETAIL. 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. TRENCH REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. DENOTES PROPOSED ACCESS PIT LOCATION. Hulbregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue c•Yakimo, WA 98902 (509) 966-7000 a FAX (509) 965-3800 EXPIRE! p,.,. 6, 1006 1 SEE SHEET 14 CON11NUAT1ON s w TERRACE ST. 0+25.2 0+74.0 CO CO0 o 1+24.3 up N. N. 50' 34 TYP. 2+24 7 CA) 01 , 0) N + 100' 36 Iq N } 50' 37 N N + + N 38 d- + M 0 J 0. w 0 0 c c c ,s (3"sWOOD )s G G G 2 50A9 G w N 0 12.5 25 50 w.. . o N �} i. --I .j --1 = >arn ow Z OO- mOtn 39 50' Iq N. O} -I-- O N 40 50' 0) N + �. 41 50' Iq N } 50' 0(1' 42 N N + 50' �- r + 43 50' o o M M M O m CONCRETE PAVED ALLEYWAY �T T� 44 \ w w w (NOT IN PROJECT) w w JOB NUMBER: w W. CHESTNUT ST, 03030 DATE. 10-07-03 FILE NAMES: DRAWING: 03030.DWG PLAN: 03030.DWG w -w w w CITY OF YAKIM A IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM BY REVISION DATE DESIGNED BY• MTB ENTERED BY EPC OVERALL PLAN SHEET 15 OF 21 CONTINUATION SEE SHEET 17 NOTES. N1 ALL STATIONING, 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 FROM BELMONT AVE., APPROXIMATELY 195 L.F SOUTH TO ALLEY, SLIPLINE EXISTING 5" C.I. PIPE WITH NEW 4" DIAM. HDPE PIPE. 0 STA. 0+00± TO STA. 3+70±, ALLEY, SLIPLINE APPROXIMATELY 380 L.F EXISTING 6" C.I. PIPE WITH NEW 4" DIAM. HDPE PIPE. 0 FROM STA. 3+70, EAST IN ALLEY APPROXIMATELY 55 L.F TO ANGLE POINT, SLIPLINE EXISTING 4" AC PIPE WITH NEW 3" DIAM. HDPE PIPE. N5 STA 0+00± TO STA. 1+20±, BELMONT AVE., SLIPLINE APPROXIMATELY 125 L.F EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. N6 REPLACE EXISTING IRRIGATION PIPE WITH APPROXIMATELY 250 L.F. NEW 2 -INCH HDPE PIPE USING PNEUMATIC BORING TOOL. ABANDON EXISTING IRRIGATION PIPE. N7 REMOVE EXISTING VALVE AND INSTALL NEW 4" HDPE TEE, 2 EA. - 4" GATE VALVES WITH VALVE BOXES ON EAST AND SOUTH LEGS, AND CONNECT ALL PIPING. N8 REMOVE EXISTING VALVE AND INSTALL NEW 4" HDPE TEE, 4" GATE VALVE AND VALVE BOX ON EAST LEG, 4" x 3" HDPE REDUCER TO NORTH, 4" x 2" HDPE REDUCER TO EAST, AND CONNECT ALL PIPING. 0 FROM 4" TEE AND VALVE IN BELMONT AVENUE, NORTH TO MT. VERNON AVENUE, SLIPLINE APPROXIMATELY 210 L.F. EXISTING 4" C.I. PIPE WITH NEW 3" DIAM. HDPE PIPE. STA 3+65± BELMONT AVE., NE TO N. 15th AVENUE, SLIPLINE APPROXIMATELY 75 L.F EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM HDPE PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION, OR AS OTHERWISE DIRECTED. INSTALL NEW SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY LINE OR AS OTHERWISE DIRECTED. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR SHALL MATCH EXISTING CONDITIONS UNLESS OTHERWISE DIRECTED BY THE ENGINEER. NO NEW SERVICE TO BE INSTALLED (P) DENOTES PROPOSED ACCESS PIT LOCATION. -G P 0 fN 0 0 0 0 57 W EDGEOF SW 58 59 60 G 6 BELMONT AVE. W W W W 61 SIDEWALK VEGETATED STRIP ASPHALT W W W W W VEGETATED STRIP SIDEWALK 50' 50' 49 N n + o 50' 50 0 O 3 o + 50' 51 0) n + 50' 52 0 0 + N 50' 53 10) N n + N 50' 54 0 CD - 0 + 41' 55 N2 Er. 48 U r 3+55.0 3+70.0 C �}� 0 N. 16TH AVE. S S 5 S S S S SS _M TALLE 1 T T T T T T T 6 T T -.--T ®—S SS—�,$ —i - T —+— T i—•—T S SS 5 S S GT GT i4•• AC P GT GT GT 0DGE'OFROWERTY ® CO N ® 0 ± N 2+94.2 mXth 3+02.0 0. P)0 - ® 0 ASPHALT SEE SHEET 12 CONCRETE PAVED ALLEYWAY 45 47 270' 78' ADDENDUM No. 3 CONTINUATION 0 12.5 25 50 Huibregtse, Louman Associates, Inc. .• CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue •+Yakima, WA 98902 (509) 966-70004. FAX (509) 965-3800 1 EXPIRES p..,. 6. 1004 I MTB MODIFIED PIPING AND VALVES IN N. 16TH AVENUE 11-05-03 AND RELATED NOTES. JOB NUMBER: DATE. 03030 11-05-03 FILE NAMES. DRAWING. 03030.DWG PLAN: 03030.DWG CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM BY REVISION DATE DESIGNED BY ENTERED BY - MTB EPC OVERALL PLAN SHEET 16 OF 21 CLIENT CITY OF YAKIMA TITLE. IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTES: 0 ALL STATIONING, 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 FOR SLIPLINING IMPROVEMENTS TO EXISTING 4" PIPE SEE SHEET 15, NOTE 10. 0 REMOVE EXISTING VALVE AND INSTALL NEW 3" x 2" REDUCER, 2" GATE VALVE, VALVE BOX, AND CONNECT TO NEW PIPING. (,N4) STA. 0+00± TO STA. 4+30±, N. 15th AVENUE SLIPLINE APPROXIMATELY 430 L.F EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. N5 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION, OR AS DIRECTED BY THE ENGINEER. INSTALL NEW SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY LINE OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. N6 SERVICE LATERALS FOR LOTS 69 — 74 SHALL BE INSTALLED BENEATH EXISTING ROADWAY SURFACE USING A PNUEMAIIC BORING TOOL. OPEN CUTTING OF ROADWAY SHALL NOT BE ALLOWED PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SUFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS UNLESS OTHERWISE DIRECTED BY THE ENGINEER. DENOTES PROPOSED ACCESS PIT LOCATION. Hulbregtse, Lowman Associates, Inc. • CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue --Yakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 0+00 EAST EDGE OF SIDEWALK 0+02.8 VALVE SUMMITVIEW AVE. 8"G GAS G G G G G G G G G G G G G G G G G G G G G L Z 0 0 Z 50' 50' W. 'A' ST. IU tn N S ; S- N + O 65' 69 C•1 co + 0 65' 70 co ui M + — 65' 71 a O O + N 65' 72 2+68.8 V cn W 13+31 7 m r N6 2"GGAS G G • G GG—.—G MT. VERNON AVE. (3• WOOD) • or w •••w r w r•••j•w w w c G CONCRETE RD r NUATION SEE SHEET 15 JOB NUMBER: 03030 DATE. 10-07-03 FILE NAMES. DRANING: 03030.DWG PLAN: 03030.DWG YJ 50 N CONI1NUA11ON N W E 0 12.5 25 50 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM BY REVISION DATE DESIGNED BY' MTB ENTERED BY: EPC OVERALL PLAN SHEET 17 OF 21 0 ® 3 Id 0 6_ { O a0 of O + 0 M ± us N + N M r ++ N b N CV N N) rn7 Wn 63 64 65 66 67 68 _ FL j z 3 3 © 6 S 6- s s s S 6 -II 6s. 65' 65' s 6 65' S c c S 65' 6 5 65' b 8,- NUATION SEE SHEET 15 JOB NUMBER: 03030 DATE. 10-07-03 FILE NAMES. DRANING: 03030.DWG PLAN: 03030.DWG YJ 50 N CONI1NUA11ON N W E 0 12.5 25 50 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM BY REVISION DATE DESIGNED BY' MTB ENTERED BY: EPC OVERALL PLAN SHEET 17 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CHICAGO AVE. zm 65' 105 mN 0 M cv �W m> m O + 50' 104 N +ED 50' 103 P 11+05.5 ON N o 10+54.0 pO 10+14.0 50' 100 0 O rn 50' 99 A rn 40' 98 O 6 m 50' 97 O c+7 oodi 4 0 7+83.0 7+61 0 1 /w N `j1 O • .P. 7+30.7=0+00 .E71 0 70' 94 0+92.0 0+97 0 O W • GS G 5 p GS GS GS GS GS 6' GS GS GS GS G5- 2" GAS -0- G S G — G • —,— ASPHALT 0+00 END S/W 1 V N 01 0 q 0+47.6 0 55' 76 ® n o 55' 77 o + O . 1 N ® 55' 78 In �I N ' 55' ^ " 79 " N , m N r, n N 55' 80 5 on 42.6' M 0) 81 86 00 8+24 0 co 88 89 82 83 85 84 6+07.0 NOTES: v� w (3" WOOD) CONTINUATION SEE SHEET 17 Nt SLIPLINE APPROXIMATELY 500 L.F. EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. N2 REPLACE EXISTING 1 1/4" GALVANIZED PIPE WITH NEW 2" HDPE PIPE USING PNUEMATIC BORING TOOL. CONNECT TO NEW 2" AND 3" HDPE WITH FITTINGS AS REQUIRED ABANDON EXIST. G.I PIPE. N3 SLIPLINE APPROXIMATELY 245 L.F EXISTING 3" WOOD STAVE PIPE WITH NEW 2" DIAM. HDPE PIPE. 0 SLIPLINE APPROXIMATELY 130 L.F EXISTING 4" AC PIPE WITH NEW 3" DIAM. HDPE PIPE. 0 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATION OR AS DIRECTED BY THE ENGINEER. INSTALL NEW SERVICE PIPE FROM IRRIGATION MAIN TO NEW CURB STOP VALVE AT PROPERTY LINE OR AS OTHERWISE DIRECTED BY THE ENGINEER. CONNECT TO EXISTING SERVICE WITH FITTINGS AS REQUIRED SEE DETAIL. Hulbregtse, Lowman Associates, Inc. 801 North 39th. Avenue .+Yokimo, WA 98902 CIVIL ENGINEERING • LAND SURVEYING • PLANNING (509) 966-7000 4. FAX (509) 965-3800 EXPIRES f... 6, 2006 w—u 1 w w CONCRETES N. 15TH AVE. 0 REMOVE EXISTING VALVE AND INSTALL NEW 2" VALVE, VALVE BOX, AND CONNECT TO PIPING WITH FITTINGS AS REQUIRED EXISTING PIPING FROM NEW VALVE TO DRAIN TO REMAIN. 0 REMOVE EXISTING VALVE AND INSTALL NEW 2" VALVE, VALVE BOX, AND CONNECT TO PIPING WITH FITTINGS AS REQUIRED EXISTING PIPING FROM NEW VALVE TO SSMH TO REMAIN. NS INSTALL 2 EA. - 2" VALVES, VALVE BOXES, AND CONNECT TO PIPING WITH FITTINGS AS REQUIRED 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SUFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS UNLESS OTHERWISE DIRECTED BY THE ENGINEER. EXISTING SERVICE VALVE FOR LOT 84 LOCATED IN ASPHALT OF ALLEYWAY NEW SERVICE VALVE TO BE LOCATED IN ALLEYWAY AND NEW SERVICE LINE EXTENDED TO PROPERTY LINE. JOB NUMBER: 03030 w 2. L •J �1 14"' G.I. PIPE) . . 61.5' W. OF CURB CONTINUATION SEE SHEET 16 56. G 92 EXISTING SERVICE VALVE LOCATED IMMEDIATELY ADJACENT TO TREE STUMP REMOVE TREE STUMP PRIOR TO INSTALLATION OF NEW SERVICE VALVE. 0DENOTES PROPOSED ACCESS PIT LOCATION. DATE. 10-07-03 FILE NAMES. DRAWNG. 03030.DWG PLAN: 03030.DWG 91 60' 63.7' 0 0 a 0 0 0 CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS NOB HILL SYSTEM YAKIMA AVE. BY REVISION DATE DESIGNED BY: ENTERED BY. MTB EPC OVERALL PLAN SHEET 18 OF 21 TO EXIST PARK AVENUE IRRIGATION SYSTEM. CONNECT WITH FITTINGS AS REQUIRED. 6"± TO NOB HILL IRRIGATION SYSTEM. CONNECT TO NEW 6" HDPE WITH FITTINGS AS REQUIRED 1'-0" PLAN I 1 I I N -, " < a ® \ d � ^ PIPE VALVE IS STRAINER ® •PUMP ---- - LIU- NZ ` 9 < d VAl_ VEatik IP .11ism l�lmiii� r ► � I CID CID C . N9 •I/'• [_, I•IICLsisi " d io . I \ O . I ® ® a ,IP JI. -a " . a ° d p ., a /0 W 1'-0" PLAN SECTION PUMP STATION IMPROVEMENTS 0 2 MN 1 IMM DRY 1 ELL 0 ELEC. J -BOX EXST. WALL I 1 I I N -, " < a ® \ d � ^ PIPE VALVE IS STRAINER ® •PUMP ---- - LIU- NZ ` 9 < d VAl_ VEatik IP .11ism l�lmiii� \ IL L � I CID CID C . N9 •I/'• [_, " d . I \ O . I ® a a -a " . a ° d p ., a SECTION PUMP STATION IMPROVEMENTS 0 2 MN 1 IMM DRY 1 ELL 0 ELEC. J -BOX EXST. WALL 2'-8" T WELL MAKE HOLE SLIGHTLY RGER ON WET WELL SIDE AS SHOWN SEE PLAN FOR LENGTH AND END CONFIGURATIONS AS SEEPSHROWNINC(S) CHIP OUT EXISTING CONCRETE WALL AND BEND OR REMOVE REINFORCING BARS. REMOVE EXISTING PIPE. WHERE SHOWN, AND INSTALL NEW SPOOLS WITH PROPER END CONFIGURATIONS AND SEEP RINGS AS NOTED. REMOVE ONLY ENOUGH WALL MATERIAL AS NECESSARY TO ACCO.IPUSH PIPE INSTALLATION. LEAVE SURFACE OF NEW WALL OPENING ROUGH. COAT WITH CONCRETE BONDING AGENT PRIOR TO GOUTNG. PACK OPENING W1TH .VON -SHRINK GROUT AFTER PIPE IS SECURED IN PLACE. WALL PENETRATION DETAIL EXISTING PUMP STATION DEMOLITION PLAN NOTES. Nt REMOVE EXISTING PUMP, PIPING, FITTING, VALVES, AND APPURTENANCES. N2 REMOVE PIPING THRU CONCRETE WALLS AND PROVIDE CONCRETE WALL REPAIR. N3 REMOVE STEEL BAR FROM CONCRETE FLOOR. N4 CONCRETE STRUCTURE WITH WOODEN HATCH COVER. N5 HINGED WOODEN ACCESS HATCH N6 FASTENED WOOD COVER N7 CLOSE SCREEN BOX VALVE AND REMOVE REMAINING WATER AS REQUIRED FOR CONSTRUCTION N8 CONSTRUCT NEW SUMP IN FLOOR OF PUMP STATION. INSTALL MIN. 1'-0" DEPTH CRUSHED AGGREGATE DIAMETER OF SUMP TO BE MIN. 9 -INCH DIAMETER. N9 INSTALL NEW 7.5 HP PUMP PER SPECIFICATIONS. CONSTRUCT NEW 1-6" x 1'-9" x 0'-4" CONCRETE PUMP PAD INSTALL NEW 2-1/2 INCH G.I. OUTLET PIPING INCLUDING SPOOLS (LENGTHS AS REQUIRED), 90' ELBOW, TEE, AND UNION INSTALL G.I. 2-1/2" x 2" REDUCER, 2" SPOOLS (LENGTHS AS REQUIRED), 2 -INCH Y -PATTERN PRESSURE RELIEF VALVE, 2 -INCH UNION, AND 2 -INCH 90' ELBOW. INSTALL 3 -INCH G.I. INLET PIPING INCLUDING SPOOLS (LENGTHS AS REQUIRED), UNION, 90" ELBOWS, AND 3 -INCH GATE VALVE. PROVIDE NEW WALL PENENTRATIONS FOR INLET AND OUTLET PIPING AT THREE LOCATIONS. INSTALL NEW 2-1/2" G.I. OUTLET PIPING INCLUDING SPOOLS (LENGTHS AS REQUIRED), TEE, AND 2 EA. GATE VALVES WITH VALVE BOXES. PROVIDE ALL REQUIRED FITTINGS TO CONNECT TO EXISTING 2-1/2" G.I. PIPE TO THE EAST AND NEW 6" HDPE TO THE SOUTHEAST ADDENDUM No. 3 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue •I'Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 EXPIRES f.w. G, 1004 MTB MODIFIED OUTLET PIPING TO PROVIDE IRRIGATION 11-12-03 TO BOTH PARK AVE. AND NOB HIM. IRRIG. SYSTEMS. JOB NUMBER: DATE, 03030 10-07-03 FILE NAMES. DRAWING. 03030.DWG CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS BY REVISION DATE DESIGNED BY' ENTERED BY' MTB EPC PARK AVENUE PUMP STATION IMPROVEMENTS SHEET 19 OF 21 1 I 1 2-1/2" DIAM. NM III lar PIPE VALVE IS STRAINER ® •PUMP ® - LIU- NZ Screens m al VAl_ VEatik IP 2'-8" T WELL MAKE HOLE SLIGHTLY RGER ON WET WELL SIDE AS SHOWN SEE PLAN FOR LENGTH AND END CONFIGURATIONS AS SEEPSHROWNINC(S) CHIP OUT EXISTING CONCRETE WALL AND BEND OR REMOVE REINFORCING BARS. REMOVE EXISTING PIPE. WHERE SHOWN, AND INSTALL NEW SPOOLS WITH PROPER END CONFIGURATIONS AND SEEP RINGS AS NOTED. REMOVE ONLY ENOUGH WALL MATERIAL AS NECESSARY TO ACCO.IPUSH PIPE INSTALLATION. LEAVE SURFACE OF NEW WALL OPENING ROUGH. COAT WITH CONCRETE BONDING AGENT PRIOR TO GOUTNG. PACK OPENING W1TH .VON -SHRINK GROUT AFTER PIPE IS SECURED IN PLACE. WALL PENETRATION DETAIL EXISTING PUMP STATION DEMOLITION PLAN NOTES. Nt REMOVE EXISTING PUMP, PIPING, FITTING, VALVES, AND APPURTENANCES. N2 REMOVE PIPING THRU CONCRETE WALLS AND PROVIDE CONCRETE WALL REPAIR. N3 REMOVE STEEL BAR FROM CONCRETE FLOOR. N4 CONCRETE STRUCTURE WITH WOODEN HATCH COVER. N5 HINGED WOODEN ACCESS HATCH N6 FASTENED WOOD COVER N7 CLOSE SCREEN BOX VALVE AND REMOVE REMAINING WATER AS REQUIRED FOR CONSTRUCTION N8 CONSTRUCT NEW SUMP IN FLOOR OF PUMP STATION. INSTALL MIN. 1'-0" DEPTH CRUSHED AGGREGATE DIAMETER OF SUMP TO BE MIN. 9 -INCH DIAMETER. N9 INSTALL NEW 7.5 HP PUMP PER SPECIFICATIONS. CONSTRUCT NEW 1-6" x 1'-9" x 0'-4" CONCRETE PUMP PAD INSTALL NEW 2-1/2 INCH G.I. OUTLET PIPING INCLUDING SPOOLS (LENGTHS AS REQUIRED), 90' ELBOW, TEE, AND UNION INSTALL G.I. 2-1/2" x 2" REDUCER, 2" SPOOLS (LENGTHS AS REQUIRED), 2 -INCH Y -PATTERN PRESSURE RELIEF VALVE, 2 -INCH UNION, AND 2 -INCH 90' ELBOW. INSTALL 3 -INCH G.I. INLET PIPING INCLUDING SPOOLS (LENGTHS AS REQUIRED), UNION, 90" ELBOWS, AND 3 -INCH GATE VALVE. PROVIDE NEW WALL PENENTRATIONS FOR INLET AND OUTLET PIPING AT THREE LOCATIONS. INSTALL NEW 2-1/2" G.I. OUTLET PIPING INCLUDING SPOOLS (LENGTHS AS REQUIRED), TEE, AND 2 EA. GATE VALVES WITH VALVE BOXES. PROVIDE ALL REQUIRED FITTINGS TO CONNECT TO EXISTING 2-1/2" G.I. PIPE TO THE EAST AND NEW 6" HDPE TO THE SOUTHEAST ADDENDUM No. 3 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue •I'Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 EXPIRES f.w. G, 1004 MTB MODIFIED OUTLET PIPING TO PROVIDE IRRIGATION 11-12-03 TO BOTH PARK AVE. AND NOB HIM. IRRIG. SYSTEMS. JOB NUMBER: DATE, 03030 10-07-03 FILE NAMES. DRAWING. 03030.DWG CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS BY REVISION DATE DESIGNED BY' ENTERED BY' MTB EPC PARK AVENUE PUMP STATION IMPROVEMENTS SHEET 19 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 —EXISTING WOODEN POLE -- DEMOUSH EXISTING MOTOR CONTROLLER --EXTEND EXISTING CONDUITS TO NEW ENCLOSURES (TYPICAL OF 2) EXISTING J -BOX (TO REMAIN) IIT EXISTING EXISTING UNDERGROUND N UNDERGROUN CIRCUIT (NOTE 11)SEIRDUITRVICE C U— (NOTE 13) NEW #6AWG GROUNDING ELECTRODE CONDUCTOR EXISTING CIRCUIT (NOTE 8) EXISTING J-80% (NOTE 8) EXISTING MOTOR (NOTE 8) ELEVATION 1/20 ELECTRICAL EQUIPMENT DEMOLITION SCALE: 1/Z - I E. -EXISTING WOODEN POLE E.- JI STARTER ENCLOSURE —MAIN CIRCUIT BREAKER "LB" FITTING E- EXISTING J -BOX — EXISTING UNDERGROUNOTE 9 3 @ 9 1 "LB" FITTING (NOTE 4) SERVICE , i CORD ORTDF GRIP BUSHING CONDUIT (NOTE 13) EXISTING UNDERGROUND CONDUIT (NOTE 11) I- GROUND ROD FLOAT SWITCH CABLE WEIGHT ON FLOAT SWITCH CABLE FLOAT SWITCH (NOTE 4) ELEVATION 2/20 NEW ELECTRICAL EQUIPMENT INSTALLATION SCALE: I/7 - r 404 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue +Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 EXPIRES 04/02/06 BP -1 BP -2 EXISTING UTILITY PRIMARY CIRCUIT PF IXAGY C14_ 11 —EXISTING POLE MOUNTED —=HIST•:G E UTIUTY TRANSFORMER EXISTING OVERHEAD SECONDARY REVISED OVERHEAD SECONDARY CIRCUIT TO BE REVISED BY UTILITY CIRCUIT 8Y UTILITY. DEMOLISH SPUCE AT WEATHERHEAD NEW SPUCE AT EXISTING WEATHERHFAD REMOVE EXISTING SERVICE CONDUCTORS. 2#8+I118N (NEW), MAINTAIN EXISTING CONDUIT FOR REVISED CIRCUIT. 3/4•C (EXISTING EXISTING REVENUE 1 : EXISTING REVENUE METER TO REMAIN M METER SHEET NOTES: REMOVE EXISTING CONDUCTORS 2/8+1�8N+1i10G (NEW), FROM EXISTING CONDUIT. MAINTAIN 3/4•C (EXISTING) 1. SIZE OVERLOAD HEATERS PER FULL LOAD AMP RATING OF ACTUAL EXISTING CONDUIT FOR REVISED CIRCUIT. MOTOR PROVIDED. r--DEMOUSH EXISTING 2P -60A MOTOR CONTROLLER ) 240V 14 KNC SUSS I NEMA 3R (NOTES 5. 7 & 10) REMOVE EXISTING CONDUCTORS FROM EXISTING CONDUIT. EXTEND EXISTING CONDUIT AND PROVIDE NEW CONDUCTORS. SEE REVISED ONE UNE DIAGRAM AND ELEVATION 2/20. DEMOUSH EXISTING JUNCTION BOX IN EXISTING PUMP VAULT DEMOUSH EXISTING CIRCUIT DEMOUSH EXISTING MOTOR EXISTING ONE UNE DIAGRAM SCKE NONE 'OFF — df 42)60-15S FLOAT SWITCH MOUNTED IN SUCTION WETWELL 1UI BP-XFMR BP -%FMR 901E 2/14.1/2•C NOTE 3 JUNCTION BOX 21E1+1 10G, 3/4•C BP -M SIZE 2 FVNR (NOTE 2) BP -OL (NOTE 1) 14,3/4 C 2/8+1 j11OG+ 2 El I. (NOTE 4) 3/8+1,10C. 3/4•C FLOAT CABLE, 3/4"C NEMA 3R ENCLOSURE (NOTES 5. 6 & 10) UNCTION BOX FLOAT SWITCH (FLYGT ENM-10, OR EOUAL) REVISED ONE UNE DIAGRAM SCALE- NONE 1_ NOTE 12 E.W.D. 1/20 SCALE: NONE BP -0. START PUMP JOB NUMBER: 03030 DATE. OCTOBER 2003 FILE NAMES. DRAIWNC. 03030E1.DWG 2. STARTER SHALL 8E SQUARE—D 8911 DPSO42V02, OR EQUAL CONTROL POWER TRANSFORMER SHALL BE SOUARE-0 9070TF5001, OR EQUAL SEE E.W.D. 1/20 FOR INFORMATION ON CONTROL CIRCUIT. 3. SPUCE FLOAT CABLE CONDUCTORS TO INDIVIDUAL CONDUCTORS IN JUNCTION BOX. USE BUTT SPUCES AND TAPE. DO NOT USE WIRENUTS. 4. SUSPEND WEIGHTED FLOAT SWITCH TO HANG AT ELEVATION AS DIRECTED BY ENGINEER IN THE FIELD. PROVIDE CONDUIT BODY AND CORD GRIP BUSHING WHERE CONDUIT ENTERS WETWELL SEAL PENETRATION IN WETWELL WALL WITH NON—SHRINK GROUT 5. MAIN BREAKER AND STARTER MAY BE PROVIDED IN ONE ENCLOSURE, PROVIDED THAT THE ENCLOSURE I5 ETL LABELED AS AN INDUSTRIAL CONTROL ASSEMBLY AND IS USTED AS SUITABLE FOR USE A5 SERVICE ENTRANCE (SUSE). 6. STARTER SHALL BE ETL LABELED A5 AN INDUSTRIAL CONTROL ASSEMBLY, OR BE OTHERWISE ACCEPTABLE TO WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES ELECTRICAL SECTION. 7. CIRCUIT BREAKER SHALL BE SQUARE -0 FAL22080 WITH FA100RB ENCLOSURE. OR EQUAL 8. DEMOUSH EXISTING ELECTRICAL EQUIPMENT SEE ALSO SHEET 19. 9. ROUTE CONDUIT FOR FLOAT SWITCH CONTROL CIRCUIT ALONG TOP OF WALLS IN PUMP VAULT 10. CIRCUIT BREAKER AND STARTER ENCLOSURES SHALL HAVE PADLOCKABLE HASPS. 11 REMOVE EXISTING CONDUCTORS FROM EXISTING CONDUIT AND REUSE CONDUIT FOR NEW CONDUCTORS BETWEEN NEW STARTER AND NEW MOTOR AND FLOAT SWITCH. 12. PROVIDE KEYED SWITCH ON THE SIDE OF STARTER ENCLOSURE. MATCH KEY CORE TO OWNER'S EXISTING MASTER KEY, IF POSSIBLE. 13. REMOVE EXISTING CONDUCTORS FROM EXISTING CONDUIT AND REUSE CONDUIT FOR NEW CONDUCTORS BETWEEN EXISTING METERBASE AND NEW CIRCUIT BREAKER. ELECTRICAL CONSTRUCTION SPECIFICATIONS 1. ALL CONDUIT SHALL BE RIGID GALVANIZED STEEL JUNCTION BOX SHALL 8E CAST IRON WITH GALVANIZED SItLL COVERS AND NEOPRENE GASKETS. CONDUIT BODIES SHALL BE CAST IRON WITH GALVANIZED STEEL COVERS AND NEOPRENE GASKETS. SCREWS FOR COVERS SHALL BE STAINLESS STEEL 2. CONDUCTORS SHALL BE COPPER WITH RHH—RHW—USE INSULATION FOR POWER CIRCUITS. CONTROL CIRCUIT CONDUCTORS SHALL 8E #14 AWG STRANDED COPPER WITH THHN—THWN INSULATION. 3. CONDUIT SUPPORTS AND FASTENERS SHALL 8E GALVANIZED OR STAINLESS SI ttL MATERIALS. 4. PROVIDE UOUID TIGHT FLEXIBLE METAL CONDUIT FOR FINAL CONNECTION TO MOTOR. DO NOT USE MORE THAN 6 INCHES OF FLEXIBLE CONDUIT. AND DO NOT USE FLEXIBLE METAL CONDUIT IN PLACE OF CONDUIT BENDS, OFFSETS. FITTINGS OR CONDUIT BODIES. 5. DO NOT SPUCE CONDUCTORS OTHER THAN FLOAT SWITCH CIRCUIT CONDUCTORS. ALL OTHER CONDUCTORS SHALL RUN CONTINUOUS FROM DEVICE TERMINAL TO DEVICE TERMINAL 6. CONTRACTOR SHALL OBTAIN AND PAY FOR ELECTRICAL PERMIT FOR ELECTRICAL WORK, AND SHALL PROVIDE ALL ELECTRICAL WORK IN ACCORDANCE WITH 2002 NATIONAL ELECTRICAL CODE. 1" 2" TWO INCHES AT FULL SCALE. CITY OF YAKIMA IRRIGATION SYSTEM IMPROVEMENTS PARK AVENUE PUMP STATION IMPROVEMENTS BY REVISION DATE DESIGNED BY DAB ENTERED BY DAB ELECTRICAL SHEET 20 OF 21 LENGTH VARIES ce = LENGTH VARIES ce CAST IRON LID 1 -INCH HDPE TAPPING TEE SERVICE SA FUSED CONNEDCTION. - 411111111 - CAST IRON LID f ■ FINISHED GRADE EXISTING GROUND CONCRETE VALVE BOX CAPS TO BE PROVIDED BY THE CITY EXISTING ` ^ji" UPPER SECTION SLIDING RECEIVING PIPE.INSTALL SEALANT BETWEEN NEW AND • EXISTING PIPING. NEW HDPE�v IRRIGATION MAIN. SECTION 111 -m: mix I� mm 1.11 1=11 =u I:*l u 11SrI_I1=14.. IIr11=it ,1=�WI.-1Lfil s11.=11= �-e� ������ = =11-11=1= A=A 1= _1F=1 L1fI.�11 11a MOLE FOR LAWNS OR I=I[= UNSURFACED AREAS, B'_�1--11L INSTALL 5 DIA. II- C SCH. 40 PVC PIPE, LENGTH AS REQUIRED. �II:: ,1� 11- - NEW HDPE SERVICE LATERAL. EXTEND FOR CONNECTION TO EXISTING SERVICE PIPING. EXISTING PIPE MATERIALS MAY VARY. USE FITTINGS AS REQUIRED FORASERVICE COMPLETE LEAK PROOF CONNECTION.CONNECTION. FINISHED GRADE UPPER SECTION SLIDING 6" MIN. TYPE C.I. VALVE BOX (RICH MODEL 940-B, 18 INCHES HIGH) LOWER I PE C.I. VALVE BOX z o a o 5 RICH MODEL 940-B, 8 -INCHES HIGH) OWER SECTION RICH MODEL HEIGHT EQUIREMENI VARIES)BACKFILL SECTION (RICH MODEL R-36 36 -INCHES HIGH) �� • 111 RESILIENT SEAL GATE VALVE NATIVE -T BACKFILL AS THE ENGINEER. OR SELECT DIRECTED BY _ EXISTING RECEIVING 1" HDPE PIPE NEW HDPE SERVICE LATERAL. EXTEND FOR CONNECTION TO EXISTING SERVICE PIPING. EXISTING PIPE MATERIALS MAY VARY USE FITTINGS AS REQUIRED FORAAS COMPLETE LEAK PROOF 01111111* VALVE SIZE AND ENDS NOTE: PROVIDE EXTENSION SPECIFIED ORPIECE WHERE REQUIRED INDICATED ON PLANS. FOR VALVE BOX. (RICH MODEL 044, 12 -INCHES HIGH) IRRIGATION MAINLINE VALVE BOX 71-I-1 AtII 11111 =11 11 11=:11=11=11=11= MIN. MIN. X11' PIPE. WOOD STAVE 11=1llSHOWN) -11Ill_•, II 1 =11II II 1,1t1I 111I111�11111. 1=1L u- `11111 n -n - `''- 1111,1' 11.11. 1:� 1:: �r a (ATI) _ SERVICE VALVE FOR 1 -INCH CURB STOP VALVE FOR PE PIPE. DRIVEWAYS 1 -INCH CURB STOP �11111� . •. 11111 ? ' '- �""—"' ��, VALVE FOR PE PIPE. SERVICE VALVE FOR LAWNS —�JC�1L1Y: 11=i1- ' "'�•R�°� - - -.1L=11=11=:1 =1- - - ii. -,i• PIPE PI BEDDING SEALANT SERVICE SADDLE CONNECTION IL�ItII-1Y=11 JI=1 .1L=.11.=.11=11=11.=11- =I- - - _ NEW HDPE IRRIGATION PIPE DETAIL NOT TO SCALE NOT TO SCALE NOT TO SCALE NOT TO SCALE PAYMENT UNE LIMIT FOR ALL ASPHALT CONCRETE PATCH EXISTING PAVEMENT SURFACING DEPTH VARIES EXISTING GRAVEL SURFACING DEPTH 7. a a ° y'1,9, YeT CONCRETE DEPTH DEPTH CSTC CONSTRUCTION JOINT • 4" THICK CONCRETE SLAB SECTION AT SIDEWALKS AND OTHER AREAS AS DIRECTED BY THE ENGINEER • 6" THICK CONCRETE SLAB SECTION AT DRIVEWAYS AND OTHER AREAS AS DIRECTED BY THE ENGINEER. CONC. SLAB SECTIONS PAYMENT UMITS ' GRAVEL REPAIR VARIES 1'-0" EXCAVATION V-0" 1'-0" PAYMENT UMITS 1'-0" TRENCH SURFACING REPAIR i'-0" PAYMENT UNE P. 1,-0" EXCAVATION 1 -0" 1'-0" • SYMMETRICAL ABOUT fL OF PIPE (MIN) PAYMENT UNE (MIN)' MAX. SEE DETAILS FOR SURFACING REPAIRMEN$EMENERIEWAMORY MAX. /������������ /������������������ �� i _ � r ACP REPAIR, TYPE 1 ALLEYWAYS, DRIVEWAYS, AND OTHER AREAS DIRECTED BY �� THE ENGINEER. �j • 3" ACP CLASS G ��� /4 • 6" CSTC 4A" . ACP REPAIR, TYPE 2 16TH AVENUE AND OTHER AREAS DIRECTED BY THE ENGINEER. • 6" ACP CLASS A CRUSHED TOP SELECT (BASE ASPHALT ASPHALT PAVEMENT O'�' ,��� SURFACING COURSE —ALTERNATE BACKFILL AT CONTRACTORS COURSE) CONCRETE SURFACING UNSURFACED REPAIR NOTE. * 2" ACP IN ALLEYS Oj **NOT REQUIRED IN ALLEYS ���� �I �j /,, BACKSLOPE OPTION N. I• 3" CRUSHED SURFACING TOP COURSE ALTERNATE BACKSLOPE AT CONTRACTORS OPTION GRAVEL SURFACING NOTES: as '/W00`4 ////✓/✓/: ��/�/��i> \ ! / /. �� -#- !�� \ \ \ \ �i�K`0A•\ • �j� �/ `ALTERNATE ACKSLOPE AT j / Q � CONTRACTORS OPTION j /THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH / BACKFILL BEYOND THE UMITS SHOWN INCLUDING WIDER TRENCH / SEC110fJS RESULTING FROM LAYING BACK TRENCH SIDES AT THE / CONTRACTOR'S OPTION. NO MEASUREMENT OR PAYMENT WILL BEMADE BEYOND THE PAYMENT LL, o LL,BY • ��j��p���`i/j����i/��i/��i/����j��p��i/��i/��p��i/��p��p������� � /iG✓i✓/✓/✓i �Nj�/��/��/��j��j��/��jQ/OjO���jOj>�j��/��/O/��j��/��/A�j�� !p�p�p�p�p�p�p�����!��!p!�!p!p!��!��!��!���p�p�/� ..,..0 440,14 �Q444����>������4A.ek G✓/�i/iOQOOQ!iG!Q!/¢ �!�! / SUITABLE TYPICAL 4" ' PIPE ZONE 12" , EARTH FOUNDATION TRENCH NATIVE MATERIAL SHALL BE USED FOR BACKFILL EXCEPT ROAD CROSSINGS SHALL BE BACKFILLED WITH SELECT BACKFILL AS DIRECTED THE CITY. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR PIPE ZONE MATERIAL /i NEW IRRIGATION MAIN OR SERVICE �/ UNE. � . SECTION NOT TO SCALE • 12" SELECT BACKFILL (CSBC) • 1'-0" PAYMENT UMITS EXCAVATION 1'-0" 1'-0" 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION NOTES: PAYMENT UNE BEYOND THE PAYMENT UMITS SHOWN, EXISTING GROUND INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH THROUGH JOINTS WITH 3 B' JOINT MATERIAL SHALL BE PLACED AT 2 'INTERVALS. 1 1./2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN �''/'�/� ' '�/'�/ ��' VW:c ��' ��� ��� L��� SIDES AT THE CONTRACTORS OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR SURFACE REPAIR BEYOND THE PAYMENT UMITS. THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. pi AT ALTERNATING 10' INTERVALS. V GROOVES SHALL BE PLACED AT 5' INTERVALS. REMOVED DURING TRENCHING OPERATIONS. REPLACE TO MINIMUM THICKNESS SHOWN. �`� IF EXISTING GROUND SURFACE ADJACENT VS N' TO TRENCH DOES NOT INCLUDE SILT I� OVERBURDEN, THEN BACKFILL TO SURFACE V, WITH NATIVE MATERIAL EXCAVATED FROM � TRENCH. �. %G� 2. NO MEASUREMENT OR PAYMENT WILL BE MADE A'� FOR TRENCH SURFACING REPAIR IN UNSURFACED --ALTERNATE BACKSLOPE AREAS. AT CONTRACTORS OPTION UNSURFACED AREAS SURFACING REPAIR ALL JOINTS "V" GROOVES, AND EDGES SHA L BE f`INISHED WITH AN EDGER HAVING A 1%4" RADIUS. SEE PLANS FOR WIDTH AND POSI11ON OF SIDEWALK. CONC. SLAB JOINTING NOT TO SCALE NOT TO SCALE NOT TO SCALE Huibregtse, Louman Associates, Inc. AEL T. Bq `c� oFw , , i ' ' r ;� ;'� ,�, ONAL E 47/03 JOB NUMBER: 03030 DATE. 10-07-03 CITY OF Y A K IRRIGATION SYSTEM IMPROVEMENTS I M A SHEET 21 OF 21 FILE NAMES: DRAWING 03030.DWC CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue -` Yakima, WA 98902 (509) 966-7000 4. FAX (509) 965-3800 DESIGNEDERED BY- MTB DETAILS BY REVISION DATE (EXPIRES p..,.6. 6006