Loading...
HomeMy WebLinkAboutR-2007-033 N. Hillcrest, Hillcrest & Buena Vista Irrigation System ImprovementsCITY OF YAKIMA -ORIGINAL CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS City Project No. 1R2220 HLA Project No. 08068 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard SEPTEMBER 2008 Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 ADDENDUM NO. 1 To the Contract Provisions for City of Yakima N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS HLA Project No. 08068 BID OPENING: October 8, 2008 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: UNIT PRICE BID PROPOSAL ITEM 1 — Unit Price Bid Proposal (Pages 3-4, 3-5, and 3-6) The Unit Price Bid Proposal found on pages 3-4, 3-5, and 3-6, shall be replaced with the attached Addendum No. 1 Unit Price Bid Proposal. The following modifications were made to the Unit Price Bid Proposal: a. Item No. 21 "Blow-Off/Flushing Valve Assembly" was added to Schedule A. b. All bid items were re -numbered beyond Item No. 21. c. The quantity for Schedule B Item No. 58 "Concrete Slab, 6 -Inch Thick" was corrected from 320 SY to 20 SY. SPECIAL PROVISIONS, ITEM 2 — SECTION 7-20 PIPE INSTALLATION REQUIREMENTS (N'EW SECTION) SECTION 7-20.3(2)C HORIZONTAL DIRECTIONAL DRILLING Add the following. Coiled pipe will be allowed for all horizontal directional drilling work shown on Schedule A of the Plans. The Contractor shall remain responsible for leak proof service connections to the irrigation main. This ADDENDUM is to be considered as much a part of the contract provisions as if it were in- cluded in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Michael T. Battle, PES Huibregtse, Louman Associates, Inc. 801 North 39`h Avenue Yakima, WA 98902 Phone* (509) 966-7000 G\PROJECTS\2008\08068\Addendum No 1 doc C, /b/s/o8 1 -Date ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA N. HILLCREST, HILLCREST &BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO IR2220 HLA PROJECT NO. 08068 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS SCHEDULE A - N. HILLCREST IRRIGATION SYSTEM 1 Mobilization LS 1 X = 2 Project Temporary Traffic Control LS 1 X = 3 Clearing and Grubbing LS 1 X = 4 Pipe Cleaning and Inspection LF 370 X = 5 Obstruction Removal EA 1 X = 6 Access Pit EA 9 X = 7 Horizontal Directional Drill 6 -Inch HDPE Pipe LF 650 X = 8 Horizontal Directional Drill 4 -Inch HDPE Pipe LF 145 X = 9 Horizontal Directional Dril1.3-Inch HDPE Pipe LF 1,650 X = 10 Horizontal Directional Drill 2 -Inch HDPE Pipe LF ' 160 X = 11 Slipline 2 -Inch HDPE Pipe LF 370 X = 12 6 -Inch Gate Valve EA 1 X = 13 4 -Inch Gate Valve EA 1 X = 14 3 -Inch Gate Valve EA 2 X = 15 i 2 -Inch Gate Valve EA 2 X = 16 Service Connection for HDPE EA 69 X = 17 Service Valve EA 69 X = 18 Type 1 Valve Box EA 6 X = 19 Type 2 Valve Box EA 68 X = 20 Service Lateral LF 450 X = 21 Blow-Off/Flushing Valve Assembly EA 1 X = 22 Shoring or Extra Excavation LS 1 X = 23 Trench Repair, Type 2 (3") SY 26 X = 24 Sodded Lawn Repair SY 40 X = 25 Cement Concrete Curb and Gutter LF 20 X = 26 Concrete Slab, 4 -Inch Thick/ SY 2 X = 27 Select Backfill TON 25 X = 3-4 ADDENDUM NO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 28 Minor Changes FA EST X 5,000 00 = 5,000 00 SCHEDULE A SUBTOTAL STATE SALES TAX 8.2% SCHEDULE A TOTAL SCHEDULE B - HILLCREST IRRIGATION SYSTEM 29 Mobilization LS 1 X = 30 Project Temporary Traffic Control LS 1 X = 31 Clearing and Grubbing LS 1 X = 32 Pipe Cleaning and Inspection LF 1,800 X = 33 Obstruction Removal EA 3 X = 34 Access Pit EA 2 X = 35 Slipline 6 -Inch HDPE Pipe LF 330 X = 36 Slipline 4 -Inch HDPE Pipe LF 1,470 X = 37 Trench 6 -Inch PVC Pipe LF 330 X = 38 Trench 4 -Inch PVC Pipe LF 1,845 X = 39 Trench 3 -Inch PVC Pipe LF 2,125 X = 40 6 -Inch Gate Valve EA - 2 X = 41 4 -Inch Gate Valve EA 4 X = 42 3 -Inch Gate Valve EA 4 X = 43 2 -Inch Gate Valve EA 4 X = - 44 Service Connection for HDPE EA 52 X = 45 Service.Connection for PVC EA 131 X = 46 Service Valve EA 183 X = 47 Type 1 Valve Box EA 54 X = 48 Type 2 Valve Box EA 146 X = 49 Service Lateral LF 1,800 X = 50 Shoring or Extra Excavation LS 1 X = 51 Roadway Excavation Including Haul CY 785 X = 52 Trench Repair, Type 1 (2") SY 30 X = 53 Trench Repair, Type 2 (3") SY 550 X = 54 HMA Cl. 3/8" PG 64-28 TON 570 X = 55 Gravel Surfacing Repair SY 3,400 X = 56 Sodded Lawn Repair SY 30 X = 57 Cement Concrete Curb and Gutter LF 30 X = 58 Concrete Slab, 4 -Inch Thick SY 20 X = 3-5 ADDENDUM NO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 59 Concrete Slab, 6 -Inch Thick SY 20 X = 60 Select Backfill TON 275 X = 61 Crushed Surfacing Base Course TON 940 X = 62 Minor Changes FA EST X 5,000 00 = 5,000 00 SCHEDULE B SUBTOTAL STATE SALES TAX 8.2% SCHEDULE B TOTAL SCHEDULE C - BUENA VISTA IRRIGATION SYSTEM 63 Mobilization LS 1 X = 64 Project Temporary Traffic Control LS 1 X = 65 Clearing and Grubbing LS 1 X = 66 Pipe Cleaning and Inspection LF 240 X = 67 Obstruction Removal EA 1 X = 68 Access Pit EA 1 X = 69 Slipline 4 -Inch HDPE Pipe LF 240 X = 70 Trench 4 -Inch PVC Pipe LF 450 X = 71 4 -Inch Gate Valve EA 1 X = 72 Service Connection for PVC EA 19 X = 73 Service Valve EA 38 X = 74 Type 1 Valve Box EA 4 X = 75 Type 2 Valve Box EA 35 X = 76 Service Lateral LF 330 X = 77 Shoring or Extra Excavation LS 1 X = 78 Roadway Excavation Including Haul CY 150 X = 79 HMA Cl. 3/8" PG 64-28 TON 110 X = 80 Sodded Lawn Repair SY 20 X = 81 Concrete Slab, 6 -Inch Thick SY 10 X = 82 Select Backfill TON 10 X = 83 Crushed Surfacing Base Course TON 210 X = 84 Minor Changes FA EST X 5,000 00 = 5,000 00 SCHEDULE C SUBTOTAL STATE SALES TAX 8.2% SCHEDULE C TOTAL SCHEDULE A + SCHEDULE B + SCHEDULE C TOTAL 3-6 ADDENDUM NO 1 CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS City Project No. 1R2220 HLA Project No. 08068 Construction Contract Specifications & Bid Documents SEPTEMBER 2008 G:\PROJECTS\2008\08068\SPECS.doc CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS City Project No. IR2220 HLA Project No 08068 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS ... 1-1 INVITATION TO BID . . 1-2 SECTION 2 - INFORMATION FOR BIDDERS ...2-1 INFORMATION FOR BIDDERS. 2-2 SECTION 3 - BID PACKAGE ..• •3-1 BIDDER'S CHECKLIST . .... . 3-2 BID PROPOSAL 3-3 UNIT PRICE BID SCHEDULE .. .3-4 BID PROPOSAL SIGNATURE PAGE ......... .3-7 BID DEPOSIT .3-8 BID BOND . . ... 3-8 NON -COLLUSION AFFIDAVIT . .. . ....3-9 NONDISCRIMINATION PROVISION 3-10 SUBCONTRACTOR LIST 3-11 BIDDER'S DATA FORM .... ... ...... ... .3-14 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY .. 3-15 RESOLUTION NO D-4816 3-16 AFFIRMATIVE ACTION PLAN 3-17 BIDDERS CERTIFICATION . ..... 3-19 SUBCONTRACTORS CERTIFICATION. .... . 3-20 PROPOSAL 3-23 SECTION 4 - CONTRACT AND RELATED MATERIALS . ...4-1 CONTRACT.... „ .4-2 CONTRACT BOND . .... .4-4 SCHEDULE OF WORKING HOURS ..... ....4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS . 5-1 PREVAILING WAGE RATES ..... .... 5-2 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 STANDARD SPECIFICATIONS . ... 6-2 SPECIAL PROVISIONS INDEX .. .. 6-3 SPECIAL PROVISIONS ... ... ..6-4 APPENDIX A AMENDMENTS TO THE 2008 WASHINGTON STATE DOT STANDARD SPECS G:\PROJ ECTS\2008\08068\SPECS.doc 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS\2008\080681SPECS.doc 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 The City of Yakima invites separate sealed BIDS for the construction of the N. HILLCREST, HILLCREST& BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS, City of Yakima Project No IR2220, HLA Project No 08068, in- cluding the following approximate major quantities Irrigation system improvements including cleaning and inspection of approximately 2,340 linear feet of existing pipes, sliplining approximately 2,340 linear feet of new 2", 4" and 6" HDPE pipe, horizontal directional drilling approximately 2,600 linear feet of new 2", 3", 4" and 6" HDPE pipe, trenching approximately 4,700 linear feet of new 3", 4" and 6" PVC pipe, and installing approximately 290 service connections Work includes installation of new mainline valves, service valves, and service pipes, connection to existing mainline and service pipes of various materials, abandonment and/or removal of existing pipe and valves, surface restoration including asphalt pavement, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns, and other related improvements All work to provide unrestricted irrigation water use to system users shall be completed no later than March 13, 2009 Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 p.m. on October 8, 2008, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC , 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $75 00 for each set, non-refundable Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Publish September 24, 2008 G:\PROJECTS\2008\08068\SPECS.doc 1-2 Deborah J. Moore City Clerk SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2008\08068\SPECS.doc 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2.00 p.m , October 8, 2008, 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 N. HILLCREST, HILLCREST & BUENA VISTA 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 con- taining the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901 All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted Only one copy of the BID form is required The OWNER may waive any informalities or minor defects or reject any and all BIDS Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsive BIDDERS. When the Agreement is executed, the bonds of the two remaining unsuccessful BIDDERS will be returned The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. G:\P ROJECTS\2008\08068\SP ECS. doc 2-2 A conditional or qualified BID will not be accepted Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Michael T Battle, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509)966-7000, FAX: (509)965-3800 G:\PROJECTS\2008\08068\SPECS.doc 2-3 G:\PROJECTS\2008\08068\SPECS.doc SECTION 3 - BID PACKAGE 3-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid* (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided (b) Bid Signature Page To be filled in and signed by the bidder (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder information. (f) Bidder's Data Form This form to be completed by the bidder (g) MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non- responsive The following forms are to be executed and/or submitted for approval after the Contract is awarded. (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. (2) Contract Bond to be executed by the successful bidder and his surety company Provide Power of Attorney (3) Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors (5) Schedule of Working Hours to be executed by the successful bidder G:\PROJECTS\2008\08068\SP ECS.doc 3-2 City of Yakima 129 North 2nd Street Yakima, Washington 98901 BID PROPOSAL N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2220 A Proposal of ' `0 ?�C'� , _.1----Y\C (hereinafter called "BIDDER"), organized and existing under the la of the State of IaSln1`4t'f'ah doing business as 4'- Co!`Qox-a-ttlokc 1 To the CITY OF YAKIMA, Washington, (hereinafter called "OWNER") In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS — City Project No IR2220, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT in accordance with Section 1-08.5 of these Special Provisions. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1-08 9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA. Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts. 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G:\PROJECTS\2008\08068\SPECS.doc 3-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO IR2220 HLA PROJECT NO 08068 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS SCHEDULE A - N. HILLCREST IRRIGATION SYSTEM 1 Mobilization LS 1 X = ( 5160 » 2 Project Temporary Traffic Control LS 1 X =3, 670.4* 3 Clearing and Grubbing LS 1 X = S?_O-S--(2- 4 Pipe Cleaning and Inspection LF 370 X '4, a = 1/ ..7.°6 5 Obstruction Removal EA 1 X W'°,9- = 47,1.0,9Q - 6 Access Pit EA 9 X S%7.95- = 2t4d 7 Horizontal Directional Drill 6 -Inch HDPE Pipe LF 650 X )1,-1. U(t = 2,5? bOD c'' 8 Horizontal Directional Drill 4 -Inch HDPE Pipe LF 145 X 3)-1. OD = W .3O 00 ' 9 Horizontal Directional Drill 3 -Inch HDPE Pipe LF 1,650 X 23 6i) = f� 37, 663 10 Horizontal Directional Drill 2 -Inch HDPE Pipe LF 160 X 9,7 v0 = 1-1 3a fj 00 11 Slipline 2 -Inch HDPE Pipe LF 370 X 1 0V = 3 330.06 12 6 -Inch Gate Valve EA 1 X l(J1. 60 = till, 60 13 4 -Inch Gate Valve EA 1 X TOO bd = ',00.. 66 14 3 -Inch Gate Valve EA 2 X 1.1 Lt 0. DO = cP get ix) O/ 15 2 -Inch Gate Valve EA 2 X 13!.10, OO = gQ,60 16 Service Connection for HDPE EA 69 X / 7d. DO = 11,730.‘50 17 Service Valve EA 69 X 15-p, 120 = lD 364 ju 18 Type 1 Valve Box EA 6 X 105.0c' = i 1,1)0 . d0 19 Type 2 Valve Box EA 68 X 2q " = j a cy Oa lo 20 Service Lateral LF 450 X 12. ria = i . "'' 21 Blow-Off/Flushing Valve Assembly EA 1 X '3 i l, 0° = Ia." 22 Shoring or Extra Excavation LS 1 X 1 6: 66 = i 61 66 23 Trench Repair, Type 2 (3") SY 26 X it $Qt2 = (14,(o46,01- 24 Sodded Lawn Repair SY 40 X (3i S2Q- = 3 Go.__ 25 Cement Concrete Curb and Gutter LF 20 X ZA. ' = lk,`60,°� 26 Concrete Slab, 4 -Inch Thick SY 2 X S2. .C2 -Q-• = 1 OA 0° 27 Select Backfill TON 25 X 90. 6° = 5). '6 3-4 ADDENDUM NO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 28 Minor Changes FA EST X 5,000 00 = 5,000.00 SCHEDULE A SUBTOTAL `45-21 3, c4 STATE SALES TAX 8.2%/'3/ A-47 1n SCHEDULE A TOTAL 17g 7/20 SCHEDULE B - HILLCREST IRRIGATION SYSTEM 29 Mobilization LS 1 X = 2 1, 6a0 -45t? 30 Project Temporary Traffic Control LS 1 X = 19,000. , 31 Clearing and Grubbing LS 1 X = S`ZD, Q_ 32 Pipe Cleaning and Inspection LF 1,800 X 4-1.12. = '7 776✓ C4 33 Obstruction Removal EA 3 X W2,140 00 = 1,net �. 34 Access Pit EA 2 X cl7,9.—CL = `i 1'7 4.Q.S2- 35 Slipline 6 -Inch HDPE Pipe LF 330 X f lar bl' = -l' 266,66 36 Slipline 4 -Inch HDPE Pipe LF 1,470 X 6)6 " = //.1 7LV cl? 37 Trench 6 -Inch PVC Pipe LF 330 X j'7 o' _ 5 c/(� d6 38 Trench 4 -Inch PVC Pipe LF 1,845 X )3,00 = i /3i /S75 -,A" 39 Trench 3 -Inch PVC Pipe LF 2,125 X l 1, 51= 9-i/ xi 3'7. 50 40 6 -Inch Gate Valve EA 2 X (y 3 :J. ca = " U70.60 41 4 -Inch Gate Valve EA 4 X 41 ga `Pg) = 4 ei gO4 !' 42 3 -Inch Gate Valve EA 4 X 1./ 5l7 "o = 1.6'60.°') 43 2 -Inch Gate Valve EA 4 X 3 85,°' = I. 6-41,0.6`" 44 Service Connection for HDPE EA 52 X / '7 I. pO = 8 5.°/.2_4° 45 Service Connection for PVC EA 131 X j '73.4'6 = 22,6b3, `'` 46 Service Valve EA 183 X ` 4j 8 do = 2.70 c ' 47 Type 1 Valve Box EA 54 X 73, d0= " 3 ' , 00 48 Type 2 Valve Box EA 146 X '2 f.6‘) = b 8Z 49 Service Lateral LF 1,800 X fl 8L = 7 Pi,gam-€X7 50 Shoring or Extra Excavation LS 1 X e /1A = 5, n:1 51 Roadway Excavation Including Haul CY 785 X '7- qv = %_, 1 ), rad 1F-1� 52 Trench Repair, Type 1 (2") SY 30 X a by = go O E 53 Trench Repair, Type 2 (3") SY 550 X 53. pp = 16 /�d1 54 HMA Cl. 3/8" PG 64-28 TON 570 X d° / 69 01 55 Gravel Surfacing Repair SY 3,400 X.12 = CO -9 q: tb 56 Sodded Lawn Repair SY 30 X l iD VD = A-70 ,,,e 57 Cement Concrete Curb and Gutter LF 30 X ;,14 60 = 7V) oi.) 58 Concrete Slab, 4 -Inch Thick SY 20 X 5°2. ao = 1, OLIO, c''' 3-5 ADDENDUM NO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 59 Concrete Slab, 6 -Inch Thick SY 20 X /J 00 = 1 gti Q 06 60 Select Backfill TON 275 X ) 1. 60 = 7 747,6° 61 Crushed Surfacing Base Course TON 940 X ;) by = ;® C?R,0 62 Minor Changes FA EST X 5,000.00 = 5,000.00 SCHEDULE B SUBTOTAL 35I -i, yh 5-0 STATE SALES TAX 8.2% 9, typi.03 SCHEDULE B TOTAL 3 g3 030a 53 SCHEDULE C - BUENA VISTA IRRIGATION SYSTEM 63 Mobilization LS 1 X = % da .°('' 64 Project Temporary Traffic Control LS 1 X = Al). '(1 65 Clearing and Grubbing LS 1 X = Szo.00 66 Pipe Cleaning and Inspection LF 240 X = I, liA. 60 67 Obstruction Removal EA 1 X v►2O. = Uup , Oo 68 Access Pit EA 1 X S7. gS2- = %700 5%7°0 69 Slipline 4 -Inch HDPE Pipe LF 240 X 12 , 06 = , ?ea 70 Trench 4 -Inch PVC Pipe LF 450 X 13. DD = 5, g56, 4'' 71 4 -Inch Gate Valve EA 1 X !j L11. bd = PI %, °a 72 Service Connection for PVC EA 19 X 17 J 00 = '3 9.2 611 73 Service Valve EA 38 X / Li F. 64 = 5, 69-y.:44 S 74 Type 1 Valve Box EA 4 X 1 q O. Ca = 7a. 0 75 Type 2 Valve Box EA 35 X al,c`0 = r, 016, , 60 76 Service Lateral LF 330 X I /, rib = 0 “,,,,,0 77 Shoring or Extra Excavation LS 1 X /312 0o = ` 0. 00 78 Roadway Excavation Including Haul CY 150 X g, b0 = 1300. 00 79 HMA Cl. 3/8" PG 64-28 TON 110 X j 3 g e " = j..l ?()` C)+' 80 Sodded Lawn Repair SY 20 X 9 00 = / t i FYI !/ 81 Concrete Slab, 6 -Inch Thick SY 10 X % . 6° 110. = 1',r 82 Select Backfill TON 10 X c0 = 940, r•J 83 Crushed Surfacing Base Course TON 210 X ,'. Da = 1-1 fad ' LI° 84 Minor Changes FA EST X 5,000 00 = 5,000.00 SCHEDULE C SUBTOTAL 66-73 to STATE SALES TAX 8.2% 5- sio- Oa SCHEDULE C TOTAL 7 / 111_ L L SCHEDULE A+ SCHEDULE B+ SCHEDULE C TOTAL 633121.1)-2 3-6 ADDENDUM NO 1 .10 r r r BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON N HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS CITY PROJECT NO IR2220 Project No. 08068 T---V\C- • BIDDER (CO RACTOR) BY A THORI ED 0 FICIAL'S SIGNA RE _Wre1/1�n�5��14/ rinf or type name (Please P YP y ADDRESS PO Qom Z l V Ya-ccA fi GIS– 9i4T02 C— /04/ DATE TIT 2008 Phone ($' 6Sl0 _3O 7 2 FAX. (3C00) (og(o E-mail address. (or -1\Q t\ r e1('O''t-SC)A-C . C C511 - CONTRACTOR LICENSE NUMBER ROT-SCr+-12-00A NOTE: (1) If the bidder is a co -partnership, so state, giving firm name under which business transacted If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to' Huibregtse, Louman Associates, Inc. 801 N 39th Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal G:\P ROJECTS\2008\08068\SPECS.doc 3-7 j3)D DEPOSIT Herewith find deposit In the form of a certified check or cashiers check In the amount of $ 5% *** which amount is not less than five percent (6%) of our total bid for this project Sign Here OR BID BONA KNOW ALL PERSONS BY THESE PRESENTS That we Rotschy, Inc Safeco Insurance Company of America firmly bound unto the CITY OF YAKIMA, as Five Percent of Total Amount Bid (5%) *** Principal and the Surety bind themselves, their heirs, executors, 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 N, HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS — City Project No. IR2220, 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 torce and effect and the surely shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 8th DAY OF October , 2008 Rotschy, Inc 1,9E as Principal, and , as Surety, are held and Obligee, In the penal sum of Dollars, for the payment of which the administrators, successors and assigns, G.‘PROJECT9\2008b606819PEC6 doc Principal Safeco Insurance Company of America Surety October 8 , 2008 Vicki Mather, Attorney -in -Fact 3-8 11-.911,01 afeco POWER OF ATTORNEY Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 No. 7521 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint 'COLLEEN A BRADSHAW, GLORIA BRUNING, GENE M. DIETZMAN; J PATRICK DOONEY, JAMES P DOONEY, PHILIP 0 PORKER, JOHN D KLUMP; RICHARD W KOWALSKI, VICKI MATHER, BRENT OLSON, RAY M. PAIEMENT, KAREN A. PIERCE, TAMARA A RINGEISEN, Portland, Oregon its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 28th day of July ' 2005 ,atiecioZdot_/ STEPHANIE DALEY-WATSON, SECRETARY MIKE PETERS, PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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 attomeys-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 SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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, Stephanie Daley -Watson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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 these corporations, 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 Attomey 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 8th S-0974/DS 4/05 day of October 2008 STEPHANIE DALEY-WATSON, SECRETARY Safeco and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF STATE OF WASHINGTON COUNTY OF ) ss. NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT 0 SCh , being first duly sworn, on oath says that the bid above submitted is enuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. Sign and sworn to (or affirmed) YVONNE M BASTION Notary Public State of Washington My Commission Expires November Ob, 2010 before me G:\PROD ECTS\2008\08068\SPECS.doc (Contractor's Signature on ac6\peir 1 , 2008, by 3-9 Not_ Public MkAjpointment Expires 1 1 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follows. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJ ECTS\2008\08068\SPECS.doc 3-10 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name CITY OF YAKIMA Project No IR2220/08068 N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18 106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below The work to be performed is to be listed below the subcontractor(s) name If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Categories of Work Subcontractor Name Categories of Work f / Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G: \PROJECTS \2008\08068\S P E C S. d oc 3-11 Subcontractor List To be Submitted with the Bid Proposal Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below Prime Contractor Name \ZOtS 1 Categories of Work EX'C, R .J©� �Akkou\k�tiC.�-ZANA-, p\ r2 I (,\ o�s1�r O. -Q c_ - ► 2 %Ck�Sc,-8 '( CZi)C.�� .c)£�M fie/ ZS?, Zi aNc\ c? s A -s t l t I0.inVieND G:\PROJECTS\2008\08068\SP ECS.doc 3-12 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be. nSu C���C 2 whose address is. \)0 o)(? -t Z( Street City BIDDER The name of the Bidder submitting this Bid is State QIDA-sut._C/� Zip whose address is: Po 29-0 '/cLco l W Street City State 78'(o'7S Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: Coc'NQtl 4..tcc. j- Vice ?res \")(\-k--- $c tn-t-R-os'c - Pcesi sknk-- Ge GI ( � ol�cJ��-- SeCf� bC1 w of c Ut`ce p res (J c n4 Pte? P-o-tsc.C- Vice re5i.iQyyfi G:\PROJ ECTS\2008\08068\SP ECS.doc 3-13 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. i CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000 Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible G:\PROJ ECTS\2008\08068\SPECS.doc 3-15 1 1 1 1 1 1 1 1 1 1 1 1 1 RESOLUTION NO. D - 4 8 1 & 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 c Ps with it the obli- gation of contracting with.Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY /Ht. CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this .�5 NL day of 1983. ATTEST: City Clerk \q. Mayor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this Contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media, and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives G:\PROJECTS\2008\08068\SPECS.doc 3-17 The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. Non-cooperation In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. G:\PROJECTS\2008\08068\SPECS. doc 3-18 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Ko +S )>i 1/4 C. certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract: EXCeLtat:1Jc:tn gMkocAn‘c—m-Vt AA Icw (.9ciLec h �?Lo,c�c NA -e kvr�i 8c n eqv irve h > l3 ' f d- r sI lameTST rV'ceS( rrzr51k p .1+ OPQrc't-oS-S 0.(-ctooc'i rS and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being. ScAjtAZ CAS Gl bov e and, 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Conditions. G \PROJECTS\2008\08068\SPECS.doc (Signature • Aut • ed Representative of Bidder) 3-19 SUBCONTRACTOR'S CERTIFICATION Subcoritracfo'sCertification"isnot�required.a`t';ttie=time ofibid This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract: and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being. and, 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. G:\PROJECTS\2008\08068\SPECS. doc (Signature of Authorized Representative of Subcontractor) 3-20 Materially and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid Failure to submit the certification will render the bid non-responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof In regard to these conditions, if the contractor of subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. G:\PROJECTS\2008\08068\SPECS doc 3-21 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance G:\PROJECTS\2008108068\SPECS. doc 3-22 PROPOSAL N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2220 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 ❑ IN THE AMOUNT OF $ CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND ,' IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No (s) , , and SIGNATURE OF AUTHORIZED OFFICIALS FIRM NAME {� (ADDRESS) �`.�CJ�-r-5c1C P'o. �0�290 \)/0.Co\'k-1 Id Pc 6I1 1:3-7S— PHONE NUMBER (?o) 686- oy FAX NUMBER (36o\ (AI° -%OS -'3 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER. FEDERAL ID NO. ( k7 -02.0C -- Note (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1-02 6 of the Standard Specifications, re "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication G:\PROJ ECTS\2008\08068\SPECS.doc 3-23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 16 EXPERIENCE - Continued (Required) A. How many years has applicant been in business under present name? (Required) As a prime contractor? 20 YQo-r 5 As a subcontractor? B. How many years' experience in construction�work has applicant had? (Required) / 2-0 J -tNr5 As a subcontractor? As a prime contractor? 17 EXPERIENCE - Continued (Required) 20 Yec.r ? What is the construction experience of all owners, officers, partners and principal individuals in applicants organization? Also, list any other individuals or organizations that control or influence bidding in any way and to any extent. Attach additional sheets, if needed Individual's Name Present Position or Office Years of Construction Experience Magnitude and Type of Work kQY\i"-- n -p SC^.t. Pres 1 deyn'— 2 -LN. Hg1tr�sXVO{0o\ %Q P-at-sc l,. V 1 ce Q1 ml eX\1 27. %cew Q.otis c.4, Pcoec-t'Sufer)htela 20 COf v..e I I ?c}s ck. V; c.e Pc -es; A k-- VS LbtQ U s !co .s t . ; ect"suPe6 n'tiV404at- 29 Aos'lh lF-so.r- Pcoect-Miy.0.ter- 11 -COfrk, -ec1/o pcaaecA- Mixv.p.ter t2 S kcr Vco rest Pcb, ect- MAru.�e r— l Z ftw ScI"."Aeusser Vt"t5:>ec_t--it& tr- l2 &rovN'' — S°rvJvNe Y\ Wf is zc't- Su Pervn-tile. r 1r?› V 18 Following space may be used for general remarks and explanations pertaining to the foregoing prequalification statements. Explain here any claimed experience of a business organization or entity other than the applicant, including that of any business entity which was a predecessor of applicant or whi h has been acquired by applicant. 2008-09 Prime Contractor Prequalrfication Application Page 22 Revised June 2008 Rotschy, Inc. Construction Experience Summary Rotschy, Inc incorporated in 1988 and has since been working in the construction industry performing street construction, utility work and heavy excavation We currently employ approximately 90-100 people and own a large variety of heavy construction equipment. This incluces 26 excavators, 16 dozers, 4 backhoes, 12 loaders, 15 rollers/compactors, scrapers, off-road dump trucks, graders, highway trucks and numerous other support equipment. We have many highly skilled employees with much experience in street construction and utility work. SE Mill Plain Blvd. Extension Owner City of Vancouver Contact: Charles Fell Engineer City of Vancouver Contact: Charles Fell Phone #. (360) 696-8050 Phone (360) 696-8050 Year Completed 2005 Contract Amount: $3,264,758 95 Description Construction of new major urban arterial roadway almost one mile in length incl grading, drainage work, sewer, water, concrete, paving, landscaping & electrical 99th Street Park & Ride Facility Owner C -Tran Contact: Cliff Price Phone #. 360-696-4494 Year Completed 2007 Engineer Parsons Brinkerhoff Contact: Jerome Duletzke Phone #• 503-799-7475 Contract Amount: $3,382,721 00 Description Construction of a new county street and a 610 space parking lot including a massive underground stormwater detention system, sanitary sewer & water North Parkway Street Improvements; Battle Ground, WA Owner City of Battle Ground Engineer Parametrix, Inc. Contact: Rob Charles Contact: Brian Bierwagon Phone #. (360) 423-5060 Phone #. (503) 233-2400 Year Completed. 2002 Contract Amount: $1,119,553 48 Description Full street improvements incl. 48" storm piping, complete new water system, curbs, sidewalks, asphalt paving, traffic signal work, electrical and illumination, striping, signing, and landscaping Pasco LID 139; Pasco, WA Owner City of Pasco Engineer City of Pasco Contact: Norm Rummel Contact: Norm Rummel Phone #. (509) 545-3444 Phone #. (509) 545-3444 Year Completed: 2002 Contract Amount: $385,000 00 Description Installation of approx 3000 If of street including sanitary sewer, water, storm sewer, curbs & sidewalks, paving, landscaping and electrical. NE 134th Street Improvements; Clark County, WA Owner Clark County Public Works Contact: Harold Mulherin Phone #t (360) 397-6118 Year Completed 2003 Engineer Clark Co Engineering Contact: Harold Mulherin Phone. (360) 397-6118 Contract Amount: $2,500,000 00 Description Improvements of approx 75 miles of existing county street complete with retaining walls, storm sewer piping, detention ponds, storm water outfall facilities, sanitary sewer, pedestrian barriers, clearing & grubbing, electrical incl streetlights & traffic signals, landscaping, curbs, rock, & asphalt paving, fencing, wetland mitigation, etc. County Line Road Culvert Replacement; Benton County, WA Owner Benton County Public Works Engineer Benton Co Engineering Contact: Marty Grooms Contact: Marty Grooms Phone #• (509) 786-5611 Phone. (509) 786-5611 Year Completed 2003 Contract Amount: $158,106 66 Description Installation of 120 If of 5'x10' precast box culvert, roadway excavation, rock placement, asphalt paving, guard rails, and armor lining of an existing irrigation canal. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2004 Citywide Street and Utility Rehab Project; Camas, WA Owner City of Camas Public Works Contact: Jim Hodges Phone #. (360) 817-1561 Year Completed 2004 Contract Amount: $1,480,000 00 Description. Excavation, grading, storm, sewer, waterline, asphalt paving, sidewalks, cement amending of street sub -base, striping, etc. Engineer HHPR Contact: Chris Robertson Phone. (360) 750-1131 pg 2 Pioneer Canyon Subdivision; Ridgefield, WA Owner Horns Corner Properties Contact: Mark Jeffries Phone #. (360) 518-1747 Year Completed 2007 Description Construction of a 279 lot subdivision including mass excavation, sewer, storm drain, and waterlines, wetland work, streets and a regional sewer pump station Work also included a round -about intersection on the state highway frontage Engineer Hopper, Dennis, Jellison Contact: Greg Jellison Phone (360) 695-3488 Contract Amount: $9,500,000 00 Washington Street Improvements, Napavine, WA Owner City of Napavine Contact: Steve Ashley Phone #. (360) 880-8231 Year Completed 2006 Engineer Gibbs & Olson Contact: Carol Ruiz Phone (360) 425-0991 Contract Amount: $643,176 00 Description Clearing, grubbing, grading, drainage, demolition, asphalt and concrete paving, landscaping, water system modifications, traffic signals and associated misc work. NE 167th Ave Watermain Construction Owner Clark Public Utilities Contact: Barry Lovingood Phone #• (360) 992-8022 Year Completed 2005 Description Installation of 6435 If of water main Engineer Clark Public Utilities Contact: Barry Lovingood Phone (360) 992-8022 Contract Amount: $348,371 00 in an existing street including excavation, pipe installation, valves, connections to existing, services, paving & overlaying Dredge Disposal Site Owner Port of Vancouver Contact: Kim Shaffer Phone #. (360) 992-1127 Year Completed 2005 USBR Owner. Contact: Phone #. ar Completed Description R 170 Owner Contact: Phone #. 3r Completed Description Engineer Berger/Abam Engineers Contact: Monty Edberg Phone. 503-731-6041 Contract Amount: $997,000 00 Description Mass excavation, grading, piping for dredge diposal facility Irrigation Project Canal Realignment Benton County Marty Groom Engineer. Benton County Contact: Marty Groom (509) 786-5611 Phone (509) 786-5611 2008 Contract Amount: $408,194 00 Excavation and embankment of approximately 23,000 yrds, 500 yards of concrete canal liner, irrigation vault and pump Landslide Area Canal Relocation Franklin County Robert Richmond Engineer. HDR Engineering Contact: Bill Pope (509) 545-3514 Phone (509) 546-2040 2008 Contract Amount: $666,063 00 Installation of over 11,000 If of irrigation pipe varying from 6" to 27", concrete irrigation structures, demolition of canal liner, various other related scopes of work. SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2008\08068\SPECS.doc 4-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT THI QGREEMENT, made and entered into in triplicate, this day of , 2008, by and between the City of Yakima, hereinafter called the OWNER, and RU'i�5 b1tt , hereinafter called the CONTRACTOR, WITNESSETH. That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows. The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS - City Project No. IR2220, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof Work shall start within ten (10) calendar days after Notice to Proceed and shall be completed by the dates set forth in Section 1-08.5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9 The CONTRACTOR shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifi- cations to be furnished by the OWNER. II The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR. G:\PROJECTS\2008\08068\SPECS.doc 4-2 1 1 1 1 1 1 1 1 1 1 1 1 1 Y 1 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written OWNER. City of Yakima, Washington (SEAL) By Name. R. A. Zais, Jr. Title. City Manager CONTRACTOR: By: Name: Tree), re s. (Please Print or Type) / Address. PO 6 OK zoo vA-coLA—tAr�1- Phone: 360 - ��%� 301Z_ FAX. 36G - t`2 -TOS-3 E-mail Address. real-�-SGI✓t?� \ �G GGA Employer Identification Number [ l ' LK Z G:\PROJECTS\2008\08068\SPECS.doc 4-3 ATTEST. Name. Deborah J. Mbor Title City Clerk (SEAL) ATTEST rte. Name: K-fv,UveZ-LQ 7sc (Please Print or Type) Bond # 6598663 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS' That we, the undersigned, Rotschy, Inc. as principal, and Safeco 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, are jointly and severally held and firmly bound to the City of Yakima in the penal sum of $ Six Hundred * for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. * Thirty -Three Thousand One Hundred Twenty -Two and 02/100 ($633,122.02) *** This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at Yakima , Washington, thie day of _ , 2008 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on `CPO , 2008, the City Manager and City Clerk of said City of Yakima has let or is about to let to the said Rotschy, Inc. the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No. IR2220, and providing for the construction of N. HILLCREST. HILLCREST & BUENA VISTA BRIGAT_ION SYSTEM IMPROVEMENTS (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Rotschy, Inc. shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontrac- tors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. SURETY: Safeco Insurance Company of America By. Name: Vicki Mather, Attorney -in -Fact (Please Print or Type) Agent: J. Patrick Dooney (SEAL) ATTEST: Address: Anchor Insurance & Surety, Inc. Name: J. Patrick Dooney 1201 SW 12th Ave., Suite 500 Portland, OR 97205 G APRO.I E C T St2C06N06068 KS PEGS. ox 4-4 (Please Print or Type) Agent/Witness to Surety 1 1 1 1 ' ity Attorney 5 • - -fly >-t C 1 1 1 1 1 1 1 1 1 1 1 G'1PROJECTS OOMOBOWSPECS.doc 1 CONTRACTOR: Rotschy, Inc. By: . -011,A,14- (Please Print or Type) / Name: Approved as to Form: Safeco POWER OF ATTORNEY Safeco Insurance Companies PO Box 34526 Seattle, WA 95124-1526 No. 7521 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint 'COLLEEN A BRADSHAW, GLORIA BRUNING, GENE M. DIETZMAN; 1 PATRICK DOONEY, JAMES P DOONEY, PHILIP 0 PORKER, JOHN D KLUMP; RICHARD W KOWALSKI; VICKI MATHER, BRENT OLSON; RAY M. PAIEMENT, KAREN A. PIERCE, TAMARA A RINGEISEN; Portland, Oregon its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 28th STEPHANIE DALEY-WATSON, SECRETARY day of July MIKE PETERS, PRESIDENT, SURETY 2005 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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 attomeys-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 SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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, Stephanie Daley -Watson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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 these corporations, and of a Power of Attomey issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attomey 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 S-0974/DS 4/05 day of STEPHANIE DALEY-WATSON, SECRETARY Safeco and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACORD,. CERTIFICATE OF LIABILITY INSURANCE OP ID SL ROTSC-1 DATE (MM/ODIYYYY) 10/22/08 PRODUCER Anchor Insurance - Portland 1201 SW 12th Ave., Suite 500 Portland OR 97205-2030 Phone:503-224-2500 Fax:503-224-9830 INSURED Rotschy Inc. PO Box 290 Yacolt WA 98675 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURERA Valley Forge Insurance Co. 1 20508 INSURER B Continental Insurance Company 35289 INSURER C Transportation insurance co INSURER D INSURER E 20494 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADD'L POLICY NUMBER LTR INSRD TYPE OF INSURANCE ABOVE FOR THE POLICY PER;OD INDICATED RESPECT TO WHICH THIS CERTIFICATE MAY TO ALL THE TERMS EXCLUSIONS AND CONDITIONS POLICY EFFECTIVE POLIC'YEXPIRATION DATE (MM/DD/YY) DATE (MM/DDIYY) NOTWITHSTANDING BE ISSUED OR OF SUCH LIMITS GENERAL LIABILITY EACH OCCURRENCE I s_1. , 000,000 A X X COMMERCIAL GENERAL LIABILITY TCP2079994139 11/29/07 11/29/08 -DANTAGETO RENTED — PREMISES (Ea occurence) s300,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $5,000 X { $1 , 000 , 000 LIMITS LIMITED JOBSITE POLLUTION PERSONAL B ADV INJURY $ 1 , 000 , 00 0 X I GL PD DEDUCT. 1$2,000 PER OCCURRENCE GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER I PRODUCTS COMP/OP AGG 1 s 2,000,000 POLICY IX I jECOT LOC ' WA STP GP 1 1,000,000 AUTOMOBILE LIABILITY B X ANY AUTO BUA2079994142 11/29/07 11/29/08 ALL OWNED AUTOS COMBINED SINGLE LIMIT E 1 000 000 (Ea accident) r r f BODILY INJURY SCHEDULED AUTOS (Per person( ( s X HIRED AUTOS BODILY INJURY $ X NON-OVVNEO AUTOS (Per accident) PROPERTY DAMAGE (Per accident} s GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ I AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $5,000,000 C X OCCUR I CLAIMSMADE CUP2079994156 11/29/07 11/29/08 AGGREGATE E 5,000,000 _I E DEDUCTIBLE $ X RETENTION $ 10 , 000 $ 1 WORKERS COMPENSATION ANDWC STATUS Ol H• TORY LIMITS ER 1 EMPLOYERS' LIABILITY _ __ ANY PROPRIETOR/PARTNER/EXECUTIVE _E L EACH ACCIDENT _ —$ _ OFFICER/MEMBER EXCLUDED? E L DISEASE EA EMPLOYEE $ If yes, descnbe under SPECIAL PROVISIONS below E L DISEASE - POLICY LIMIT $ . OTHER DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS AOOEO BY ENDORSEMENT I SPECIAL PROVISIONS RE: N HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS THE CITY OF YAKIMA, WASHINGTON AND ITS OFFICERS, ELECT4ED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, & HUIBREGTSE, LOUMAN ASSICATES, INC. ARE PRIMARY ADDITIONAL INSUREDS PER ATTACHED ENDORSEMENT G-140331-A(01/O1) WHICH FORMS A PART OF THE INSURED'S GENERAL LIABILITY POLICY. CERTIFICATE HOLDER CANCELLATION YAKIM-2 CITY OF YAKIMA 129 NORTH 2ND STREET YAKIMA WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEF -ABPRGGGNS TIV6S. AUTHOD (EPR A ACORD 25 (2001!08) ACORD CORPORATION 1988 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08 0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from i, 00 a.m to E . 3 0 p.m., 11 days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1-08 0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. G:\P ROJ ECTS\2008\08068\SP ECS. doc 4-6 h C. L `l 12 G Contractor l Pt. Signature Date SECTION 5 - LABOR STANDARDS AND G:\PROJ ECTS\2008\08068\SPECS.doc WAGE RATE CONDITIONS 5-1 1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRAC- TOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified G:\PROJ ECTS\2008\06068\SPECS.doc 5-2 1 1 1 1 1 1 1 1 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.25 1H 5D BOILERMAKERS JOURNEY LEVEL $50.33 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37 52 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $45 46 1M 5D CARPENTER $36.22 1M 5D CREOSOTED MATERIAL $36.22 1M 5D DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 5D FLOOR LAYER $36.22 1M 5D FLOOR SANDER $36.22 1M 5D MILLWRIGHT $46.46 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $45 66 1M 5D SAWFILER $36.22 1M 5D SHINGLER $36.22 1M 5D STATIONARY POWER SAW OPERATOR $36.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 5D CEMENT MASONS JOURNEY LEVEL $33 81 1N 5D DIVERS & TENDERS DIVER $92.31 1M 5D 8A DIVER TENDER $49 84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47 09 1T 5D 8L ASSISTANT MATE (DECKHAND) $46.58 1T 5D 8L BOATMEN $47 09 1T 5D 8L ENGINEER WELDER $47 14 1T 5D 8L LEVERMAN, HYDRAULIC $48 71 1T 5D 8L MAINTENANCE $46 58 1T 5D 8L MATES $47 09 1T 5D 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31 66 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $2099 1 Page 1 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $47.21 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $56 53 4A 5A CERTIFIED LINE WELDER $51 64 4A 5A GROUNDPERSON $37 15 4A 5A HEAD GROUNDPERSON $39 19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51 64 4A 5A JACKHAMMER OPERATOR $3919 4A 5A JOURNEY LEVEL LINEPERSON $51 64 4A 5A LINE EQUIPMENT OPERATOR $43 83 4A 5A POLE SPRAYER $51 64 4A 5A POWDERPERSON $3919 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $60 85 4A 6Q MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 72 1 LABORER $8 07 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $28.37 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1 B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31 16 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8 07 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL Page 2 $44 52 10 5A 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i r 1 1 1 1 1 1 1 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18 12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $30.25 1H 5D PIPE LAYER $30.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9 00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $9 00 1 LATHERS JOURNEY LEVEL $36.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 MODULAR BUILDINGS JOURNEY LEVEL $1411 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $44 83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 07 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57 74 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44 64 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $47 42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $47 91 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $48 46 1T 5D 8L BACKHOES, (75 HP & UNDER) $47 00 1T 5D 8L BACKHOES, (OVER 75 HP) $47.42 1T 5D 8L BARRIER MACHINE (ZIPPER) $47 42 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $47 42 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $47 00 1T 5D 8L BOBCAT (SKID STEER) $44 64 1T 5D 8L BROOMS $44 64 1T 5D 8L BUMP CUTTER $47 42 1T 5D 8L CABLEWAYS $47 91 1T 5D 8L CHIPPER $47 42 1T 50 8L COMPRESSORS $44 64 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D 8L CONCRETE PUMPS $47 00 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47 42 1T 5D 8L CONVEYORS $47 00 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $47 00 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47 42 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47 91 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY EFFECTIVE 08/31/08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER CRANES, A -FRAME, OVER 10 TON CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM CRUSHERS DECK ENGINEER/DECK WINCHES (POWER) DERRICK, BUILDING DOZERS, D-9 & UNDER DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT DRILLING MACHINE ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE EQUIPMENT SERVICE ENGINEER (OILER) FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) FORK LIFTS, (UNDER 3000 LBS) GRADE ENGINEER GRADECHECKER AND STAKEMAN GUARDRAIL PUNCH HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS HORIZONTAUDIRECTIONAL DRILL LOCATOR HORIZONTAUDIRECTIONAL DRILL OPERATOR HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) LOADERS, OVERHEAD (6 YD UP TO 8 YD) LOADERS, OVERHEAD (8 YD & OVER) LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED LOCOMOTIVES, ALL MECHANICS, ALL MIXERS, ASPHALT PLANT MOTOR PATROL GRADER (FINISHING) MOTOR PATROL GRADER (NON -FINISHING) MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER PILEDRIVER (OTHER THAN CRANE MOUNT) PLANT OILER (ASPHALT, CRUSHER) POSTHOLE DIGGER, MECHANICAL POWER PLANT PUMPS, WATER QUAD 9, D-10, AND HD -41 REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN Page 4 $48 46 $47 03 1T 5D 8L 1T 5D 8L $44 64 1T 5D 8L $47 00 1T 5D 8L $47 09 1T 5D 8L $47 42 1T 5D 8L $47 91 1T 5D 8L $48 46 1T 5D 8L $48 46 1T 5D 8L $47 03 1T 5D 8L $47 42 1T 5D 8L $47 42 1T 5D 8L $47.91 1T 5D 8L $47 00 1T 5D 8L $47 00 1T 5D 8L $47 42 1T 5D 8L $44 64 1T 5D 8L $47 00 1T 5D 8L $47 42 1T 5D 8L $47 00 1T 5D 8L $44 64 1T 5D 8L $47 00 1T 5D 8L $44 64 1T 5D 8L $47 42 1T 5D 8L $47 00 1T 5D 8L $47 00 1T 5D 8L $47 42 1T 5D 8L $44 64 1T 5D 8L $47 00 1T 5D 8L $47 91 1T 5D 8L $48 46 1T 5D 8L $47 42 1T 5D 8L $47 42 1T 5D 8L $47 91 1T 5D 8L $47 42 1T 5D 8L $47 42 1T 5D 8L $47 00 1T 5D 8L $47 91 1T 5D 8L $44 64 1T 5D 8L $44 64 1T 5D 8L $47 42 1T 50 8L $47 00 1T 5D 8L $44 64 1T 5D 8L $44 64 1T 5D 8L $44 64 1T 5D 8L $47 91 1T 5D 8L $47 91 1T 5D 8L $44 64 1T 5D 8L 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 i 1 1 1 1 1 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $47 91 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47 00 1T 5D 8L ROTO -MILL, ROTO -GRINDER $47 42 1T 5D 8L SAWS, CONCRETE $47 00 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47 42 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47 00 1T 5D 8L SCREED MAN $47 42 1T 5D 8L SHOTCRETE GUNITE $44 64 1T 5D 8L SLIPFORM PAVERS $47 91 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $47 42 1T 5D 8L SUBGRADE TRIMMER $47 42 1T 5D 8L TOWER BUCKET ELEVATORS $47 00 1T 5D 8L TRACTORS, (75 HP & UNDER) $47 00 1T 5D 8L TRACTORS, (OVER 75 HP) $47 42 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $47 42 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47 91 1T 5D 8L TRENCHING MACHINES $47 00 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47 00 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47 42 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $47 42 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $44 64 1T 5D 8L YO YO PAY DOZER $47 42 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37 61 4A 5A SPRAY PERSON $35 73 4A 5A TREE EQUIPMENT OPERATOR $36 19 4A 5A TREE TRIMMER $33.69 4A 5A TREE TRIMMER GROUNDPERSON $25 43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $57 74 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29 00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14 58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $1186 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19 08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 07 1 Page 5 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (HELD OR SHOP) SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL Page 6 $13 89 1 $15 56 1 $32.26 1B 5A $17 55 1 $17 00 1 $31 31 2P 51 $34 31 2P 51 $44 78 1B 5A $14 65 1 $23.11 1N 5A $8 07 1 $44 35 1R 5Q $13.23 1 $9.25 1 $12.05 1 $15 05 1 $20 00 1 $31 46 2B 5A $17 58 2B 5A $3017 2B 5A $29.26 2B 5A $31 46 2B 5A $30 82 2B 5A $31 46 2B 5A $29.26 2B 5A $16 67 2B 5A $22.19 2B 5A $26 42 2B 5A $23 76 2B 5A $29.26 2B 5A $29 88 2M 5A $25 80 2M 5A $37 90 1K 5A 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I( 1 1 1 1 1 r 1 r 1 1 1 1 1 1 Classification YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08-31-08 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -2- 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6.00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08-31-08 -3- G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). 1. HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY; CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -4- K. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9)- L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). ✓ PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAY1 S- NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS NEW YEAR'S DAY1 , DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2). F PAID HOLIDAYS NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). BENEFIT CODE KEY - EFFECTIVE 08-31-08 -5- G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). 1 PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY, PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEARS DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8 A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0 75, LEVEL B $0.50, AND LEVEL C $0.25 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -6- M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $1 00, LEVELS C & D $0.50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1 00, LEVEL B $0 75, LEVEL C $0.50, AND LEVEL D• $0.25 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12 The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39 12 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39 12 If it is, go to question 2. 2 Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39 12 If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39 12. If not, go to question 4 4 Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12 If yes, go to question 5. 5 Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12 If yes, go to question 6 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39 12 Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. metal rectangular trames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans X 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std Plans. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 2 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std Plans for size and material type X 9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans Welding of aluminum shall be in accordance with Section 9-28 14(3). X 10 Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc , for bridges X 11 Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans Welding of aluminum shall be in accordance with Section 9-28 14(3) X 13 Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling Concrete to conform to Section 9-19 1 of Std. Spec . X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs See Std. Plans X 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections See Std. Plans. X Supplemental to Wage Rates 1 1 1 1 1 1 1 1 f 1 1 3 t 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units See Std. Plans X 20 Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 4 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec Section 6-02 3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders. See Std. Spec Section 6-02 3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02 3(25)A X 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02.3(25)A. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std. Spec Section 6-02 3(25)A X 33 Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std Plans. See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) I See Std. Plans. X Supplemental to Wage Rates 6 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42 Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43 Cutting & bending reinforcing steel X 44 Guardrail components X X Custom End Sec Standard Sec 45 Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48 Electrical wiring/components X 49 treated or untreated timber pile X 50 Girder pads (elastomeric bearing) X 51 Standard Dimension lumber X 52 Irrigation components X Supplemental to Wage Rates 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58 Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 ********AAAA****irk*************************************ir***sir**************************************** (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 LABORER $8 13 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered: BENTON 1 1 1 1 MACHINE OPERATOR $10 53 1 PAINTER $9 76 1 WELDER $16 70 1 1 Counties Covered: CHELAN FITTER $15 04 1 LABORER $9.54 1 MACHINE OPERATOR $9 71 1 PAINTER $9 93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTERANELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Supplemental to Wage Rates 9 1 1 1 1 1 1 1 1 1 C 1 1 1 1 1 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 *****************************AAAAA************************************A AA *A************************* (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $28.63 1E 6H LABORER $20 35 1E 6H MACHINE OPERATOR $29 91 1E 6H PAINTER $26 45 1E 6H WELDER $28 03 1E 6H LAYEROUT $29 91 1E 6H Counties Covered. COWLITZ MACHINE OPERATOR $24 46 1B 6V PAINTER $24 46 1B 6V WELDER $24 46 1B 6V FITTER/WELDER PAINTER Counties Covered: GRANT $10.79 1 $8.07 1 Counties Covered: KING FITTER $15.86 1 LABORER $9 78 1 MACHINE OPERATOR $13.04 1 PAINTER $11 10 1 WELDER 15 48 Counties Covered: KITSAP FITTER $26 96 1 LABORER $8 07 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 ******************AA AAA******A AAA A*******************-J*********************i,AA A k***********irk******* (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16 99 1 LABORER $10 44 1 MACHINE OPERATOR $17.21 1 PAINTER $17 03 1 Counties Covered. PIERCE FITTER $15.25 1 LABORER $10 32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9 79 1 MACHINE OPERATOR $8.84 1 PAINTER $9 98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8 07 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10 80 1 Supplemental to Wage Rates 11 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered' THURSTON FITTER $24.88 1A 6T LABORER $16 61 1A 6T MACHINE OPERATOR $26 95 1A 6T LAYEROUT $26 95 1A 6T WELDER $22.81 1A 6T Counties Covered: WHATCOM FITTERNVELDER $13 81 1 LABORER $9 00 1 MACHINE OPERATOR $13 81 1 Counties Covered' YAKIMA FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11 32 1 Supplemental to Wage Rates 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-2008 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS $9 96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8 61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered. KING ALL CLASSIFICATIONS $13.15 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered. SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8 72 1 LABORER $8 07 1 Supplemental to Wage Rates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13 , 1 1 1 1 1 1 1 1 1 1 r 1 1 1 Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. 1 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" •1 Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Supplemental to Wage Rates 14 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental to Wage Rates 15 1 1 1 1 1 1 1 1 1 t 1 1 1 1 t 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296- 127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2 Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental to Wage Rates 16 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO Kerry S. Radcliff, Editor Washington State Register FROM. Gary Moore, Director Department of Labor and Industries SUBJECT- Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete This position applies only to the delivery of wet concrete It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310 Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you Cc- Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJ ECTS\2008\08068\SPECS.doc 6-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON STANDARD SPECIFICATIONS FOR N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2220 Project No 08068 The 2008 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein G:\PROJECTS\2008\08068\SPECS.doc 6-2 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2220 HLA Project Number 08068 TABLE OF CONTENTS CONTENTS PAGE NO. SPECIAL PROVISIONS . .. 6-4 DESCRIPTION OF WORK. . 6-4 1-01 DEFINITIONS AND TERMS . 6-5 1-02 BID PROCEDURES AND CONDITIONS . 6-7 1-03 AWARD AND EXECUTION OF CONTRACT . 6-10 1-04 SCOPE OF THE WORK .6-12 1-05 CONTROL OF WORK 6-14 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC . ..6-21 1-08 PROSECUTION AND PROGRESS . . . 6-33 1-09 MEASUREMENT AND PAYMENT 6-38 1-10 TEMPORARY TRAFFIC CONTROL . . 6-45 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP• 6-46 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-48 2-03 ROADWAY EXCAVATION AND EMBANKMENT 6-48 2-07 WATERING .6-50 2-09 STRUCTURE EXCAVATION.. . .. 6-50 2-11 TRIMMING AND CLEANUP 6-50 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 6-50 3-02 STOCKPILING AGGREGATES 6-51 4-04 BALLAST AND CRUSHED SURFACING 6-51 5-03 COLD MIX ASPHALT . 6-51 5-04 HOT MIX ASPHALT .. ..6-52 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 6-54 7-09 WATER MAINS 6-55 7-12 VALVES FOR WATER MAINS . . . 6-56 7-20 PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 6-57 8-04 CURBS, GUTTERS, AND SPILLWAYS . 6-63 8-14 CEMENT CONCRETE SIDEWALKS . 6-64 G:\PROJECTS\2008\08068\SPECS.doc 6-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS FOR CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS City of Yakima Project No. IR2220 HLA Project No. 08068 The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows (date APWA GSP) (******) (Regions date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region Region designations are as follows. Regions ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in" Project Specific Special Provisions normally appear only in the contract for which they were developed DESCRIPTION OF WORK City of Yakima Project No. IR2220 Irrigation system improvements including cleaning and inspection of approximately 2,340 linear feet of existing pipes, sliplining approximately 2,340 linear feet of new 2", 4" and 6" HDPE pipe; horizontal directional drilling approximately 2,440 linear feet of new 3", 4" and 6" HDPE pipe, trenching approximately 4,670 linear feet of new 3", 4" and 6" PVC pipe, and installing approximately 285 service connections Work includes installation of new mainline valves, service valves, and service pipes, connection to existing mainline and service pipes of various materials, abandonment and/or G:\PROJECTS\2008\08068\SPECS.doc 6-4 removal of existing pipe and valves, surface restoration including asphalt pavement, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns; and other related improvements. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only All payments will be made on the basis of actual field measurement of Contract work completed All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2008, referenced codes and organizations, and these Special Provisions. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS Section 1-01.3 is supplemented as follows. The terms defined in SECTION 1-01 3 of the Standard Specifications shall be further described by the following Contracting Agency. Engineer - City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchange- able Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Inspector The Engineer's Resident Engineer who observes the Contractor's performance Standard Specifications Working Drawings The 2008 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. 1-01.3 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location" G \PROJECTS\2008\08068\SPECS.doc 6-5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract" Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. DATES Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the work as complete Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins G:\PROJECTS\2008\08068\SPECS.doc 6-6 Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following. Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below. To Prime Contractor Reduced plans (11" x 17") and Contract Provisions Large plans (22" x 34") and Contract Provisions No. of Sets Basis of Distribution 6 Furnished automatically upon award 2 Furnished only upon request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit G:\P ROJ E CTS\2008\08068\S P ECS. doc 6-7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 prices, extensions, summations; the total bid amount; signatures, date; and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted 1-02.6 PREPARATION OF PROPOSAL Delete the second paragraph and replace with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following 1 Contracting Agency -assigned number for the project; 2. Name of the project; 3 The Contracting Agency named as obligee, 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature, 6. The signature of the surety's officer empowered to sign the bond and the power of attorney G:\PROJECTS\2008\08068\SPECS.doc 6-8 If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read. Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery This section is supplemented with the following. Clearly identified sealed bids will be received at the following location before the specified time Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read 1 A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required, b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e A price per unit cannot be determined from the bid proposal; f The proposal form is not properly executed, g The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02 6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation Add the following to Item 2. f If changes to proposal form entries are not initialized 1-02.14 Disqualification of Bidders (July 31, 2007 APWA GSP) Revise this section to read 1 A bidder may be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b Evidence of collusion exists with any other bidder or potential bidder Participants in collusion will be restricted from submitting further bids, c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship, G:\PROJECTS\2008\08068\SP EC S.doc 6-9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 progress; affirmative action, equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization, e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1 A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4 A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6 Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7 A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2008 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items and schedules of work accepted by the Contracting Agency The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items and schedules of work. G:\PROJECTS\2008\08068\SPECS.doc 6-10 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond as required by law and Section 1-03.4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Add the following Failure to return the required documents within the allotted time shall be considered as non-responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1- 03 5 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall 1 Be on a Contracting Agency -furnished form, 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3 Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4 Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to G:\PROJECTS\2008\08068\SPECS. doc 6-11 bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of two (2) years from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1-03 4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth). 1. Addenda, 2. Proposal Form, 3 Special Provisions, including APWA General Special Provisions, if they are included, 4 Contract Plans, 5 Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8 WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES Add the following No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner Charges or credits for the work covered by the approved change shall be determined by one or more, or a combina- tion of the following methods. a. Unit bid prices previously approved b. An agreed lump sum. c. The actual costs of (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; G:\PROJECTS\2008\08068\SPECS.doc 6-12 (5) Insurance, (6) Social Security and old age and unemployment contributions Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09 6 FORCE ACCOUNT of the Standard Specifications Delete the last two paragraphs in their entirety and replace with the following After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes 1-04.4(1) Minor Changes Replace with the following. Payments or credits for changes amounting to $5,000 or less may be made under the bid item "Minor Change " At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04 4, CHANGES The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1-04 5 Payments or credits will be determined in accordance with Sections 1-09 4 For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 VARIATION IN ESTIMATED QUANTITIES Add the following. The quantities of the following Bid Proposal Items are estimates for bidding purposes only There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude The 25 percent provisions of this Section 1-04 6 shall not apply to the Bid items listed below Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1-04.11 FINAL CLEANUP (******) Add the following Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor Final cleanup for all work within private property is required for completion of the "Property Owner Release Form," as described in Section 1-05 11(2), prior to establishing a physical completion date for the project. G:\PROJ ECTS\2008\08068\S P ECS. doc 6-13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461 1-05 CONTROL OF WORK Add the following. The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05. • SECTION 1-05 4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7 • SECTION 1-05.6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5 • SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR: paragraphs 2 and 3 Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following. Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose, subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS (******) Replace the second, third, and fourth paragraphs of SECTION 1-05 3 of the Standard Specifications with the following: The Contractor shall submit to the Engineer for review and approval, six copies of all Shop Drawings required in the project documents. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable the Engineer to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifica- tions. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Shop Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Shop Drawing, or other means, that he (the Prime Contractor) has checked the Shop Drawing The Contractor's stamp of approval on the Shop G: \ P R O J E C T S\2008\08068\S P E C S. d oc 6-14 Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents Shop Drawings shall be submitted in sufficient time to allow the Engineer not less than 20 working days for review The practice of submitting incomplete or unchecked Shop Drawings for the Engineer to correct or finish will not be acceptable, and Shop Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form The Engineer will review with reasonable promptness Shop Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions When the Shop Drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Shop Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Shop Drawings or samples for review No changes shall be made by the Contractor to resubmitted Shop Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Shop Drawings Where a Shop Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer 1-05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) The following new section shall be added to the Standard Specifications The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Section 1-05 4 of the Standard Specifications shall be revised as follows. No construction staking is required for this project. The Contractor shall be responsible for construction staking where deemed necessary by him 1-05.5 SURVEY MONUMENTS (NEW SECTION) The following new section shall be added to the Standard Specifications G: \P ROJ E CTS\2008\08068\S P E C S. doc 6-15 The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) The following new section shall be added to the Standard Specifications. If, within two (2) years after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non - defective and authorized work, all without cost to the Contracting Agency If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05 7 of these Specifications. The Contractor agrees the above two (2) -year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after two (2) years, but prior to the expiration of the legal time period set forth in the laws of the State of Washington limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. Q AP R O J E C T S\2008\08068\S P E C S. d oc 6-16 1-05.11 FINAL INSPECTION Delete this section and replace it with the following 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion The Engineer may also establish the Substantial Completion Date unilaterally If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection 1 1 1 1 1 1 1 1 1 (******) Add the following To be considered substantially complete, the following conditions must be met: 1 The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2 Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05 7 The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled G \PROJECTS\2008\08068\SPECS.doc 6-17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (******) Add the following The Contractor shall submit to the Engineer a completed and signed release form (see attached) from all property owners prior to final inspection by the Engineer. A physical completion date will not be set until all installation, final restoration, and final cleanup has been completed to the satisfaction of the Engineer, Contracting Agency, and property owner(s) G:\PROJECTS\2008\08068\SPECS.doc 6-18 Water / Irrigation Division Working Together Toward Excellence in Service and Quality 2301 Fruitvale Blvd. Yakima, WA 98902 PROPERTY OWNER RELEASE FORM I / We, , the property owner(s) of (address) Yakima, WA, hereby accept as complete the final restoration of all surfaces, landscaping, and all other minor repairs or replacements made to my property by the City's contractor as part of the City of Yakima's N. Hillcrest, Hillcrest & Buena Vista Irrigation System Improvements Project (No IR2220). The restoration, repairs and replacements included the following items: I understand that it will be my responsibility to provide adequate care, such as watering, in maintaining newly established landscaping and lawn installed by the contractor. I understand that the City's contractor is required to provide the City with a Warranty Bond upon final acceptance of the project. If repairs or restoration completed by the contractor on my property as part of the project fail during the stipulated two-year warranty period, the contractor will be required to make additional repairs or replacements as deemed necessary by the City. Signed (print name) Date C 1-05.11(3) OPERATIONAL TESTING It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows. Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 TESTING (NEW SECTION) The following shall be added to the Standard Specifications: The Contractor shall be responsible for placing all materials as required by the Standard Specifications and these Contract Documents. All materials testing shall be performed by the Owner to assure G:\PROJECTS\2008\08068\SPECS.doc 6-20 compliance with the Specifications The Contractor shall provide access and equipment (backhoe, etc ) for testing as required Trench Backfill All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor) Roadway Embankment Roadway embankment compaction shall be as specified in SECTION 2-03 3(14) Roadway Subgrade Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Compaction of ballast and crushed surfacing shall be as specified in SECTION 4-04.3(5) Cement Concrete Curb, Gutter, and Sidewalk Concrete strength cylinders shall be taken and tested as determined by the Owner Asphalt Paving Compaction of asphalt concrete pavement shall be as specified in SECTION 5-04 3(10)B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED Add the following Amend the second sentence of the first paragraph to read The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following. In cases of conflict between different safety regulations, the more stringent regulation shall apply The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA) The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care G:\PROJECTS\2008\08068\SPECS doc 6-21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following. 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts In some cases, however, state retail sales tax will not be included Section 1-07.2(3) describes this exception The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28 050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system, and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception G:\PROJECTS\2008\08068\SP ECS. doc 6-22 Exception. The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244) 0706.GR1 Permits And Licenses Section 1-07 6 is supplemented with the following 07061.GR1 (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds 1-07.9(5) REQUIRED DOCUMENTS Add the following If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example 10-0010 Yak.E. 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction 1-07.17 UTILITIES AND SIMILAR FACILITIES 07171.FR1 (April 2, 2007) Utilities and Similar Facilities Section 1-07 17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience City of Yakima Water Distribution City of Yakima Irrigation City of Yakima Wastewater Pacific Power Charter Communications Cascade Natural Gas Johnson's Pipeline G.\PROJECTS\2008\08068\SPECS doc 2301 Fruitvale Blvd., Yakima, WA 98902 2301 Fruitvale Blvd , Yakima, WA 98902 204 W Pine, Yakima, WA 98901 500 N Keys Road, Yakima, WA 98901 1005 No 16th Ave , Yakima, WA 98902 P 0 Box 1286, Yakima, WA 98907 1206 So 14th Avenue, Yakima, WA 98902 6-23 (509) 575-6196 (509) 575-6194 (509) 576-6302 (509) 575-3146 (509) 494-7715 (509) 457-5905 (509) 452-3139 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Qwest 8 S 2nd Avenue, Yakima, WA 98902 (509) 575-7183 Naches-Cowiche Canal 5461 W. Powerhouse Road, Yakima, WA 98908 (509) 930-9001 Add the following: It shall be the Contractors responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday The telephone number for the One Call Center for this project is 1-800-424-5555 If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48 The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker) The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C below). C If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D The insurance polices shall contain a "cross liability" endorsement substantially as follows: G:\PROJECTS\2008\08068\SPECS.doc 6-24 1 The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named E. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s) F. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage G All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation in any insurance policy H Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s) The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. J Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency K. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s). • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Huibregtse, Louman Associates, Inc The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07 18(3) describes limits lower than those maintained by the Contractor 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07 18(5)A and 1-07 18(5)B Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements. 1 An ACORD certificate or a form determined by the Contracting Agency to be equivalent. G:\P ROJ ECTS\2008\08068\SPECS.doc 6-25 1 1 1 1 1 1 11- 1 1 1 1 1 1 1 2 Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07 18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3 Any other amendatory endorsements to show the coverage required herein 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor This section is supplemented with the following The Certificate of Insurance shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Contracting Agency. The Certificate shall not contain the following or similar wording regarding cancellation notification. "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit G:\PROJECTS\2008\08068\SPECS.doc 6-26 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington 1-07.18(5)D Coverage for Working On, Over, or Near Navigable Waters (May 10, 2006 APWA GSP) Not required for this contract. 1-07.18(5)E All Risk Builder's Risk (May 10, 2006 APWA GSP) Contractor shall purchase and maintain Builders Risk insurance covering interests of the Contracting Agency, the Contractor, Subcontractors, and Sub -subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief and collapse The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site Such insurance shall cover "soft costs" including but not limited to design costs, licensing fees, and architect's and engineer's fees Builders Risk insurance shall be written in the amount of the completed value of the project, with no coinsurance provisions The Builders Risk insurance covering the work shall have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor Higher deductibles for flood, earthquake and all other perils may be accepted by the Contracting Agency upon written request by the Contractor and written acceptance by the Contracting Agency. Any increased deductibles accepted by the Contracting Agency will remain the responsibility of the Contractor The Builders Risk insurance shall be maintained until final acceptance of the work by the Contracting Agency The Contractor and the Contracting Agency waive all rights against each other any of their Subcontractors, Sub -subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise 1-07.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof 1-07.18(5)G Pollution Liability (May 10, 2006 APWA GSP) The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of. • Contractor's operations related to this project; and/or • Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos; and/or • Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage $1,000,000 each loss and annual aggregate G: \P ROJ E CTS\2008\08068\S P EC S. doc 6-27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1-07.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design -related non -construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions Such policy must provide the following minimum limits: $1,000,000 per Claim If the scope of such design -related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1 Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2 Keep existing traffic signal and lighting systems in operation as the work proceeds (The Contracting Agency will continue the route maintenance on such system ) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping 4. Maintain existing permanent signing Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5 Keep drainage structures clean to allow for free flow of water Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (******) Add the following to the third paragraph. 5 The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open Add the following to the sixth paragraph. 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph. It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the G:\PROJ ECTS\2008\08068\SPECS.doc 6-28 proposed closures with the Contracting Agency to ensure proper detouring of traffic When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read. Unless otherwise approved, the Contractor shall maintain two-way traffic during construction The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed 1 Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2 Detour crossings of intersecting highway, and 3 Temporary approaches. And add the following to the third paragraph 5 The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway 6 It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall* a. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; b. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business, c Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing, d Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious, and e Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour f. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning If personal contact with the occupant is not possible, the Contractor shall leave written notification Add the following to the sixth paragraph 7 Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. G:\PROJECTS\2008\08068\SPECS. doc 6-29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Y 1 Add the following. Local access shall be maintained to the residents within the project limits at all times. 0723012.FR1 (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: slie �`' Pazi,ostetlSpeedn::_ Or Distaii°�" " ce From e TraveledtWay,(Feet)p 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. G:\PROJ ECTS\2008\08068\S P ECS.doc 6-30 Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established 1-07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications. All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) The following new section shall be added to the Standard Specifications When construction activities will take place on private property or affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 48 hours prior to the construction activity beginning If personal contact with the occupant is not possible, the Contractor shall leave written notification on the provided "Property Access Notification" form G \PROJECTS\2008\08068\SPECS.doc 6-31 1 1 1 1 1 1 1 1 1 1 1 1 1 Water / Irrigation Division Working Together Toward Excellence in Service and Quality 2301 Fruitvale Blvd. Yakima, WA 98902 PROPERTY ACCESS NOTIFICATION As part of the City of Yakima's Irrigation System Improvement Project, the City of Yakima and our contractor will need to access our existing irrigation lines that are located on your property beginning (day, date(s) and time): We will be replacing the existing irrigation line and service connection as part of the project. Replacement of the line and service will require excavation on your property. During the time we need access to and will be working on your property, please arrange to keep pets or children out of the area where the work is taking place. The City of Yakima and our contractor are responsible for any damage to your property as a result of digging, trenching, boring and any other methods used to install the new irrigation line and service, and all damage will be repaired. If you have any concerns regarding the location of the new irrigation line or new irrigation service, damage and repair of your property, or any other issues regarding the irrigation replacement project, please contact the one of the representatives listed below. Contact Information • City Project Manager - Mike Shane - 576-6480 or 728-3939 • City Irrigation Supervisor — Alvie L. Maxey — 575-6194 or 728-2320 • Huibregtse, Louman Associates, Inc. Project Inspector — TBD — 966-7000 • Huibregtse, Louman Associates, Inc Project Engineer — Mike Battle — 966-7000 Thank you for your patience during this project while we improve the irrigation service to your area! 1-08 PROSECUTION AND PROGRESS Add the following new section 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited The purpose of the preconstruction conference will be 1 To review the initial progress schedule, 2 To establish a working understanding among the various parties associated or affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 4 To establish normal working hours for the work; 5 To review safety standards and traffic control; and 6 To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following. 1 A breakdown of all lump sum items, 2 A preliminary schedule of working drawing submittals, and 3 A list of material sources for approval if applicable (******) This section is supplemented with the following All payments for Lump Sum items over $5,000 00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows. At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7.00 a.m and 6 00 p m of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7 00 a.m or after 6 00 p m on any day, the Contractor shall apply in writing to the Engineer for permission to work such times Permission to work longer than an 8 -hour period between 7 00 a.m and 6 00 p.m is not required Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10'00 p m and 7 00 a.m during weekdays and between the hours of 10 00 p m and 9 00 a.m on weekends or holidays may also be subject to noise control requirements Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or G:\PROJECTS\2008\08068\SPECS.doc 6-33 1 1 1 1 1 1 1 1 t 1 t 1 1 adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time, and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence (******) Add the following to the first paragraph of the May 25, 2006 APWA GSP. The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08 0(3) 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08 0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1-08.1 SUBCONTRACTING (******) Add the following The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. G:\PROJ ECTS\2008\08068\SPECS. doc 6-34 .41W Washington State V/ Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I.D Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I D Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: % % Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date orm 421-012 EF Revised 6/97 Distribution White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1 1 1 1 1 1 1 1 1 1 1 1 1 1-08.3 PROGRESS SCHEDULE (******) Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. Delete the next to the last sentence of the second paragraph 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Revise this section to read: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days. (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not G:\P ROJ ECTS\2008\08068\SPEC S.doc 6-36 filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established. 1 The physical work on the project must be complete, and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d Final Contract Voucher Certification e Property owner releases per Section 1-07.24 Add the following paragraph The Contractor is advised that all N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS required to provide customers with unrestricted irrigation water use shall be completed no later than March 13, 2009 Final paving and other repair work may be completed following March 13, 2009, but shall be completed no later than April 10, 2009. Add the following paragraph after the second paragraph Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay " An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment fore engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity 1-08.9 LIQUIDATED DAMAGES (******) The provisions of SECTION 1-08 9 of the Standard Specifications shall be modified as follows Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following If irrigation system piping improvements are not completed sufficiently to provide unrestricted use by irrigation customers by March 13, 2009, the Contractor agrees to pay the Owner the sum of $1,500 00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date G:\PROJ ECTS\2008\08068\SPECS. doc 6-37 If unrestricted irrigation use is provided by the date required, but remaining Contract work is not completed by April 10, 2009, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT This section is supplemented with the following. Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Inspector the morning following the day's construction The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES (******) Add the following. The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.3 SCOPE OF PAYMENT (******) Add the following Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.3(1) DESCRIPTION OF BID ITEMS (NEW SECTION) (******) Add the following: Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the following 1 The lump sum price bid for "Mobilization" shall be full compensation for all labor, materials, tools, and equipment necessary to mobilize to the project site as defined in the Standard Specifications. Payment will be made in accordance with the Standard Specifications. G:\PROJECTS\2008\08068\SPECS.doc 6-38 2 The lump sum price bid for "Project Temporary Traffic Control," shall be full compensation for all labor, materials, tools, and equipment necessary to provide Traffic Control Plans and traffic control for all project areas, as defined in Section 1-10 Temporary Traffic Control 3 The lump sum price bid for "Clearing and Grubbing," shall be full compensation for all labor, materials, tools, and equipment necessary for removal and replacement of fences, removal, protection, and replacement of landscaping including shrubs, bushes, and plants; removal of trees and root balls, including backfill and compaction of imported top soil, removal of all surfaces encountered as required to accomplish the construction, removal of deleterious materials found during excavation, and potholing, including hauling to and disposal of waste material at an approved waste site 4 The unit price bid for "Pipe Cleaning and Inspection" per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to locate, inspect, and clean existing irrigation pipes including, but not necessarily limited to, cleaning all sand, silt, gravel, or other material from existing irrigation mains, de -rooting, removal and disposal of debris, providing televised pipe inspection, and providing a DVD recording and log of the inspection for review by the Owner 5. The unit price bid for "Obstruction Removal," per each, shall be full compensation for all labor, materials, tools, and equipment for removal of all pipe obstructions that cannot to be removed through cleaning efforts and will prevent the sliplining process, including existing service connections from existing irrigation pipe work including, but not necessarily limited to, locating obstructions, excavation, dewatering, cutting existing piping of whatever the nature of material encountered, removal and disposal of pipe obstruction, and backfill and compaction If the obstruction occurs at a location where a new service is to be installed, then no measurement will be made for this bid item, and all work shall be paid under the bid item "Service Connection for ," per each No additional payment shall be made for removal of more than one obstruction if located within the same excavation area. 6. The unit price bid for "Access Pit," per each, shall be full compensation for all labor, materials, tools, and equipment necessary to construct launching and receiving access pits and prepare for insertion of liner pipe, including, but not necessarily limited to, sawcutting, excavation, dewatering, removal and disposal of existing pipe and materials, all equipment, equipment set- up and removal, temporary closures and reinstatements of the pit, connection of new piping, backfill, plugging abandoned pipes, and compaction If a launching or receiving pit lies immediately adjacent to trench work, then no measurement or payment shall be made for an access pit, but shall be paid under the bid item "Trench =Inch PVC Pipe," per linear foot. 7 The unit price bid for "Horizontal Directional Drill _-Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings including, but not necessarily limited to, horizontal directional drilling, dewatering, laying and joining the pipe and fittings, fusing equipment, technical service, pipe connections, pipe zone bedding at access and service locations, concrete blocking, backfill and compaction, and testing 8 The unit price bid for "Slipline =Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings in existing irrigation piping of various materials and diameters including, but not necessarily limited to, pipe, fittings, fusing equipment, technical service, pipe connections, pipe zone bedding at access and service locations, concrete blocking, testing, and removal of existing sliplined pipe where required 9 The unit price bid for "Trench =Inch PVC Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the PVC pipe and fittings including, but not necessarily limited to, trench excavation, removal of existing pipe, dewatering, laying and joining the pipe and fittings, pipe zone bedding, connections to new and G:\PROJECTS\2008\08068\SPECS doc 6-39 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 existing pipes and valves, detectable marking tape, backfill and compaction, concrete blocking, and testing. This item also includes furnishing and installing all galvanized iron pipe and fittings for blow -offs at ends of pipe laterals. 10. 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 11. The unit price bid for "Service Connection for HDPE," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service connection including, but not necessarily limited to, excavation, dewatering, preparation and fusion connection to the HDPE irrigation main, fusing equipment, technical service, testing, sealing the remaining annulus between the new pipe and existing irrigation main, connection to the new service lateral, backfill, and compaction 12 The unit price bid for "Service Connection for PVC," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new service connection at the PVC mainline including, but not necessarily limited to, excavation, dewatering, preparation and connection to the PVC irrigation main, testing, connection to the new service lateral, backfill, and compaction. 13. The unit price bid for "Service Valve," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the service valve in place including, but not necessarily limited to excavation, dewatering, connection to piping, backfill, and compaction, as shown on the Plans. 14 The unit price bid for "Type 1 Valve Box," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new cast iron valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, backfill, compaction, valve box collar, and adjustment to grade, as shown on the Plans. 15 The unit price bid for "Type 2 Valve Box," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new PVC valve box at locations shown on the Plans or as directed by the Owner including, but not necessarily limited to, excavation, dewatering, backfill, and compaction, adjustment to grade, as shown on the Plans. Iron valve caps to be provided by the City 16 The unit price bid for "Service Lateral," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install irrigation service pipe including, but not necessarily limited to, excavation, dewatering, removal and disposal of existing service valve and piping, connection to piping and valves, locating wire from service saddle to service valve, protection of existing service piping into private property, connection to new and existing service lines, backfill, and compaction. 17. The unit price bid for "Blow Off/Flushing Valve Assembly," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new valves, rectangular valve box and galvanized pipe and fittings, at locations shown on the Plans or as directed by the Engineer. The unit price shall include, but not necessarily be limited to, excavation, dewatering, backfill, compaction, supply and placement of drain rock, adjustment of valve box to grade, removal and disposal of existing blow -off and connection to new piping. 18. The unit price bid for "Shoring or Extra Excavation," per lump sum, shall be full compensation for all labor, equipment, tools, and materials required to construct shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, compaction, as shown on the drawings and as specified herein When extra excavation is used by the Contractor in lieu of constructing the shoring, cofferdam, or caisson, the unit price shall be full pay for all G:\PROJECTS\2008\08068\SPECS.doc 6-40 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 19 The unit price bid for "Trench Repair, Type ," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, sawcutting, removal and disposal of existing asphalt concrete surfacing from public or private property, surface preparation, placing permanent cold asphalt, compacting, trimming, sloping, backfill, tack coat, adjustment of utility castings, or any other work required to complete the work, in place. 20 The unit price bid for "HMA Cl. 3/8" PG 64-28," per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the materials to the compacted depths shown on the Plans including, but not necessarily limited to, sawcutting, removal of existing asphalt pavement, compacting sub -base material, placing asphalt, compacting, trimming, sloping, backfill, tackcoat, adjustment of utility castings, or any other work required to complete the work, in place 21 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 22 The unit price bid for "Sodded Lawn Repair," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new sod, including, but not necessarily limited to, finished grading, surface preparation, fertilizing, placing sod, and monitoring the newly placed sod area for three weeks following completion 23 The unit price bid for "Cement Concrete Curb and Gutter," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new cement concrete curb and gutter, including, but not necessarily limited to, sawcutting, removal and disposal of existing curb and gutter, surface preparation, placement of aggregate base, placement of cement concrete curb and gutter, rebar in depressed sections, finishing, jointing, and curing. 24 The unit price bid for "Concrete Slab, -Inch," per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new concrete slab including, but not necessarily limited to, sawcutting, removal and disposal of existing concrete surfacing from public or private property, surface preparation, placement of aggregate base, placement of cement concrete, rebar (6" slabs), finishing, jointing, and curing 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 imported crushed rock material for trench backfill and sub -base in roads and alleyways, at locations shown on the Plans, and as directed by the Engineer including, but not limited to, placement, watering and compaction 26. The unit price bid for "Crushed Surfacing Base Course," per ton, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the aggregate material under new asphalt pavement in roads and alleys including aggregate materials, placing, watering, and compacting, at locations shown on the Plans, and as directed by the Owner 27 For the bid item "Minor Change," refer to Section 1-04.4(1) Minor Changes of the Technical Specifications G. \P ROJ ECTS\2008\08068\S P E C S. doc 6-41 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 r 1 1-09.4 EQUITABLE ADJUSTMENT (******) Replace Item 2.b. with the following 2.b Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following. Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification. (******) The term "project overhead" shall include "jobsite overhead " The term "general company overhead" shall include "home office overhead." 1-09.9 PAYMENTS (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less. 1. Retainage per Section 1-09 9(1), 2. The amount of Progress Payments previously made, and 3 Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39 04.250 G:\PROJ ECTS\2008\08068\SPECS.doc 6-42 Add the following The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor The estimated cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor All payments for lump sum items over $5,000 00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows. At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made 1-09.9(1) RETAINAGE Add the following to the fourth paragraph 5 An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. In addition to monies retained pursuant to RCW 60 28 and subject to RCW 39 04.250, RCW 39 12, and RCW 39 76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations 1 Damage to another contractor when there is evidence thereof and a claim has been filed 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay 3 Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05 6). 4 Landscape damage assessments per Section 1-07 16 5 For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08 0(3) 6 Anticipated or actual failure of the Contractor to complete the Work on time a. Per Section 1-08 9 Liquidated Damage, or b Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7 Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, G:\PROJECTS\2008\08068\SPECS doc 6-43 1 1 1 1 1 1 1 1 k 1 1 1 1 1 1 1 1 1 including but not limited to. a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.7) d Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3 e Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9 f Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07 10 g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08 3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 - calendar day period: 1 No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them 1-09.9(3) FINAL PAYMENT (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor 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. G:\PROJECTS\2008\08068\SPECS. doc 6-44 The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner 1-09.11(3) TIME LIMITATIONS AND JURISDICTION Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following. The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1002.GR1 TRAFFIC CONTROL MANAGEMENT Traffic Control Management 1002012.GR1 (August 2, 2004) Section 1-10 2(2) is supplemented with the following* The Traffic Control Supervisor shall be certified by one of the following The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 G:\PROJECTS\2008\08068\S PECS. doc 6-45 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-10.2(2) Traffic Control Plans (******) This section is supplemented with the following The Contractor shall be required to prepare traffic control plans required to complete the work. The Contractor shall designate a Traffic Control Supervisor (TCS) who shall prepare signing plans to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date This project requires a full-time TCS who does not have other duties on the project. Work may not proceed in the absence of the TCS When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor The signing plans shall be prepared by a Traffic Control Supervisor and shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. If the construction, repair, or maintenance work includes or uses grooved pavement, abrupt lane edges, steel plates, or gravel or earth surfaces, the construction, repair, or maintenance zone shall be posted with signs stating the condition, as required by current law, and in addition, must warn motorcyclists of the potential hazard The sign shall include at least the following language. "MOTORCYCLES USE EXTREME CAUTION " All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum 1-10.4 MEASUREMENT 100401.GR1 (August 2, 2004) Section 1-10.4(1) is supplemented with the following. The proposal contains the item "Project Temporary Traffic Control," lump sum The provisions of Section 1-10 4(1) shall apply. (******) Add the Following. There will be no separate measurement or payment for the Traffic Control Supervisor All costs associated with the Traffic Control Supervisor shall be included in the unit price for "Project Temporary Traffic Control," per lump sum 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION (******) This section is supplemented with the following The Contractor may be required to clear and grub beyond the right of way line, where specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility All work beyond the right of way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way. G \PROJECTS\2008\08068\SPECS.doc 6-46 The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all fences, mail boxes, small trees, shrubs, plants, street signs, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. 2-01.3(2) GRUBBING (******) Add the following: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense 2-01.3(4) ROADSIDE CLEANUP (******) Add the following* Roadside cleanup shall include all project areas outside of the road right-of-way, including utility easements and private property, as shown on the Plans Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor 2-01.3(5) FENCING (NEW SECTION) (******) Add the following: The Contractor shall be required to carefully remove all existing fencing located within or near the proposed work. All fencing materials to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer The removal and replacement of all fencing shall be done at the Contractor's expense. Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental 2.01.4 MEASUREMENT This section is supplemented with the following No unit of measurement shall apply to Roadside Cleanup 2-01.5 PAYMENT (******) This section is supplemented with the following All costs incurred to complete the requirements of SECTION 2-01, including partial roadside cleanup, will be considered as incidental work to the lump sum bid item "Clearing and Grubbing " G:\PROJ ECTS12008\08068\S PECS. doc 6-47 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS (******) This section is supplemented with the following Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc., which are outside the right of way line and are required to be removed for construction of the improvements In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw During the course of the work, the Contractor shall take precautions to preserve the integrity of this neat, clean pavement edge Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving No separate payment shall be made for saw -cutting pavement. 2-02.5 PAYMENT (******) This section is supplemented with the following Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-02 including sawcutting will be considered as incidental work to the various bid items and no separate payment will be made. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 DESCRIPTION This section is supplemented with the following. Roadway excavation and embankment shall consist of removing the existing material in roadways and alleys of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross-section shown on the Plans or as staked in the field. The material to be excavated shall be classified as "Unclassified Excavation Including Haul." Where directed by the Engineer, the Contractor shall excavate beyond the right of way in order to adequately slope adjacent properties. No additional compensation will be made for excavating outside the right of way. The Contractor shall use caution while performing roadway excavation Heavy, rubber -tired equipment, particularly front end loader, shall limit their travel over a single area as much as possible. Trucks shall observe a 10 mph speed limit when traveling over exposed subgrade areas. 2-03.3(3) EXCAVATION BELOW GRADE (******) This section is supplemented with the following At the direction of the Engineer, areas within the street subgrade which exhibit instability due to high moisture content shall be. 1 Aerated and allowed to dry, 2. Over -excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing base course The contractor may be instructed to install construction geotextile for soil stabilization in the excavation, 3. Or a combination of any of the above G:\PROJ ECTS\2008\08068\SPECS. doc 6-48 Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Including Haul" and "Crushed Surfacing Base Course" and applying the unit bid price No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. 2-03.3(7) DISPOSAL OF SURPLUS MATERIALS 2-03.3(7)A GENERAL This section is supplemented with the following Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste A waste site has not been provided by the Contracting Agency for disposal of excess material, unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material back of new sidewalk, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461 2-03.3(14)C COMPACTING EARTH EMBANKMENTS (******) This section is supplemented with the following Compacting embankments and excavations shall be by Method "C" as specified under SECTION 2- 03 3(14)C of the Standard Specifications. 2-03.3(14)D COMPACTION AND MOISTURE CONTROL TESTS (******) This section is supplemented with the following The Contractor shall notify the Engineer when ready for in-place subgrade density tests Placement of courses of aggregate shall not proceed until density requirements are met. 2-03.4 MEASUREMENT (******) This section is supplemented with the following, "Roadway Excavation including Haul" will be measured by the cubic yard. Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this Contract, and the alignment, profile, grade, and roadway section as shown on the Plans and as staked by the Engineer Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankment. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. 2-03.5 PAYMENT (******) This section is supplemented with the following "Roadway Excavation Including Haul," per cubic yard G:\P ROJ ECTS\2008\080681SPECS.doc 6-49 Payment shall be made per Section 1-09 3(11) Description of Bid Items. 2-07 WATERING 2-07.1 DESCRIPTION (******) This section is supplemented with the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Engineer from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-09 STRUCTURE EXCAVATION 2-09.4 MEASUREMENT (******) Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section Section 2-09 4 is supplemented as follows: No unit of measurement shall apply to Shoring or Extra Excavation. 2-09.5 PAYMENT (******) Section 2-09 5 is supplemented as follows. Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per lump sum Measurement and Payment shall be per SECTION 1-09 3(1) Description of Bid Items. 2-11 TRIMMING & CLEANUP 2-11.5 Payment (******) This section is supplemented with the following When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items. 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS (******) This section is supplemented with the following No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. G:\P ROJECTS\2008\08068\S PECS.doc 6-50 The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR This section is supplemented with the following. If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) This section is supplemented with the following Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D698 (Standard Proctor) The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with failed testing shall be the responsibility of the Contractor Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5-03 COLD MIX ASPHALT (NEW SECTION) 5-03.1 DESCRIPTION This work shall consist of providing and placing one (1) or more layers of polymer -modified high-performance cold asphalt on a prepared foundation or base in accordance with these specifications and the lines, grades, thicknesses, typical cross-sections, and details shown on the Plans No area requiring cold asphalt trench repair shall remain unpaved for more than five (5) working days following the initial excavation, unless otherwise directed by the Engineer 5-03.2 MATERIALS Cold asphalt used on this project shall be EZ Street Permanent Cold Asphalt, or approved equal. Aggregates used for cold mix asphalt shall meet the gradations in Section 9-03 8 for Class 3/8" 5-03.2(1) GENERAL The bituminous cold asphalt shall be designed for potholes, utility cuts, joint repair, and small overlays. It shall be designed for application in temperature ranges between 20 degrees Fahrenheit to 100 degrees Fahrenheit. The mixture shall provide coating, workability and adhesion characteristics during cool to hot as well as wet or dry climate conditions 5-03.2(2) LIQUID ASPHALT BLEND The liquid asphalt component used shall be a PG 58-22 conforming to the specifications of the Washington State Department of Transportation, a diluent which complies with the requirements and application specifications of the American Petroleum Institute (API), and a polymer additive of high quality that improves cohesion and adhesion properties and is capable of passing AASHTO-T-182 as modified herein G:\PROJECTS\2008\08068\SPECS doc 6-51 1 1 1 1 1 1 1 1 1 1 1 1 1 1i 1 5-03.3 STORAGE AND HANDLING REQUIREMENTS Cold mix asphalt shall be stockpiled at the Contractor's provided and secured location according to the following requirements A. Stockpiles shall not exceed 10 -feet in height or be less than 6 -feet in height. B. Stockpiles shall not exceed 50 tons and shall be fully utilized on the project within two months from the initial stockpile date. Cold mix material stockpiled for longer than 60 days shall not be used on the project. C All stockpiles under 50 tons shall be fully covered to extend the life of the material D All stockpiles shall be fully mixed at least once every 20 calendar days. 5-03.4 SPREADING, FINISHING AND COMPACTION The mixture shall be laid upon an approved, compacted, unyielding base. The nominal compacted depth of any layer of cold mix asphalt shall not exceed 2 -inches, and shall be compacted with a vibratory steel wheel roller Where a vibratory steel wheel roller will not fit into the trench on the first lift, a plate compactor may be used. A vibratory steel wheel roller shall be used on the top lift of all trenches. 5-03.5 PAYMENT Measurement and Payment shall be per SECTION 1-09 3(1) Description of Bid Items, for "Trench Repair, Type _ " 5-04 HOT MIX ASPHALT 5-04.1 DESCRIPTION Add the following. An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. The Contractor will be required to repair existing street and alley surfaces at locations shown on the Plans where utility trenches were excavated and backfilled prior to or along with this project. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to existing adjacent elevations and the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications 5-04.2 MATERIALS This section is supplemented with the following. Hot mix asphalt used on this project shall be HMA Class 3/8 -Inch PG64-28 conforming to the provisions of Section 5-04 of the Standard Specifications. 5-04.3(2) HAULING EQUIPMENT This section is supplemented with the following Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided 5-04.3(5)A PREPARATION OF EXISTING SURFACE (******) This section is supplemented with the following G: \P R O J E C T S\2008\08068\ S P E C S. d oc 6-52 No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer 5-04.3(5)E PAVEMENT REPAIR General This section is supplemented with the following. After the completion of trench and patch repairs, the Contractor shall seal the joints with CSS -1 and concrete sand The cost of sealing shall be included in the unit contract price for "HMA CI 3/8" PG 64- 28 " 5-04.3(7)A MIX DESIGN General (******) This section is supplemented with the following The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design has been approved within the previous twelve month period using aggregate and asphalt binder from the same sources The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving Delete Paragraph 1 in Subsection 2 Statistical or Nonstatistical Evaluation The Contractor shall be responsible for the verification of the mix design. 5-04.3(9) SPREADING AND FINISHING Section 5-04 3(9) of the Standard Specifications is revised with the following. Unless otherwise approved by the Engineer, the nominal compacted depth of any layer of HMA shall not exceed 0.25 feet. 5-04.3(10) COMPACTION 5-04.3(10)B CONTROL (******) Section 5-04 3(10)B CONTROL, of the Special Provisions shall be deleted and replaced with the following. Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice density, ASTM 2041 5-04.3(11) REJECT HMA This section is supplemented with the following Delete all references to Combined Pay Factor (CPF) Payment will be made on the basis of the unit contract price for HMA Cl. 3/8 -inch for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected 5-04.3(13) SURFACE SMOOTHNESS (******) This section is supplemented with the following. Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth -riding connection to the existing pavement. HMA CI 3/8 -inch shall be utilized in the construction of the feathered connections to existing pavement. 111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G \PROJECTS\2008\08068\SPECS.doc 6-53 1 All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Cl. 3/8" PG 64-28." All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7-05 3(1) 5-04.3(15) HMA ROAD APPROACHES (******) This section is supplemented with the following Any portion of the existing driveway (road approach) beyond the construction limits that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to provide safe ingress and egress and shall be constructed of materials in kind, as shown on the plans, or as otherwise directed by the Engineer All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth and no damage occurs to the pavement which is to remain 5-04.3(17) PAVING UNDER TRAFFIC (******) This section is supplemented with the following. Delete the following in paragraph 5. "except the costs of temporary pavement markings" 5-04.3(21) ASPHALT BINDER REVISION (******) Section 5-04 3(21) is deleted 5-04.5 PAYMENT (******) This section is supplemented with the following. Measurement and Payment shall be per SECTION 1-09 3(1) Description of Bid Items. The following sections are deleted 5-04.5(1) Quality Assurance Price Adjustment 5-04.5(1)A Price Adjustment for Quality of HMA 5-04.5(1)B Price Adjustment for Quality of HMA Compaction 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE (******) This section is supplemented with the following' Manholes, water valve boxes, catch basins and similar utility appurtenances and structures shall not be adjusted until the Asphalt pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor Adjustment work shall be completed within five (5) working days following paving The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of frame plus 2 feet. The frame shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade The base materials shall be removed and Class G:\P ROJ ECTS\2008\08068\SPECS. doc 6-54 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 11/2 inches below the finished pavement surface On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. HMA CL 3/8" shall then be placed and compacted with hand tampers and a patching roller The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Utility structures outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure. The Contractor shall form an area a minimum of one foot outside the edges of the structure one foot deep, and pour and finish neatly with Class 3000 concrete to match the slope and grade of the adjacent area. The utility lid shall be cleaned of all concrete prior to acceptance 7-09 WATER MAINS 7-09.1 DESCRIPTION (******) Add the following This work shall consist of constructing both PVC and HDPE irrigation lines in accordance with the Plans and Specifications 7-09.1(1)C GRAVEL BACKFILL FOR PIPE ZONE BEDDING (******) Add the following Imported pipe zone bedding for flexible pipes shall be crushed surfacing top course meeting the requirements of section 9-03 9(3), and shall be placed and compacted in layers as designated by the Engineer. Pipe zone bedding for rigid pipes shall be native or imported gravel bedding material meeting the requirements of SECTION 9-03 12(3), or as approved by the Engineer 7-09.1(1)E TRENCH BACKFILL (******) Add the following. Imported select backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of SECTION 9-03 9(3), or as approved by the Engineer 7-09.2 MATERIALS (******) Revise this section as follows. Polyethylene Pressure Pipe (HDPE) see Section 7-20 Polyvinyl Chloride Pressure Pipe (PVC) PVC pipe under 6 inches shall meet the requirements of ASTM 2241 and shall have minimum wall thickness equal or greater than a standard dimension ratio (SDR) of 21 Joints shall meet the requirements of ASTM D3139 using a restrained rubber gasket meeting the requirements of ASTM F477 Bedding Materials (Flexible Pipes).. .. 9-03 9(3) Top Course Bedding Materials (Rigid Pipes). .. 9-03 9(3) Base Course Imported Select Backfill .. 9-03 9(3) Base Course G: \ P R O J E C T S\2008\08068\S P E C S. d oc 6-55 7-09.3(9) BEDDING THE PIPE (******) The first sentence shall be replaced with the following. Bedding material shall be imported pipe bedding meeting the requirements of SECTION 7-09.2 of these Special Provisions. 7-09.3(10) BACKFILLING TRENCHES (******) Add the following. Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with imported select backfill meeting the requirements of SECTION 7-09.2 of these Special Provisions. 7-09.3(11) COMPACTION OF BACKFILL (******) Delete the first paragraph and add the following Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive watering The Contractor shall be responsible for correcting such conditions caused by his own construction activities The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor) The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line Density tests shall be taken by the Owner at various depths in the trench, as required. The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes. The cost of the backhoe and operator shall be considered incidental to the other bid items All costs associated with failed tests shall be the responsibility of the Contractor Placement of courses of aggregate shall not proceed until density requirements have been met. The first five (5) trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and the Owner will arrange for in-place density tests to be taken on the completed test section in accordance with the above require- ments. No further trenching will be allowed until the specified density is achieved in the test section Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.4 MEASUREMENT (******) Supplement this section with the following. There will be no separate measurement or payment for dewatering operations by the Contractor All costs associated with dewatering operations shall be included in the various bid items associated with the work. 7-09.5 PAYMENT (******) Payment shall be per Section 1-09 3(1) Description of Bid Items. 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS (******) Add the following to SECTION 7-12.2 of the Standard Specifications: G: \P R O J E C T S\2008\08068\SPECS . d o c 6-56 Gate Valves All gate valves size 2 -inch and larger shall be resilient seated gate valves conforming to the latest AWWA Standard C 509 Valves shall be Mueller, Dresser, Clow, or equal. All gate valves 2 -inch and larger shall have non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type Valves smaller than 2 -inch shall have screw type end connections and be non -rising stem, screwed bonnet, solid wedge disc type having a minimum working pressure of 200 psi. Valves shall be Crane 438, Stockham 103, or equal. Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high, extension sections shall be Rich Model 044, or equal, 12 inches high 7-12.3 CONSTRUCTION REQUIREMENTS (******) Add the following to SECTION 7-12.3 of the Standard Specifications. Upon completion of all work in connection with this Contract, all valves involved in this work shall be opened and the Engineer so notified. The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt paving, gravel surfacing, or topsoil surfacing 1 1 1 1 1 1 1 1 1 7-12.5 PAYMENT Payment shall be per Section 1-09 3(1) Description of Bid Items 7-20 PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 7-20.1 DESCRIPTION (******) The intent of this Specification is to provide general requirements for the rehabilitation of the existing irrigation system piping with new HDPE and PVC piping These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is the rehabilitation of the existing irrigation system piping to provide leakproof, pressurized irrigation service Therefore, the precise materials and the methods outlined are not described in detail in the following Sections AH materials and methods used shall be approved by the Engineer prior to beginning work. 7-20.2 MATERIALS (******) Polyvinyl Chloride Pressure Pipe (PVC) shall comply with Section 7-09 Water Mains High Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 3408 polyethylene resin The Standard Dimension Ratio (SDR) shall be SDR 11 for all pipe sizes. Pipe material shall be provided such that the pipe cross-section is uniformly round No out -of -round pipe shall be allowed on the project. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications. The certificate shall state the specific resin used, its source, and list its compliance with these Specifications The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material G'\PROJ ECTS\2008\08068\SP ECS.doc 6-57 1 1 1 1 1 1 1 1 1 The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date. Polyethylene fittings shall comply with all appropriate requirements of AWWA C901, AWWA C906, or CSA B137 1. Socket type fittings shall comply with ASTM D2683 Butt fusion fittings shall comply with ASTM D3261 Electrofusion fittings shall comply with ASTM F1055. Fabricated fittings shall be designed and manufactured to be as strong or stronger than the pipe to which the fittings will be joined Mechanical fittings shall be approved only after submission of appropriate test data and service histories indicating their acceptability for the intended service In all cases, the Specifications and requirements for the fittings supplied shall comply with the appropriate sections of AVVWA C901, AWWA C906, or CSA 8137 1 Pipe stiffeners shall be used in conjunction with mechanical restrained fittings. Pipe stiffeners shall be designed to support the interior wall of the HDPE and maintain pipe round. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed for 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE. 7-20.2(1) HANDLING OF HDPE PIPE The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed or the section of pipe rejected 7-20.3 CONSTRUCTION REQUIREMENTS 7-20.3(1) PREPARATION OF EXISTING LINES It shall be the responsibility of the Contractor to clean and clear the existing irrigation lines of obstructions, solids, roots, collapsed pipe, or any other impediment or material which prevents proper insertion of the sliplining pipe. If inspection reveals an obstruction that is not at the location of an access pit or new service connection, the Contractor shall make an excavation to expose and remove or repair the obstruction Such excavation shall be approved by the Owner prior to the commencement of the work. 7-20.3(1)A CLEANING EXISTING PIPE (******) The Contractor shall be required to furnish all labor, equipment, appliances, and materials necessary for cleaning the irrigation system pipes including the removal of all debris, roots, solids, roots, sand, rock, etc., from the existing irrigation lines. The existing irrigation mains shall be cleaned using mechanical, hydraulically -propelled, and/or high velocity cleaning equipment. The cleaning process shall remove all debris from each irrigation main segment. All cleaning equipment and devices shall be operated by experienced personnel. Satisfactory precautions shall be taken to protect the irrigation mains from damage that might be inflicted by the improper use of the cleaning process equipment. G:\PROJECTS\2008\08068\SPECS. doc 6-58 The Contractor shall be responsible for collection and disposal of all materials collected or accumulated during the cleaning process and shall comply with all Federal, State, and local environmental and anti -pollution laws, ordinances, codes, and regulations. Under no circumstances shall materials generated from pipe cleaning activity be improperly disposed, dumped onto streets or ditches, catch basins, storm drains, or sanitary sewers The Contractor shall be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. If the results obtained by the proposed pipe cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet the specifications 7-20.3(1)B INSPECT EXISTING PIPE The Contractor shall be required to furnish all labor, materials, and equipment necessary for television inspection and video recording operations The Contractor shall provide a DVD recording and logs of the televised inspection for review by the Engineer a minimum of 72 hours prior to sliplining work. If the Contractor provides a video recording of such poor quality that it cannot be properly evaluated, the Contractor shall re -televise as necessary and provide a video of good quality at no additional cost to the Owner No sliplining shall take place until videos have been reviewed by the Engineer and written approval has been provided to the Contractor. The television unit shall have the capability of displaying in color, on DVD, pipe inspection observations such as pipe defects, sags, points of root intrusion, offset joints, service connection locations, and any other relevant physical attributes Each DVD shall be permanently labeled with the following project name; date of television inspection; location and size of irrigation main, street/easement location, name of Contractor; date video submitted, and video number The Contractor shall provide a line diagram area sketch and written log for each completed segment of televised irrigation main describing the section being televised, camera direction, position of service connections, description and location of failures, pipe type and condition, weather conditions, and other significant observations The television inspection equipment shall have an accurate footage counter which displays on the monitor the exact distance of the camera from the center of the starting point. A camera with rotating and panning lens capabilities is required The camera height shall be centered in the conduit being televised The speed of the camera through the conduit shall not exceed 40 feet per minute There may be occasions during televised inspection when the camera will be unable to pass an obstruction At that time, and prior to proceeding, the Contractor shall contact the Owner's project observer If the length of irrigation main cannot be televised due to obstruction, the Contractor shall clean the system as is necessary If, in the opinion of the Owner's project observer, the obstruction is attributed to blockage non - removable by cleaning, televising shall be suspended, payment shall be made based on the actual televised length, and the remaining televising of irrigation piping shall be continued upon successful correction of the blockage by the Contractor No additional payment shall be made for additional setups required due to obstructions encountered during televising No separate payment will be made for any excavations or any other method which may be required to retrieve video equipment that may have been hung up, destroyed, and/or lost during the operation 7-20.3(1)C OBSTRUCTION REMOVAL (******) The Contractor shall be required to remove in entirety all full and partial obstructions discovered during the cleaning and televising work, including existing service connections, prior to sliplining work. At existing service connections, the Contractor shall excavate and remove the existing service connections from the existing irrigation main If a new service connection is proposed for the location, the Contractor shall remove a minimum two (2) foot section of the existing main, centered on the location of the proposed service connection G:\PROJECTS\2008\08068\SPECS. doc 6-59 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Blockages and obstructions shall be removed using non -intrusive methods where possible. If the blockage or obstruction cannot be removed using non -intrusive methods, the Contractor shall excavate and remove the blockage. The Contractor shall notify the Engineer and receive approval prior to beginning excavation for blockage 7-20.3(2) INSTALLING HDPE PIPE 7-20.3(2)A JOINING HDPE PIPE (******) Sections of polyethylene pipe shall be joined into continuous lengths on the job site, above ground. The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM -F-585 The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400°F and interface fusion pressure of 75 psi. Socket fusion, hot gas fusion, threading, or solvent -cement joints and epoxies are not permitted. The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained and certified within the past twelve months. Copies of certifications shall be provided to the Engineer prior to construction. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure The Contractor shall maintain a log of all fusion activity on the project. At a minimum, the fusion log shall indicate the following parameters. Name of technician, plan location, time, ambient temperature, fusion temperature, fusion pressure, fusion duration, and cool -down time All fused joints shall be watertight and shall have a tensile strength equal to that of the pipe. All joints are subject to acceptance by the Owner prior to insertion All defective joints shall be cut out and replaced at no additional cost to the City The Contractor shall remove all HDPE trimmings or other miscellaneous material from the inside of the pipe being butt fused prior to installation All pipe, both new and existing, shall be adequately covered at the end of each working day to prevent entry by animals (i.e. rodents, cats, etc.). If pipe is left open and unattended by the Contractor, he shall be responsible for verifying no animals have entered the pipe and provide suitable evidence to the Engineer The Contractor shall not continue work until such evidence is provided and accepted by the Engineer. 7-20.3(2)B SLIPLINING WITH HDPE PIPE (******) Sliplining shall be accomplished with a power winch and steel cable connected to the end of the liner by use of an appropriate nose -cone pulling head During insertion of the new HDPE pipe, precautions should be taken to protect the liner pipe as it is pulled into the existing irrigation main piping Any cuts, gouges, or scrapes equal to 10% of the liner wall thickness shall be cause for rejection of that portion of the liner pipe. Once the insertion is initiated, the pull shall be completed without interruption At the Contractor's option, as recommended by the pipe manufacturer, the liner pipe may be pushed into position, or a combination of pushing and pulling techniques may be used to insert the liner. The manufacturer's recommendations shall be followed regarding relaxation and thermal equilibrium of the liner prior to terminal and service connections, but shall not be less than 2 hours. Following the required time, terminal and service connections may be made, the annulus of the existing pipes shall be sealed, and backfilling of open pits may be completed 7-20.3(2)C HORIZONTAL DIRECTIONAL DRILLING (HDD) (******) Horizontal directional drilling shall be performed under the guidelines of ASTM F1962, the ASCE Manual of Practice 108 and the "Horizontal Directional Drilling Good Practices Guidelines," as published by the North American Society for Trenchless Technology (NASTT). HDD shall be used where indicated on the Plans and as specified herein The Contractor shall be responsible for all necessary traffic control and safety devices at all times during drilling operations and new pipe pull back. Bore pit set up area shall be established as part of the Contractors drilling plan. G:\PROJECTS\2008\08068\SPECS.doc 6-60 The contractor shall make all necessary assessments and investigations of the soil conditions by means of researching existing records of nearby construction sites or visual inspection, prior to beginning drilling operations. Any obstructions or potential hazards shall be identified and avoided and/or removed by the Contractor as directed by the Engineer Determination of all required drilling equipment (e g drill rig, bits, reamers, drilling fluid, etc.) is the responsibility of the Contractor Underground utilities shall be located prior to establishing final drill path, refer to Section 1-07 17 of the Special Provisions The Contractor's drilling plan shall be submitted to and approved by the Engineer prior to beginning construction The pilot bore hole shall be closely tracked to ensure that the new pipe is installed at the proper depth and location to meet the requirements of the Plans and Specifications The bore head shall be tracked electronically to properly guide the hole where new pipe will be placed Detailed records of depth, pitch, fluids used and special site conditions shall be kept on each pipeline drilled A copy of the drill records shall be submitted to the Engineer as part of the project record drawings (Section 1-05 3(1) of the Special Provisions) The receiver and transmitter used for guiding the bore head shall be calibrated prior to beginning construction. Proper equipment and procedures shall be used to change the tooling at the exit pit. The size of the pilot hole reaming tool depends on the size of pipe being pulled back and the soil conditions Determination of reaming tool size and type shall be the responsibility of the Contractor A final reaming pass shall be made prior to pull- back of the new pipe to ensure the bore hole is clear of any remaining fine gravels or soil clumps that would interfere with pipe pullback. Drilling fluids or "drilling mud" shall be used to stabilize the hole and remove soil during boring and reaming operations. Drilling fluid type and viscosity shall be determined by the Contractor and tested periodically during drilling so that adjustments can be made to ensure the borehole remains open, the drill rig pumps are not overworked and fluid circulation is maintained throughout the bore hole Water for drilling shall be provided by the Contractor Proper removal and disposal of soil and borehole fluids shall be the responsibility of the Contractor During pipe pullback the axial tension forces shall be monitored to avoid stressing the pipe The tension force readings, constant insertion velocity, drill fluid circulation and exit rates, and length of pipe installed shall be recorded by the driller. Proper handling, bending and fusion welding of HDPE pipe shall meet the requirements of Section 7-20.2(1) and 7-20 3(2) 7-20.3(2)D PNEUMATIC BORING (******) Some project areas may require pneumatic boring technology ("Mole" or "Missile") to install new HDPE irrigation pipe Where pneumatic boring is required and approved by the Owner, the following shall apply: The pneumatic tool shall be designed and manufactured to force its way through a wide range of soil conditions and shall displace soil during advancement. The size of tool shall be as recommended by the tool manufacturer for size of pipe to be pulled and installed Sufficient air hose shall be provided to achieve maximum boring lengths. Pneumatic boring depths shall be as recommended by the tool manufacturer for the size of pipe to be pulled, and shall not exceed minimum depths shown on the Plans or specified herein Ground heaving during boring operations will not be allowed All damage as a result of ground heaving, including all required repair, shall be the responsibility of the Contractor Bore pit locations are shown on the Plans. For pneumatic boring operations, only planned bore pit locations and new irrigation service locations may be used for verification of required depth and direction. Additional excavations required by the Contractor for locating misguided equipment or retrieval of lost or damaged equipment shall be the responsibility of the Contractor The Owner shall take no responsibility for lost or damaged equipment. All existing underground utilities shall be located by the Contractor prior to pneumatic boring operations. Installation of new piping shall be coordinated with existing utility locations, and clearance from existing utilities shall be as recommended by the tool manufacturer for the size of pipe to be pulled and installed Damage to existing utilities shall be the responsibility of the Contractor G:\PROJ ECTS\2008\08068\SPECS. doc 6-61 1 1 1 7-20.3(2)E WINCHING (******) The winch shall be of the constant load type but shall be fit with a direct reading load gauge to measure the winching load At the end of each day's winching, the Contractor shall provide the Owner with copies of the forces recorded in winching at the start of any pull and during the pull at increments of 50 feet of winching distance and at any restart after temporary stops The winch shall be fitted with a device to automatically disengage when the 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 1 1 1 r 1 1 1 1 1 1 1 1 contact with the existing irrigation piping. The nose cone at the head of the slipline pipe shall be fitted with a swivel attachment to prevent or minimize the twist transmission between the winch cable and the nose cone. The excavation supports at the launch site shall remain completely separate from the pipe support system and must be so designed that neither the pipe nor the winch cable is in contact with them. Lubrication to ease the pull shall be as recommended by the HDPE pipe manufacturer, shall not be harmful to piping materials, and shall be approved by the Owner 7-20.3(2)F INSERTION OR ACCESS PITS (******) The Contractor shall construct insertion or access pits at locations which maximize pulling distances and directions, and which minimize disruption to traffic and impacts to adjacent properties. Proposed access pit locations are shown on the Plans for the Contractor's consideration The final number and location of insertion or access pits shall be proposed by the Contractor and approved by the Owner prior to excavation. The length of the access pit shall be a minimum of 12 times the diameter of the liner plus the sloping ends of the pit. The ends of the pit shall be sloped 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)G SERVICE CONNECTIONS (******) New irrigation service connections shall be made at locations as shown on the Plans or as otherwise directed by the Owner. All existing and new service connections shall be identified and located prior to pipe rehabilitation work. All existing service connections shall be removed in entirety from the existing main and all locations requiring new service connection shall be prepared by removing a minimum of a two (2) foot section of the existing main, centered on the location of the proposed service connection, prior to the pipe rehabilitation work. The Contractor shall allow a sufficient pipe relaxation period, as recommended by the pipe manufacturer, but not less than 2 hours, following the insertion of the HDPE liner prior to completing new service connections. G:\PROJECTS\2008\08068\S PECS.doc 6-62 Service connections shall be manufactured by Friatec or approved equal and shall be installed by fusion of service saddles onto the new HDPE irrigation pipe Unless otherwise shown on the Plans, service saddles shall provide a 3/4 -inch service and shall match the size and type of pipe of the new irrigation main A mechanical -assist tool shall be used to fuse saddles to new irrigation pipe and all fusing shall be done in strict accordance with the pipe manufacturer's recommendations. Holes made in the HDPE irrigation main for services shall be full circle and match the service size (i.e 3/4" hole for 3/4" service, etc.) Following sufficient cooling time, all service saddle connections shall be pressure tested by the Contractor and approved by the Owner prior to tapping the main, completion of the service, and backfilling operations The Contractor shall prove new service connections are connected to the intended private irrigation system using compressed air, or other method as proposed by the Contractor and approved by the Engineer 7-20.3(2)H LEAK TESTING Pressure testing shall be conducted in accordance with ASTM F2164, Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic Pressure The HDPE pipe shall be filled with water raised to test pressure and allowed to stabilize The test pressure shall be 60 psi. The pipe shall pass if the final pressure is with 5% of the test pressure for 1 hour The service shall pass if the final test pressure maintains for a minimum of 10 minutes. For safety reasons, hydrostatic testing only will be used The Contractor shall maintain a log of all pipe and service testing on the project. At a minimum, the testing log shall indicate the following parameters. Name of technician, time, test pressure, test duration, and whether the test passed or failed 7-20.4 MEASUREMENT AND PAYMENT (******) Measurement and payment shall be per Section 1-09 3(1) Description of Bid Items. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS This section is supplemented with the following Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in the field by the Engineer Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter The template shall extend from the bottom of curb to the top of the curb, and shall have a minimum length of 8 feet, with the 6 -foot long transition centered in the template. The Contractor shall also be required to use a template at the back of Driveway/Depressed curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. The new concrete curb and gutter shall be cured in accordance with SECTION 5-05.3(13)B of the Standard Specifications Application of the curing compound shall be in accordance with the manufacturer's recommendations First-class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer The Contractor shall be required to construct a minimum 10 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer This "model" section will be referenced during construction for comparison to newly poured curb If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed Cement concrete curb and gutter which does not comply with the section details G:\P ROJ ECTS\2008\08068\SPECS. doc 6-63 on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods. 8-04.5 PAYMENT (******) This section is supplemented with the following Payment for "Cement Concrete Curb and Gutter" shall be per Section 1-09 3(1) Description of Bid Items. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(3) PLACING AND FINISHING CONCRETE (******) This section is supplemented with the following All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness. All concrete approaches located behind a Depressed curb and gutter section shall be six (6) inches in thickness Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with SECTION 5-05 3(13)A of the Standard Specifications Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. First-class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. 8-14.5 PAYMENT This Section is supplemented with the following. Payment for "Concrete Slab =Inch Thick," shall be per Section 1-09 3(1) Description of Bid Items. STDPLANS.GR9 STANDARD PLANS April 7, 2008 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No PT 08-001, effective April 7, 2008 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Mix Asphalt" All references in the Standard G:\PROJ ECTS\2008\08068\SPECS.doc Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Plans to the abbreviation "ACP" shall be revised to read "HMA". 6-64 C-1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C-1 a In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long. C-1 b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -2s Delete reference to Cross -Section A. C-5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit" C-8 END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top of the view, 1 1/2" R and below another dimension of 1 '/" R , the bottom dimension should be 7/8" R. C-10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" C-11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000 In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C-12 Note 1 is revised to read Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List and shall be installed in accordance with the manufacturer's recommendations. Products not listed on the Qualified Products List are considered when submitted with a Request of Approval of Materials (RAM) form D -la through D -1f Deleted F-40.12 through F-40.18 The following note is added to these five plans Note 7 To the maximum extent feasible, the ramp cross slope shall not exceed 2% K-80.30-00 In the NARROW BASE, END view, the reference to Std Plan C -8e is revised to Std. Plan K-80 35 M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN is changed to 300' MIN The following are the Standard Plan numbers applicable at the time this project was advertised The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan Standard Plans showing different dates shall not be used in this contract. G:\PROJECTS\2008\08068\SP ECS. doc 6-65 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A-10 10-00 . 8/07/07 A-30 15-00 . .. 11/08/07 A-40.50-00 .... 11/08/07 A-10.20-00 10/05/07 A-30.30-00 . 11/08/07 A-60 10-00. .... 10/05/07 A-10 30-00 . ... 10/05/07 A-30.35-00 ..... 10/12/07 A-60.20-00 .... 10/05/07 A-20 10-00 8/31/07 A-40 10-00 ..... 10/05/07 A-60.30-00 . 11/08/07 A-30.10-00. ....11/08/07 A-40.20-00 . ... 9/20/07 A-60 40-00 . . 8/31/07 B-5.20-00 . . ....... 6/01/06 B-30.50-00 ... 6/01/06 B-75.20-00 ..... 6/01/06 B-5 40-00 . . .6/01/06 B-30.70-01 .... 8/31/07 B-75 50-00.... . 6/08/06 B-5 60-00 ... . .. 6/01/06 B-30 80-00 . .... . 6/08/06 B-75.60-00. ..... 6/08/06 B-10.20-00.. . .....B-10.20-00.........6/01/06 B-30.90-01 .. 9/20/07 B-80.20-00 .... . 6/08/06 B-10.40-00 6/01/06 B-35.20-00 .. . 6/08/06 B-80 40-00 . . ... 6/01/06 B-10.60-00 . ....6/08/06 B-35 40-00 ... 6/08/06 B-82.20-00 . ... .6/01/06 B-15.20-00 .. 6/01/06 B-40.20-00 ... 6/01/06 B-85.10-00.......6/01/06 B-15 40-00 . .6/01/06 B-40 40-00 . . 6/01/06 B-85.20-00 . . ... 6/01/06 B-15 60-00.. .. .. 6/01/06 B-45.20-00 .. 6/01/06 B-85 30-00 . . . . 6/01 /06 B-20.20-01 . 11/21/06 B-45 40-00 . . 6/01/06 B-85 40-00 . .... 6/08/06 B-20 40-01. . 11/21/06 B-50.20-00.....6/01/06 B-85 50-00 . .... 6/08/06 B-20.60-01 . ..11/21/06 B-55.20-00 . .... 6/01/06 B-90.10-00.. .... 6/08/06 B-25.20-00 .........6/08/06 B-60.20-00 . ... . 6/08/06 B-90.20-00.... . .. 6/08/06 B-25 60-00 ... . .. .6/01 /06 B-60 40-00 . 6/01/06 B-90 30-00 .... 6/08/06 B-30.10-00 .. . . 6/08/06 B-65.20-00 .... 6/01/06 B-90 40-00 .. 6/08/06 B-30.20-01 11/21/06 B-65 40-00 ... .. 6/01/06 B-90.50-00 . . .... 6/08/06 B-30 30-00....... .. 6/01/06 B-70.20-00 .. ... 6/01/06 B-95.20-00.. . 6/08/06 B-30.40-00 .. . . . 6/01/06 B-70 60-00 . . 6/01/06 B-95.40-00 ... 6/08/06 C-1 .2/06/07 C -3b 10/04/05 C-13.. ..4/16/99 C-1 a....... . 7/31/98 C -3c . 6/21/06 C -13a.... .. 4/16/99 C -lb .10/31/03 C -3d 3/03/05 C -13b.... 4/16/99 C -lc . .5/30/97 C-4 . . 2/21/07 C -14a... 7/26/02 C -1d . 10/31/03 C -4a ... 2/21/07 C -14b... .7/26/02 C-2 1/06/00 C -4b ..... 6/08/06 C -14c . 7/26/02 C -2a .. . .6/21/06 C -4e .... . . 2/20/03 C -14d . . 7/26/02 C -2b ....... . 6/21/06 C -4f . .. 6/30/04 C -14e . 7/26/02 C -2c . .... 6/21/06 C-5 . ... 10/31/03 C -14f . .. 9/02/05 C -2d .... . .. 6/21/06 C-6 ....... ... 5/30/97 C -14g. ... ... .11/21/06 C -2e. .... 6/21/06 C -6a.... ... .3/14/97 C -14h ....1/11/06 C -2f... .. .. 3/14/97 C -6c .... .... .1/06/00 C -14i..... 12/02/03 C -2g . ...... 7/27/01 C -6d . . 5/30/97 C -14j..... . ....12/02/03 C -2h .... . . 3/28/97 C -6f .. ... . 7/25/97 C -14k... .. . 1/11/06 C -2i . . 3/28/97 C-7 ... . ..10/31/03 C -16a. . 11/08/05 C -2j .... ....6/12/98 C -7a.... ... 10/31/03 C -16b ... . .... 11/08/05 C -2k . 7/27/01 C-8.. .. . 4/27/04 C-20.14-00 .. . .2/06/07 C -2n . 7/27/01 C -8a .... . 7/25/97 C-20 40-00 . .... 2/06/07 C -2o . 7/13/01 C -8b ... ......1/11/06 C-22.40-01. . ..10/05/07 C -2p . 10/31/03 C -8e .... 2/21/07 C-23 60-00 . .......2/06/07 C -2q . .. 3/03/05 C -8f . 6/30/04 C-25.18-01 . . .. 9/20/07 C -2r... 3/03/05 C-10. . .... 7/31/98 C-25.20-01 ..... .9/20/07 C -2s . . ... . 3/03/05 C-11 ..... 5/20/04 C-25.22-01. ...10/05/07 C -2t .. . 3/03/05 C-11 a . . 5/20/04 C-25 80-00 ... . 9/20/07 C-3.... 10/04/05 C-11 b .. . . 5/20/04 C-28.40-00 ...... 2/06/07 C -3a 10/04/05 C-12 .... 7/27/01 D-2.02-00 .. ...11 /10/05 D-2.36-01 .. 11/08/07 D-2.80-00 ... 11/10/05 D-2.04-00 .. . . 11/10/05 D-2.38-00 .. . . 11/10/05 D-2.82-00 .... 11/10/05 D-2.06-00 11/10/05 D-2 40-00. ... 11/10/05 D-2.84-00 . .. ....11/10/05 D-2.08-00. 11/10/05 D-2 42-00 .. . 11/10/05 D-2.86-00 . . ..11 /10/05 D-2.10-00 11/10/05 D-2.44-00 . . 11/10/05 D-2.88-00 .... ..11 /10/05 D-2.12-00 11/10/05 D-2 46-00 . 11/10/05 D-2.92-00 .. .. 11/10/05 D-2.14-00 .. 11/10/05 D-2 48-00 11/10/05 D-3.. 7/13/05 G: \PROJECTS \2008\08068\S P E C S. d oc 6-66 D-2.16-00 11/10/05 D-2 60-00 11/10/05 D -3a. . . ... 6/30/04 D-2 18-00. . 11/10/05 D-2 62-00 . .. 11/10/05 D -3b 6/30/04 D-2 20-00 11/10/05 D-2 64-00 11/10/05 D -3c . . 6/30/04 D-2.30-00 11/10/05 0-2 66-00 ... 11/10/05 D-4 12/11/98 D-2 32-00 . 11/10/05 D-2.68-00 .. . 11/10/05 D-6 .. 6/19/98 D-2 34-00 ... 11/10/05 0-2 78-00 .. 11/10/05 E-1 ... 2/21/07 E-4 . .. 8/27/03 E-2 .. 5/29/98 E -4a . . 8/27/03 F-10 12-00 12/20/06 F-30.10-00 . 1/23/07 F-40 18-00 .. .. 2/07/07 F-10.16-00 .12/20/06 F-40 10-01 10/05/07 F-40 16-00 ... 2/07/07 F-10 40-00 1/23/07 F-40.12-00 2/07/07 F-40 20-00 . . 10/05/07 F-10 42-00 . 1/23/07 F-40 14-00 2/07/07 F-42.10-00 . 10/05/07 F-10 62-01 .. 9/05/07 F-40 15-00 2/07/07 F-80 10-00 1/23/07 F-10 64-01 10/05/07 F-40 16-00 2/07/07 G -9a . .. 6/25/02 G-24 50-00 11/08/07 G-70 10-00 .. .10/5/07 G-10 10-00 . . 9/20/07 G-24 60-00 11/08/07 G-70.20-00 . 10/5/07 G-20 10-00 .. 9/20/07 G-25 10-00 11/08/07 G-70 30-00 .10/5/07 G-22 10-00 . 11/08/07 G-30 10-00. 11/08/07 G-95 10-00 . 11/08/07 G-24 10-00 . 11/08/07 G-50 10-00 11/08/07 G-95.20-00 . 11/08/07 G-24.20-00 .. 11/08/07 G-60.10-00 .. 8/31/07 G-95.30-00 ..11 /08/07 G-24 30-00 11/08/07 G-60.20-00 8/31/07 G-24 40-00 . 11/08/07 G-60 30-00 8/31/07 H-30 10-00 10/12/07 H-60.20-00 ... 9/05/07 H-70 30-00 ... 9/05/07 H-32 10-00 . 9/20/07 H-70 10-00 .. .. 9/05/07 H-60 10-00 .9/05/07 H-70 20-00 . . 9/05/07 1-10 10-00 . 8/31/07 1-30 50-00 11/14/07 1-60 10-00 . 8/31/07 1-30.10-00 9/20/07 1-4010-00 9/20/07 1-60.20-00 8/31/07 1-30.20-00 ... 9/20/07 1-40.20-00 9/20/07 1-80 10-00 . 8/31/07 1-30.30-00 . 9/20/07 1-50 10-00 . 9/20/07 1-30 40-00 10/12/07 1-50 20-00 . 8/31/07 J-lf . .. 6/23/00 J -8b 5/20/04 J-18 ... 9/02/05 J-3 .8/01 /97 J -8c . 5/20/04 J-19 ... 9/02/05 J -3b .. 3/04/05 J -8d . 5/20/04 J-20 .. ... 9/02/05 J -3c 6/24/02 J -9a .. 4/24/98 J-2810-00. . 8/07/07 J -3d. 11/05/03 J-10 . 7/18/97 J-28.22-00. ..8/07/07 J-5 8/01/97 J -11a .10/12/07 J-28.24-00... .8/07/07 J -6c. 4/24/98 J-11 b 9/02/05 J-28.26-00 8/07/07 J -6f 4/24/98 J -11c .. 6/21/06 J-28 30-00.. 8/07/07 J -6g 12/12/02 J-12 11/08/05 J-28 40-00 8/07/07 J -6h . ... 4/24/98 J -15a . 10/04/05 J-28.42-00 8/07/07 J -7a 9/12/01 J -15b 10/04/05 J-28 45-00 .8/07/07 J -7c 6/19/98 J -16a . 3/04/05 J-28 50-00 .. 8/07/07 J -7d .4/24/98 J -16b . 9/20/07 J-28.60-00. . . 8/07/07 J -8a ..5/20/04 J -16c. . 9/20/07 J-28 70-00 .. 11/08/07 K-10 20-01 . 10/12/07 K-26 40-01 . 10/12/07 K-40 60-00.. ... 2/15/07 K-10 40-00 .. 2/15/07 K-30.20-00 2/15/07 K-40 80-00 2/15/07 K-20.20-01 .. ..10/12/07 K-30.40-01 10/12/07 K-55 20-00 . .. 2/15/07 K-20 40-00 . 2/15/07 K-32.20-00 2/15/07 K-60.20-01 . ... 11/12/07 K-20 60-00 .. 2/15/07 K-32 40-00 2/15/07 K-60 40-00 .2/15/07 K-22.20-01 ... 10/12/07 K-32 60-00 2/15/07 K-70.20-00 ... . 2/15/07 K-24 20-00 . 2/15/07 K-32 80-00 2/15/07 K-80 10-00 ... 2/21/07 K-24 40-01 10/12/07 K-34 20-00 2/15/07 K-80.20-00. .... 12/20/06 K-24 60-00.. 2/15/07 K-36.20-00 2/15/07 K-80 30-00 . . 2/21/07 G:\PROJECTSt2008108068\SPECS.doc 6-67 K-24.80-01... .10/12/07 K-40.20-00 ... 2/15/07 K-80.35-00 ... 2/21/07 K-26.20-00. . .2/15/07 K-40.40-00 .. ... 2/15/07 K-80 37-00. . . 2/21/07 L-10.10-00 . .. 2/21/07 L-40 10-00 . ... 2/21/07 L-70 10-00 . ... 1/30/07 L-20.10-00 . ... . 2/07/07 L-40 15-00 .... 2/21/07 L-70.20-00. . . ....1 /30/07 L-30 10-00 . 2/07/07 L-40.20-00 ... . 2/21/07 M-1.20-01 1/30/07 M-5 10-01 . . 1/30/07 M-24.40-01. .. 5/31/06 M-1 40-01 .. .1/30/07 M-7 50-01 ... 1/30/07 M-24.60-02 . .... 2/06/07 M-1.60-01 .. . 1/30/07 M-9 50-01 ... 1/30/07 M-40.10-00 .9/20/07 M-1 80-02 .. . 8/31/07 M-11 10-01 . 1/30/07 M-40.20-00. . . 10/12/07 M-2.20-01 .. 1/30/07 M-15.10-01 .... 2/06/07 M-40 30-00 . .... 9/20/07 M-2.40-01 . ........1 /30/07 M-17.10-01 . . . 1/30/07 M-40 40-00 ... . .. 9/20/07 M-2.60-01 . . 1/30/07 M-20 10-01 . 1/30/07 M-40 50-00. . . . 9/20/07 M-3 10-01 . 1/30/07 M-20.20-01 1/30/07 M-40 60-00 . .... 9/20/07 M-3.20-01 ..1 /30/07 M-20.30-01 .. 1/30/07 M-60.10-00 . ... 9/05/07 M-3.30-01 ... 1/30/07 M-20.40-01 .. . . 1/30/07 M-60 20-00 ... . 9/05/07 M-3 40-01 1/30/07 M-20 50-01 ... 1/30/07 M-65 10-00. .... 9/05/07 M-3 50-01 1/30/07 M-24 20-01 ... 5/31/06 G:\PROJECTS\2008\08068\SPECS.doc 6-68 1 1 1 1 1 1 1 1 1 APPENDIX A AMENDMENTS TO THE 2008 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\P RO J ECTS\20081080681S P E C S. doc 1 1 1 1 1 1 t1111 1 1 1 1 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT 16 April 7, 2008 17 1-03.1 Consideration of Bids 18 This section is supplemented with the following new sub -section. 19 20 1-03.1(1) Tied Bids 21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 22 the tie-breaker will be determined by drawing as described in this Section. Two or more 23 slips of paper will be marked as follows: one marked 'Winner" and the other(s) marked 24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be 25 placed inside a box. One authorized representative of each Bidder shall draw a slip 26 from the box. Bidders shall draw in alphabetic order by the name of the firm as 27 registered with the Washington State Department of Licensing. The slips shall be 28 unfolded and the firm with the slip marked 'Winner" will be determined to be the 29 successful Bidder and eligible for Award of the Contract. Only those Bidders that 30 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to 31 draw. 32 33 SECTION 1-04, SCOPE OF THE WORK 34 April 7, 2008 35 1-04.4(1) Minor Changes 36 The first sentence in the first paragraph is revised to read: 37 38 Payments or credits for changes amounting to $15,000 or less may be made under the 39 bid item "Minor Change." 40 41 1-04.5 Procedure and Protest by the Contractor 42 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 43 calendar days. 44 45 The second sentence in the fifth paragraph is revised to read: 46 47 The determination will be provided within 14 -calendar days after receipt of the 48 Contractor's supplemental written statement (including any additional information 1 requested by the Project Engineer to support a continuing protest) described in item 2 2 above. 3 4 SECTION 1-05, CONTROL OF WORK 5 April 7, 2008 6 1-05.1 Authority of the Engineer 7 The fourth paragraph is revised to read: 8 9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work 10 according to Section 1-08.6. 11 12 1-05.12 Final Acceptance 13 The second paragraph is revised to read: 14 15 The Contractor agrees that neither completion nor final acceptance shall relieve the 16 Contractor of the responsibility to indemnify, defend, and protect the Contracting 17 Agency against any claim or loss resulting from the failure of the Contractor (or the 18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics, 19 subcontractors, materialpersons, or any other person who provides labor, supplies, or 20 provisions for carrying out the Work or for any payments required for unemployment 21 compensation under Title 50 RCW or for industrial insurance and medical aid required 22 under Title 51 RCW. 23 24 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 25 April 7, 2008 26 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land 27 The following new paragraph is inserted in front of the first paragraph: 28 29 State Department of Revenue Rule 170 and its related rules apply for this section. 30 31 1-07.9(1) General 32 The following new paragraph is inserted to follow the sixth paragraph: 33 34 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that 35 falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 36 296-127-010, complies with all the requirements of RCW 39.12. 37 38 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 39 This section is revised to read: 40 41 The Contractor shall prepare a project -specific spill prevention, control, and 42 countermeasures plan (SPCC Plan) that will be used for the duration of the project. The 43 Contractor shall submit the plan to the Project Engineer no later than the date of the 44 preconstruction conference. No on-site construction activities may commence until 45 WSDOT accepts an SPCC Plan for the project. 46 47 The term "hazardous materials", as used in this Specification, is defined in Chapter 447 48 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and 2 1 1 1 1 1 1 r1111 1 1 1 1 1 health requirements that may pertain to SPCC Plan implementation are contained in but 2 not limited to WAC 296-824 and WAC 296-843. 3 4 Implementation Requirements 5 The SPCC Plan shall be updated by the Contractor throughout project construction so 6 that the written plan reflects actual site conditions and practices. The Contractor shall 7 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan 8 on the project site. All project employees shall be trained in spill prevention and 9 containment, and shall know where the SPCC Plan and spill response kits are located 10 and have immediate access to them. 11 12 If hazardous materials are encountered or spilled during construction, the Contractor 13 shall do everything possible to control and contain the material until appropriate 14 measures can be taken. The Contractor shall supply and maintain spill response kits of 15 appropriate size within close proximity to hazardous materials and equipment. 16 17 The Contractor shall implement the spill prevention measures identified in the SPCC 18 Plan before performing any of the following: 19 20 1. Placing materials or equipment in staging or storage areas. 21 2. Refueling, washing, or maintaining equipment. 22 3. Stockpiling contaminated materials. 23 24 SPCC Plan Element Requirements 25 The SPCC Plan shall set forth the following information in the following order: 26 27 1. Responsible Personnel 28 Identify the name(s), title(s), and contact information for the personnel 29 responsible for implementing and updating the plan, including all spill 30 responders. 31 32 2. Spill Reporting 33 List the names and telephone numbers of the federal, State, and local 34 agencies the Contractor shall notify in the event of a spill. 35 36 3. Project and Site Information 37 Describe the following items: 38 39 A. The project Work. 40 41 B. The site location and boundaries. 42 43 C. The drainage pathways from the site. 44 45 D. Nearby waterways and sensitive areas and their distances from the 46 site. 47 48 4. Potential Spill Sources 49 Describe each of the following for all potentially hazardous materials brought 50 or generated on-site (including materials used for equipment operation, 51 refueling, maintenance, or cleaning): 52 3 1 A. Name of material and its intended use. 2 3 B. Estimated maximum amount on-site at any one time. 4 5 C. Location(s) (including any equipment used below the ordinary high 6 water line) where the material will be staged, used, and stored and 7 the distance(s) from nearby waterways and sensitive areas. 8 9 D. Decontamination location and procedure for equipment that comes 10 into contact with the material. 11 12 E. Disposal procedures. 13 14 5. Pre-Existing Contamination 15 Describe any pre-existing contamination and contaminant sources (such as 16 buried pipes or tanks) in the project area that are described in the Contract 17 documents. Identify equipment and work practices that will be used to prevent 18 the release of contamination. 19 20 6. Spill Prevention and Response Training 21 Describe how and when all personnel (including refueling contractors and 22 Subcontractors) will be trained in spill prevention, containment and response in 23 accordance with the Plan. Describe how and when all spill responders will be 24 trained in accordance with WAC 296-824. 25 26 7. Spill Prevention 27 Describe the following items: 28 29 A. Spill response kit contents and location(s). 30 31 B. Security measures for potential spill sources. 32 33 C. Secondary containment practices and structures for hazardous 34 materials. 35 36 D. Methods used to prevent stormwater from contacting hazardous 37 materials. 38 39 E. Site inspection procedures and frequency. 40 41 F. Equipment and structure maintenance practices. 42 43 G. Daily inspection and cleanup procedures that ensure all equipment 44 used below the ordinary high water line is free of all external 45 petroleum based products. 46 47 H. Refueling procedures for equipment that cannot be moved from below 48 the ordinary high water line. 49 50 8. Spill Response 51 Outline the response procedures the Contractor will follow for each scenario 52 listed below. Include a description of the actions the Contractor shall take and 1 1 the specific, on-site, spill response equipment that shall be used to assess the 2 spill, secure the area, contain and eliminate the spill source, and clean up and 3 dispose of spilled and contaminated material. 4 5 A. A spill of each type of hazardous material at each location identified in 6 4, above. 7 8 B. Stormwater that has come into contact with hazardous materials. 9 10 C. A release or spill of any pre-existing contamination and contaminant 11 source described in 5, above. 12 13 D. A release or spill of any unknown pre-existing contamination and 14 contaminant sources (such as buried pipes or tanks) encountered 15 during project Work. 16 17 E. A spill occurring during Work with equipment used below the ordinary 18 high water line. 19 20 If the Contractor will use a Subcontractor for spill response, provide contact 21 information for the Subcontractor under item 1 (above), identify when the 22 Subcontractor will be used, and describe actions the Contractor shall take 23 while waiting for the Subcontractor to respond. 24 25 9. Project Site Map 26 Provide a map showing the following items: 27 28 A. Site location and boundaries. 29 30 B. Site access roads. 31 32 C. Drainage pathways from the site. 33 34 D. Nearby waterways and sensitive areas. 35 36 E. Hazardous materials, equipment, and decontamination areas 37 identified in 4, above. 38 39 F. Pre-existing contamination or contaminant sources described in 5, 40 above. 41 42 G. Spill prevention and response equipment described in 7 and 8, 43 above. 44 45 10. Spill Report Forms 46 Provide a copy of the spill report form(s) that the Contractor will use in the event of 47 a release or spill. 48 49 Payment 50 Payment will be made in accordance with Section 1-04.1 for the following Bid item when 51 it is included in the Proposal: 52 5 1 "SPCC Plan", lump sum. 2 3 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50- 4 percent of the lump sum Contract price for the plan. 5 6 The remaining 50 -percent of the lump sum price will be paid after the materials and 7 equipment called for in the plan are mobilized to the project. 8 9 The lump sum payment for "SPCC Plan" shall be full pay for: 10 11 1. All costs associated with creating the accepted SPCC Plan. 12 13 2. All costs associated with providing and maintaining the on-site spill prevention 14 equipment described in the accepted SPCC Plan. 15 16 3. All costs associated with providing and maintaining the on-site standby spill 17 response equipment and materials described in the accepted SPCC Plan. 18 19 4. All costs associated with implementing the spill prevention measures identified 20 in the accepted SPCC Plan. 21 22 5. All costs associated with updating the SPCC Plan as required by this 23 Specification. 24 25 As to other costs associated with releases or spills, the Contractor may request 26 payment as provided for in the Contract. No payment shall be made if the release or 27 spill was caused by or resulted from the Contractor's operations, negligence, or 28 omissions. 29 30 1-07.17(2) Utility Construction, Removal or Relocation by Others 31 The first sentence in the second paragraph is revised to read: 32 33 If the Contract provides notice that utility work (including furnishing, adjusting, 34 relocating, replacing, or constructing utilities) will be performed by others during the 35 prosecution of the Work, the Special Provisions will establish the utility owners 36 anticipated completion. 37 38 The first sentence in the third paragraph is revised to read: 39 40 When others delay the Work through late performance of utility work, the Contractor 41 shall adhere to the requirements of Section 1-04.5. 42 43 SECTION 1-08, PROSECUTION AND PROGRESS 44 April 7, 2008 45 1-08.3(2)A Type A Progress Schedule 46 This section is revised to read: 47 48 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 49 days after the date the contract is executed, or some other mutually agreed upon 50 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, 6 1 or other standard schedule format. Regardless of which format at used, the schedule shall 2 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and I 3 approve or return the schedule for corrections within 15 calendar days of receiving the 4 submittal. ( 5 I 6 1-08.5 Time for Completion 7 The third sentence in the first paragraph is revised to read: 8 I 9 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 10 Contract specifically prohibits Work on the critical path of the Contractor's approved 11 progress schedule, or one of these holidays: January 1, the third Monday of January, I 12 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 13 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 14 I 15 1-08.6 Suspension of Work 16 The first paragraph is revised to read: 17 I 18 The Engineer may order suspension of all or any part of the Work if: 19 20 1. Unsuitable weather that prevents satisfactory and timely performance of the 21 Work; or 1 22 23 2. The Contractor does not comply with the Contract: or 24 I 25 3. It is in the public interest. 26 27 1-08.7 Maintenance During Suspension it 28 The first sentence in the fourth paragraph is revised to read: 29 30 If the Engineer determines that the Contractor has pursued the Work diligently before I 31 32 the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). 33 I 34 The fifth paragraph is revised to read: 35 36 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 37 costs associated with protecting and maintaining such Work shall be the responsibility I 38 of the Contractor, except those costs associated with implementing the TESC Plan 39 according to Section 8-01. 40 1 41 The seventh paragraph is revised to read: 42 43 After any suspension, the Contractor shall resume all responsibilities the Contract I 44 assigns for the Work. 45 46 SECTION 1-09, MEASUREMENT AND PAYMENT 1 47 April 7, 2008 48 1-09.9 Payments 1 49 The first paragraph is supplemented with the following: 50 1 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 2 price in sufficient detail for the Project Engineer to determine the value of the Work 3 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project 4 Engineer no later than the date of the preconstruction meeting. 5 6 The second sentence in the third paragraph is revised to read: 7 8 Unless otherwise provided in the payment clause of the applicable Specifications, 9 partial payment for lump sum Bid items will be a percentage of the price in the Proposal 10 based on the Project Engineer's determination of the amount of Work performed, with 11 consideration given to but not exclusively based on the Contractors lump sum 12 breakdown. 13 14 The third paragraph is supplemented with the following: 15 16 The determination of payments under the contract will be final in accordance with 17 Section 1-05.1. 18 19 1-09.9(1) Retainage 20 In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. 21 22 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 23 January 7, 2008 24 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 25 This section is revised to read: 26 27 "Project Temporary Traffic Control", lump sum. 28 29 The lump sum Contract payment shall be full compensation for all costs incurred by the 30 Contractor in performing the Contract Work defined in Section 1-10, except for costs 31 compensated by Bid Proposal items inserted through Contract Provisions as described 32 in Section 1-10.4(3). 33 34 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 35 April 7, 2008 36 2-01.3(1) Clearing 37 Item 3 .is deleted. 38 39 The first sentence in Item 4. is revised to read: 40 41 Follow these requirements for all stumps that will be buried deeper than 5 -feet from the 42 top, side, or end surface of the embankment or any structure: 43 44 2-01.3(2) Grubbing 45 Item 2. e, is revised to read: 46 47 Upon which embankments will be placed except stumps may be close -cut or trimmed 48 as allowed in Section 2-01.3(1) item 4. 49 8 1 1 1 1 1 1 1 1 1 1 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 April 7, 2008 3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 The first sentence in 3. is supplemented with the following: 5 6 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of 7 sawcutting provided that a clean vertical edge remains. 8 9 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 10 January 7, 2008 11 2-03.1 Description 12 The first sentence in the first paragraph is revised to read: 13 14 The Work described in this section, regardless of the nature or type of the materials 15 encountered, includes excavating and grading the Roadway, excavating in borrow pits, 16 excavating below grade, excavating channels and ditches, removing slide material, and 177 disposing of all excavated material. 19 2-03.3(3) Excavation Below Grade 20 The section title is revised to read: 21 22 2-03.3(3) Excavation Below Subgrade 23 24 The first sentence in the fifth paragraph is revised to read: 25 26 Compaction. If the density of the natural earth under any area of the Roadway is 27 Tess than that required in Section 2-03.3(14)C, Method B, the Engineer may order 28 the Contractor to perform any or all of the following: 29 30 2-03.3(14)M Excavation of Channels 31 This section including title is revised to read: 32 33 2-03.3(14)M Excavation of Channels and Ditches 34 Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes 35 channels that are part of the Roadway. 36 37 Ditch Excavation: Open excavations Tess than 8 -feet wide at the bottom, but excludes 38 ditches that are part of the Roadway. 39 40 Before excavating channels or ditches, the Contractor shall clear and grub the area in 41 accordance with Section 2-01. 42 43 2-03.4 Measurement 44 The first sentence in the first paragraph is revised to read: 45 46 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation 47 excavation, and common borrow items will be measured by the cubic yard. 48 49 The fourth sentence in the first paragraph is revised to read: 9 1 2 For Roadway excavation, channel excavation and ditch excavation items, the original 3 ground will be compared with the planned finished section shown in the Plans. 5 2-03.5 Payment 6 The first paragraph is supplemented with the following: 7 8 "Channel Excavation", per cubic yard. 9 "Channel Excavation Incl. Haul", per cubic yard. 10 "Ditch Excavation", per cubic yard. 11 "Ditch Excavation Incl. Haul", per cubic yard. 12 13 The first sentence in the second paragraph is revised to read: 14 15 The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation 16 Incl. Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area 17 ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and 18 "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for 29 excavating, loading, placing, or otherwise disposing of the material. 21 The second paragraph is supplemented with the following: 22 23 When a bid item is not included in the proposal for channel excavation or ditch 24 excavation all costs shall be included in roadway excavation. 25 26 The third paragraph is revised to read: 27 28 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices 29 shall apply, unless the Work differs materially from the excavation above Subgrade, 30 then payment will be in accordance with Section 1-04.4. 31 32 SECTION 2-10, DITCH EXCAVATION 33 January 7, 2008 34 This section is deleted in its entirety. The section title is revised to read: 35 36 2-10 VACANT 37 38 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 39 January 7, 2008 40 5-01.3(2)B Portland Cement Concrete 41 The third sentence in the third paragraph is deleted. 42 43 SECTION 5-04, HOT MIX ASPHALT 44 April 7, 2008 45 5-04.3(12)B Longitudinal Joints 46 The first two paragraphs are revised to read: 47 10 1 1 1 1 1 1 1 1 The longitudinal joint in any 1 course shall be offset from the course immediately below 2 by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in 3 the wearing course shall be located at a lane line or an edge line of the Traveled Way. 4 5 On one -lane ramps a longitudinal joint may be constructed at the center of the traffic 6 lane, subject to approval by the Project Engineer, if: 7 8 1. The ramp must remain open to traffic, or 9 10 2. The ramp is closed to traffic and a hot -lap joint is constructed. 11 12 a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving 13 machines shall be used; a minimum compacted density in accordance 14 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and 15 construction equipment other than rollers shall not operate on any 16 uncompacted mix. 17 18 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan 19 A40.10-00." 20 21 5-04.3(21) Asphalt Binder Revision 22 This section is revised to read: 23 24 When the Contracting Agency provides a source of aggregate, the expected percentage 25 content of asphalt binder in the resulting mix will be identified in the Contract 26 documents. 27 28 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix 29 Asphalt produced with Agency -provided aggregate vary by more than plus or minus 0.3- 30 percent from the amount shown in the Contract documents, an adjustment in payment 31 will be made. The adjustment in payment (plus or minus) will be based on the invoice 32 unit cost, including shipping cost, without any markups. The quantity subject to an 33 adjustment shall be the difference between the JMF asphalt binder percentage and the 34 contract document asphalt binder percentage except that the first 0.3% of this difference 35 shall not apply. No adjustment will be made when the Contractor elects not to use a 36 Contracting Agency -provided source, or when no source is made available by the 37 Contracting Agency. 38 39 SECTION 5-05, CEMENT CONCRETE PAVEMENT 40 January 7, 2008 41 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 42 The third sentence in the ninth paragraph is deleted. 43 44 SECTION 6-02, CONCRETE STRUCTURES 45 April 7, 2008 46 6-02.3(17)N Removal of Falsework and Forms 47 The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier 48 form, and pedestrian barrier forms" etc, is deleted. 49 11 1 6-02.3(17)0 Early Concrete Test Cylinder Breaks 2 The third paragraph is revised to read: 3 4 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 5 6 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 7 The title for this Section (on page 6-71) is revised to read: 8 9 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 10 11 6-02.3(25)L Handling and Storage 12 The fifth sentence in the third paragraph is deleted. 13 14 SECTION 6-03, STEEL STRUCTURES 15 April 7, 2008 16 6-03.3(33) Bolted Connections 17 The second paragraph is revised to read: 18 19 All bolted connections are slip critical. Painted structures require either Type 1 or Type 20 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be 21 galvanized or be used in contact with galvanized metal. 22 23 6-03.3(38) Placing Superstructure 24 This section is revised to read: 25 26 The concrete in piers and crossbeams shall reach at least 80 -percent of design strength 27 before girders are placed on them. 28 29 6-03.4 Measurement 30 The second paragraph is revised to read: 31 32 Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be 33 paid for on a lump sum basis, whichever is shown on the Proposal. 34 35 SECTION 6-15, SOIL NAIL WALLS 36 January 7, 2008 37 6-15.3(8)A Verification Testing 38 The last sentence in the sixth paragraph is revised to read: 39 40 The load -hold period shall start as soon as the load is applied and the nail movement 41 with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 42 6, 10, 20, 30, 40, 50, and 60 minutes. 43 44 6-15.3(8)B Proof Testing 45 The fifth sentence in the third paragraph is revised to read: 46 47 If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 48 60 minutes. 12 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 2 SECTION 6-17, PERMANENT GROUND ANCHORS 3 January 7, 2008 4 6-17.3(8)B Performance Testing 5 The fourth sentence in the fourth paragraph is revised to read: 6 7 If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 8 40, 50, and 60 minutes. 9 10 6-17.3(8)C Proof Testing 11 The fourth sentence in the second paragraph is revised to read: 12 13 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 14 40, 50, and 60 minutes. 15 16 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 17 April 7, 2008 18 8-01.3(1) General 19 The ninth paragraph is revised to read: 20 21 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 22 continue to control erosion, pollution, and runoff during the shutdown. 23 24 8-01.3(1)C Water Management 25 Item 2. "Process Water" is supplemented with the following new first paragraph: 26 27 High pH process water or wastewater (non-stormwater) that is generated on-site, 28 including water generated during concrete grinding, rubblizing, washout, and 29 hydrodemolition activities, shall not be discharged to waters of the state. Water may be 30 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process 31 water shall be in accordance with Standard Specification 5-01.3(11). 32 33 8-01.3(6)D Wattle Check Dam 34 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 35 36 8-01.3(12) Compost Sock 37 The last paragraph is deleted. 38 39 8-01.3(13) Temporary Curb 40 The first paragraph is revised to read: 41 42 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, 43 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. 44 13 1 SECTION 8-02, ROADSIDE RESTORATION 2 April 7, 2008 3 8-02.3(3) Planting Area Weed Control 4 The second paragraph is deleted. 5 6 This section is supplemented with the following: 7 8 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square 9 and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be 10 installed according to the manufacturer's recommendations. 11 12 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 13 January 7, 2008 14 8-04.5 Payment 15 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck 16 Apron Outer Cern. Conc. Curb and Gutter" are revised to read: 17 18 "Roundabout Central Island Cement Concrete Curb", per linear foot. 19 "Roundabout Truck Apron Cern. Conc. Curb and Gutter", per linear foot. 20 21 This section is supplemented with the following new bid item: 22 23 "Roundabout Truck Apron Cement Concrete Curb", per linear foot. 24 25 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE 26 January 7, 2008 27 8-12.3(1)A Posts 28 All references to "Type 3 fence" in the second and third paragraphs are revised to read 29 "Type 3 and Type 4 fences". 30 31 The first sentence in the eighth paragraph is revised to read: 32 33 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the 34 manner shown in the Standard Plans. 35 36 The tenth paragraph is revised to read: 37 38 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap 39 designed to fit securely over the post to support the top rail. All round posts for chain 40 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. 41 The base of the top cap fitting for round posts shall feature an apron around the outside 42 of the posts. 43 44 8-12.3(1)C Tension Wire 45 This section including title is revised to read: 46 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1i 1 1 8-12.3(1)C Tension Wire and Tension Cable 2 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as 3 approved by the Engineer. 4 5 Tension Cables shall be installed in accordance with Section 8-25.3(5). 6 7 8-12.3(1)D Chain Link Fabric 8 The following new paragraph is inserted in front of the first paragraph: 9 10 Attach the chain Zink fabric after the cables and wires have been properly tensioned 11 and/or the top rail has been installed. 12 13 The third and fourth sentences in the third paragraph are revised to read: 14 15 Fastening to posts shall be with tie wire, metal bands, or other approved method 16 attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened 17 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom 18 tension wires as may be applicable, spaced at 24 -inch intervals. 19 20 SECTION 8-15, RIPRAP 21 April 7, 2008 22 8-15.3(1) Excavation for Riprap 23 The second sentence of the first paragraph is revised to read: 24 25 Excavation below the level of the intersection of the slope to be protected and the 26 adjacent original ground or the channel floor or slope shall be classified, measured, and 27 paid for as channel excavation or ditch excavation in accordance with Section 2-03. 28 29 8-15.4 Measurement 30 The following new paragraph is inserted to follow the fifth paragraph. 31 32 Channel excavation will be measured by the cubic yard as specified in Section 2-03. 34 The sixth paragraph is revised to read: 35 36 Ditch excavation will be measured by the cubic yard as specified in Section 2-03. 37 38 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03. 39 40 8-15.5 Payment 41 The bid item "Filter Blanket" is supplemented with the following: 42 43 The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform 44 the work in Section 8-15.3(7). 46 This section is supplemented with the following: 47 48 "Channel Excavation", per cubic yard. 49 "Channel Excavation Incl. Haul", per cubic yard. 50 "Ditch Excavation Incl. Haul", per cubic yard. 15 1 Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" 2 and "Ditch Excavation Incl. Haul" is described in Section 2-03.5. 3 4 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 5 ELECTRICAL 6 April 7, 2008 7 8-20.3(4) Foundations 8 The fifth paragraph is revised to read: 9 10 Where soil conditions are poor, the Engineer may order the Contractor to extend the 11 foundations shown in the Plans to provide additional depth. Such additional Work will 12 be paid for according to Section 1-04.4. 13 14 SECTION 8-21, PERMANENT SIGNING 15 April 7, 2008 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 8-21.3(9)F Bases This section including title is revised to read: 8-21.3(9)F Foundations The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6- 02.3(14)B. Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1-04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 16 1 1 1 1 1 1 1 1 1 Foundation concrete shall conform to the requirements for the specified class, be cast - 2 in-place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3. 3 4 Sign structures shall not be erected on concrete foundations until foundations have 5 attained a compressive strength of 2,400 psi. 6 7 In addition to the basic requirements, sign bridges and cantilever sign structures shall 8 be installed in accordance with the following: 9 10 1. Tops of foundations for sign bridges and cantilever sign structures shall be 11 finished to the elevation shown in the Plans. 12 13 2. Steel reinforcing bars shall conform to Section 9-07. 14 15 3. Concrete shall be Class 4000, except as otherwise specified. Where water is 16 present in the shaft excavations for Type 1 foundations for sign bridges and 17 cantilever sign structures, the shaft concrete shall be Class 4000P placed in 18 accordance with Section 6-02.3(6)B. 19 20 4. All bolts and anchor bolts shall be installed so that two class full threads 21 extend beyond the top of the top heavy -hex nut. Anchor bolts shall be 22 installed plumb, plus or minus 1 degree. 23 24 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished 25 by adjusting leveling nuts. Shims or other similar devices for plumbing or 26 raking will not be permitted. 27 28 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be 29 tightened in accordance with Section 6-03.3(33), and by the Turn -Of -Nut 30 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug 31 tight. Permanent marks shall be set on the base plate and nuts to indicate nut 32 rotation past snug tight. 33 34 In addition to the basic requirements, roadside sign structures shall be installed in 35 accordance with the following: 36 37 1. Tops of foundations shall be finished to final ground line, unless otherwise 38 shown in the Plans or staked by the Engineer. 39 40 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement 41 shall conform to the requirements of Section 9-07. 42 43 3. Concrete shall be Class 3000. 44 45 4. The assembly and installation of all Type TP — A or B bases for roadside sign 46 structures shall be supervised at all times by either a manufacturer's 47 representative or an installer who has been trained and certified by the 48 manufacturer of the system. If the supervision is provided by a trained 49 installer, a copy of the installer certification shall be provided to the Engineer 50 prior to installation. 51 17 1 5. For all Type — A or B bases the Contractor shall attach four female anchors to 2 a flat rigid template following the manufacturer's recommendations. The 3 Contractor shall lower the anchor assembly into fresh concrete foundation and 4 vibrate into position such that the tops of the anchor washers are flush with the 5 finished top surface of the foundation. The Contractor shall support the 6 template such that all anchors are level and in their proper position. 7 8 Slip base and hinge connection nuts of roadside sign structures shall be tightened using 9 a torque wrench to the torque, and following the procedure, specified in the Standard 10 Plans. 11 12 8-21.3(10) Vacant 13 This section is revised to read: 14 15 8-21.3(10) Sign Attachment 16 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be 17 attached or mounted to sign posts or sign structures as shown in the Standard Plans. 18 19 Signs not conforming to the above, including all variable message sign (VMS) 20 assemblies and other message board type assemblies, shall be attached or mounted to 21 sign posts or sign structures by means of positive connections - defined as through - 22 bolted connections. The use of clips or clamps to accomplish the attachment or 23 mounting of such signs and assemblies is prohibited. 24 25 8-21.3(12) Steel Sign Posts 26 This section is revised to read: 27 28 For roadside sign structures on Type — A or B bases, the Contractor shall use the 29 following procedures and manufacturer's recommendations: 30 31 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all 32 Type — A or B bases shall be tightened using the Turn -Of -Nut Tightening 33 Method to a maximum rotation of 1/2 turn past snug tight. 34 35 2. The Contractor shall shim as necessary to plumb the steel sign posts. 36 37 For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use 38 the following procedures: 39 40 1. The Contractor shall assemble the steel sign post to stub post with bolts and 41 flat washers as shown in the Standard Plans. 42 43 2. Each bolt be tightened using a torque wrench to the torque, and following the 44 procedures specified in the Standard Plans. 45 46 SECTION 8-25, GLARE SCREEN 47 January 7, 2008 48 8-25.3(1) Glare Screen Fabric 49 The second sentence in the second paragraph is revised to read: 50 18 1 1 1 1 1 1 1 1 1 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands 2 spaced at 1 -foot intervals. 3 4 The fourth sentence in the second paragraph is revised to read: 5 6 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or 7 other approved methods, attached at 14 -inch intervals. 8 9 8-25.3(5) Tension Cables 10 The following new paragraph is inserted in front of the first paragraph: 11 12 Fasten the tension cables after the posts have been installed and those set in concrete 13 have sufficiently cured. 14 15 The second sentence in the second paragraph is revised to read: 16 17 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or 18 brace posts with a short length of cable as shown in the Standard Plans. 19 20 This section is supplemented with the following: 21 22 Attach U -bolt wire rope clips to the cable ends by placing the base (saddle) of the clip 23 against the live end of the cable, while the "U" of the bolt presses against the dead end. 24 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a 25 wire rope thimble placed securely in the loop eye to prevent kinking. 26 27 8-25.3(6) Fittings, Attachments and Hardware 28 The first paragraph is deleted. 29 30 The second paragraph is revised to read: 31 32 A galvanized iron strap 1/4 -inch in thickness by 2 -inches in width, formed as shown in 33 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to 34 the base and top of the H column posts in order to take the strain of the cable tension 35 off the web of the H column. The straps are required between any tension cable fitting 36 and the H column, one per side, unless the screen post is mounted to a guardrail post, 37 then a strap is only required on the outside (nut side) face. The straps are only required 38 at tension cable attachment locations. 39 40 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 41 January 7, 2008 42 9-04.1(2) Premolded Joint Filler for Expansion Joints 43 This section is revised to read: 44 45 Premolded joint filler for use in expansion (through) joints shall conform to either 46 AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete 47 Paving and Structural Construction" except the requirement for water absorption is 48 deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin 49 Expansion Joint Fillers for Concrete Paving and Structural Construction." 19 1 2 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 3 April 7, 2008 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 9-06.5(3) High Strength Bolts Paragraphs one through four are revised to read as follows: High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special Provisions. Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Black Type 1 Black weathering Type 3 Galvanized Type 1 AASHTO M 253 Bolts Black Type 1 Black weathering Type 3 9-06.13 Copper Seals This section including title is revised to read: 9-06.13 Vacant SECTION 9-09, TIMBER AND LUMBER January 7, 2008 AASHTO M 291 Grade AASHTO M 292 Grade AASHTO M 291 Grade AASHTO M 291 Grade AASHTO M 292 Grade C, C3, DH and DH3 2H C3 and DH3 DH 2H AASHTO M 291 Grade DH, DH3 AASHTO M 292 Grade 2H AASHTO M 291 Grade DH3 46 9-09.1 General Requirements 47 This section is revised to read: 48 49 All timber and lumber shall be sized as indicated in the Plans. 20 1 41 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber 3 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and 4 shall be stored in such a manner as to remain in a thoroughly dry condition until placed 5 into the work. 6 7 9-09.2 Grade Requirements 8 This section is revised to read: 9 10 Timber and lumber shall conform to the grades and usage listed below. 11 12 Timber and lumber shall be marked with a certified lumber grade stamp provided by one 13 of the following agencies: 14 15 West Coast Lumber Inspection Bureau (WCLIB) 16 Western Wood Products Association (WWPA) 17 Pacific Lumber Inspection Bureau (PLIB) 18 Any lumber grading bureau certified by the American Lumber Standards Committee 19 20 For structures, all material delivered to the project shall bear a grade stamp and have a 21 grading certificate. The grade stamp and grading certificate will not constitute final 22 acceptance of the material. The Engineer may reject any or all of the timber or lumber 23 that does not comply with the specifications or has been damaged during shipping or 24 upon delivery. The grading certificate shall be issued by either the grading bureau 25 whose stamp is shown on the material, or by the lumber mill, which shall be under the 26 supervision of one of the grading bureaus listed above. The certificate shall include the 27 following: 28 29 Name of the mill performing the grading 30 The grading rules being used 31 Name of the person doing the grading with current certification 32 Signature of a responsible mill official 33 Date the lumber was graded at the mill 34 Grade, dimensions, and quantity of the timber or lumber 35 36 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 37 Mailbox Posts, the material delivered to the project shall either bear a grade stamp on 38 each piece or have a grading certificate as defined above. The grade stamp or grading 39 certificate shall not constitute final acceptance of the material. The Engineer may reject 40 any or all of the timber or lumber that does not comply with the specifications or has 41 been damaged during shipping or upon delivery. 42 43 9-09.2(1) Surfacing and Seasoning 44 This section including title is revised to read: 45 46 9-09.2(1) Structures 47 All timber and lumber for structures shall be Douglas Fir -Larch unless specified 48 otherwise in the contract, and shall conform to the following: 49 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Materials 2" to 4" nominal thick, 5" nominal and wider (Structural Joists and Planks) No. 1 and better, grade (Section 123-b of WCLIB) or (Section 62.11 of WWPA) Materials 5" nominal and thicker (Beams and Stringers) No. 1 and better, grade (Section 130-b of WCLIB) or (Section 70.11 of WWPA) Timber lagging for soldier pile walls shall be Douglas Fir -Larch, grade No. 2 or better or Hem -Fir No. 1. When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The invoice and grading certificate accompanying the order must be accurate and complete with the information listed above. The grading certificate and grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(2) Vacant This section including title is revised to read: 9-09.2(2) Guardrail Posts and Blocks Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to the species and grades listed below. Douglas Fir No. 1 and better, grade (Section 131-b WCLIB) or (Section 80.11 WWPA) Hem Fir Select Structural, grade (Section 131-a WCLIB) or (Section 80.10 WWPA) Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 25 9-09.2(3) Inspection 26 This section including title is revised to read: 27 28 29 30 31 32 33 34 35 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir -Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, Douglas Fir -Larch, or Hem Fir. Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades shown below. 4" x 4" Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 4 April 7, 2008 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6" x 6", 6" x 8", 8" x 10" No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6" x 10", 6" x 12" No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 5 9-14.4(8) Compost 6 This section is revised to read: 7 8 Compost products shall be the result of the biological degradation and transformation of 9 plant -derived materials under controlled conditions designed to promote aerobic 10 decomposition. Compost shall be stable with regard to oxygen consumption and 11 carbon dioxide generation. Compost shall be mature with regard to its suitability for 12 serving as a soil amendment or an erosion control BMP as defined below. The compost 13 shall have a moisture content that has no visible free water or dust produced when 14 handling the material. 15 16 Compost production and quality shall comply with Chapter 173-350 WAC. 17 18 Compost products shall meet the following physical criteria: 19 20 1. Compost material shall be tested in accordance with U.S. Composting Council 21 Testing Methods for the Examination of Compost and Composting (TMECC) 22 02.02-B, "Sample Sieving for Aggregate Size Classification". 23 24 Fine Compost shall meet the following: 25 26 Min. Max. 27 Percent passing 2" 100% 28 Percent passing 1" 95% 100% 29 Percent passing 5/8" 90% 100% 30 Percent passing 1/4" 75% 100% 31 Maximum particle length of 6 inches 32 33 Coarse Compost shall meet the following: 34 35 Min. Max. 36 Percent passing 3" 100% 37 Percent passing 1" 90% 100% 38 Percent passing 3/4" 70% 100% 39 Percent passing �/4" 40% 60% 40 Maximum particle length of 6 inches 41 42 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 43 Composting Council TMECC 04.11-A, "1:5 Slurry pH". 23 1 2 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 3 less than 1.0 percent by weight as determined by U.S. Composting Council 4 TMECC 03.08-A "Classification of Inerts by Sieve Size". 5 6 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 7 by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter 8 Method (LOI)". 9 10 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 11 accordance with U.S. Composting Council TMECC 04.10 "Electrical 12 Conductivity". 13 14 6. Maturity shall be greater than 80% in accordance with U.S. Composting 15 Council TMECC 05.05-A, "Germination and Root Elongation". 16 17 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. 18 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 19 20 8. The compost product must originate a minimum of 65 percent by volume from 21 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 22 maximum of 35 percent by volume of "Type 2 Feedstocks," source -separated 23 food waste, and/or biosolids may be substituted for recycled plant waste. The 24 manufacturer shall provide a list of feedstock sources by percentage in the 25 final compost product. 26 27 9. The Engineer may also evaluate compost for maturity using U.S. Composting 28 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score 29 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost 30 shall score a 5 or above on the Solvita® Compost Maturity Test. 31 32 This section is supplemented with the following new sub -sections: 33 34 9-14.4(8)A Compost Approval 35 The Contractor shall either select a compost manufacturer from the Qualified Products 36 List, or submit the following information to the Engineer for approval: 37 38 1. A Request for Approval of Material Source. 39 40 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 41 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 42 Standards for Solid Waste Handling). 43 44 3. The manufacturer shall verify in writing, and provide lab analyses that the 45 material complies with the processes, testing, and standards specified in WAC 46 173-350 and these specifications. An independent Seal of Testing Assurance 47 (STA) Program certified laboratory shall perform the analysis. 48 49 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as 50 issued by the U.S. Composting Council. 51 24 1 9-14.4(8)B Compost Acceptance 2 Seven days prior to initial application of any compost the Contractor shall submit a 3 compost sample, a STA test report dated within 90 calendar days, and the list of 4 feedstocks by volume for each compost type to the Engineer for review. 5 6 The Contractor shall use only compost that has been tested within 90 calendar days of 7 application and meets the requirements in section 9-14.4(8). Compost not conforming 8 to the above requirements or taken from a source other than those tested and accepted 9 shall be immediately removed from the project and replaced at no cost to the 10 Contracting Agency. 11 12 SECTION 9-16, FENCE AND GUARDRAIL 13 January 7, 2008 14 9-16.1(1)A Post Material for Chain Link Fence 15 The first paragraph is supplemented with the following: 16 17 • Round Post Material 18 Round post material shall be Grade 1 or 2. 19 20 • Roll Form Material 21 Roll -formed post material shall be Grade 1. 22 Roll -formed end, corner, and pull posts shall have integral fastening loops to 23 connect to the fabric for the full length of each post. Top rails and brace rails shall 24 be open rectangular sections with internal flanges as shown in ASTM F1043. 25 26 The Round Post Material and Roll Form Material information following the third paragraph 27 is deleted. 28 29 9-16.1(1)B Chain Link Fence Fabric 30 The first paragraph is revised to read: 31 32 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 33 9 gage wire for chain link fence Type 1. The fabric shall be zinc -coated steel wire 34 conforming to AASHTO M 181, Class C. Zinc 5 -percent Aluminum-Mischmetal alloy 35 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot - 36 dipped) at the application rate specified by ASSHTO M 181 for hot -dip zinc coating. 37 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with 38 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 39 40 9-16.1(1)C Tension Wire 41 This section including title is revised to read: 42 43 9-16.1(1)C Tension Wire and Tension Cable 44 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 45 shall be Class 1. 46 47 Tension' cable shall meet the requirements of Section 9-16.6(5). 48 49 9-16.1(1)D Fittings and Hardware 50 This section is supplemented with the following: 25 ( c ( 1 2 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). 3 4 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of 5 Section 9-16.6(6). 6 7 9-16.1(1)E Chain Link Gates 8 The first sentence in the first paragraph is revised to read: 9 10 Gate frames shall be constructed of not Tess that 1 1/2 -inch (I.D.) galvanized pipe 11 conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. 12 13 The fourth sentence in the first paragraph is revised to read: 14 15 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or 16 A-11-99 primer meeting the requirements of Section 9-08.2. 17 18 9-16.2(1)A Steel Post Material 19 The reference to "hot dip galvanized" in the first sentence in the second paragraph is revised 20 to "galvanized". 21 22 The first sentence in the third paragraph is revised to read: 23 24 Posts shall not be less than 7 -feet in length. 25 26 9-16.3(2) Posts and Blocks 27 The first sentence in the second paragraph is revised to read: 28 29 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 30 31 9-16.3(3) Galvanizing 32 The first sentence in the first paragraph is revised to read: 33 34 W -beam or thrie beam rail elements and terminal sections shall be galvanized in 35 accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be 36 galvanized after fabrication, with fabrication to include forming, cutting, shearing, 37 punching, drilling, bending, welding, and riveting. 38 39 9-16.3(4) Hardware 40 This section is revised to read: 41 42 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, 43 shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength 44 Bolts shall conform to 9-06.5(3). 45 46 Unfinished bolts will be accepted by field verification and documentation that bolt heads 47 are stamped 307A. The Contractor shall submit a manufacturer's certificate of 48 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any 49 of the hardware. 50 1 9-16.3(5) Anchors 2 The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". 3 4 9-16.4(2) Wire Mesh 5 The reference to "hot dip galvanized" in the second sentence in the third paragraph is 6 revised to "galvanized". 7 8 9-16.6(2) Glare Screen Fabric 9 The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 10 491". 11 12 9-16.6(3) Posts 13 The first paragraph is revised to read: 14 15 Line posts for Type 1 glare screen shall be 1 1/2 -inches by 1 7/8 -inches galvanized 16 steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 17 2 glare screen shall be 1 5/8 -inches by 2 1/4 -inches galvanized steel H column with a 18 minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel 19 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall 20 be used on any one project. 21 22 The first paragraph is supplemented with the following: 23 24 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2 -inches by 1 7/8- 25 inches steel H column with a minimum weight of 2.8 pounds per linear foot. 26 27 The first sentence in the second paragraph is revised to read: 28 29 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside 30 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. 31 32 The reference to "hot dip galvanized" in the third sentence in the second paragraph is 33 revised to "galvanized". 34 35 The first two sentences in the fifth paragraph are revised to read: 36 37 All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The 38 minimum average zinc coating is per square foot of surface area. 39 40 9-16.6(5) Cable 41 The reference to "hot dip galvanized" is revised to "galvanized". 42 43 9-16.6(6) Cable and Tension Wire Attachments 44 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to 45 "galvanized". 46 47 The third sentence in the first paragraph is deleted. 48 49 9-16.6(9) Fabric Bands and Stretcher Bars 50 The reference to "hot dip galvanized" is revised to "galvanized". 51 27 ( ( 1 9-16.6(10) Tie Wire 2 This section including title is revised to read: 3 4 9-16.6(10) Tie Wire and Hog Rings 5 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 6 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. 7 Galvanizing shall be Class 1. 8 9 Hog rings shall be 12 gage galvanized steel wire. 10 11 9-16.8(1) Rail and Hardware 12 The word "Composition" following the first paragraph is deleted. 13 14 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS 15 April 7, 2008 16 9-19.1 Aggregates and Proportioning 17 The first paragraph is revised to read: 18 19 The concrete for prestressed girders shall have the minimum compressive strengths as 20 specified in the Plans. Aggregates used in the mix shall conform to the following: 21 22 Coarse aggregate shall be in accordance with Section 9-03.1(4). 23 24 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 25 2. 26 27 The manufacturer may revise the grading of the coarse aggregate provided that the 28 concrete mix design is qualified with the modified gradation. An alternative combined 29 gradation conforming to Section 9-03.1(5) may also be used. 30 31 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 32 April 7, 2008 33 9-29.6 Light and Signal Standards 34 This section is supplemented with the following: 35 36 Materials for steel light and signal standards, and associated anchorage and fastening 37 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise 38 specified in one of the following documents: 39 40 1. The steel light and signal standard fabricator's pre -approved plan as approved 41 by the Washington State Department of Transportation and as identified in the 42 Special Provisions. 43 44 2. The steel light and signal standard fabricator's shop drawing submittal, 45 including supporting design calculations, as submitted in accordance with 46 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by 47 the Engineer. 48 N W • E • WASHINGTON IRRIGATION GAS LINE SANITARY SEWER DOMESTIC WATER STORM DRAIN CULVERT FIBER OPTICS UNDERGROUND POWER FENCE IRRIGATION VALVE U1TUTY POLE MANHOLE CATCH BASIN FIRE HYDRANT WATER VALVE STATE MAP EXISTING FEATURES (SIZE, TYPE) ss SD SS Cm. CUSP PO VP w ff 0 LEGEND STEEL POLE/BOLLARD PULL BOX STREET UGHT WATER METER GAS METER ANCHOR TRAFFIC SIGNAL HOSE BIB CLEANOUT MAILBOX DECIDUOUS TREE EVERGREEN TREE SHRUB/HEDGE ❑ 0 0 NEW FEATURES IRRIGATION UNE BY TRENCH IRRIGATION UNE BY SUPLINE IRRIGATION UNE BY DIRECTIONAL DRIWNG IRRIGATION UNE TO REMAIN IRRIGATION VALVE PAVEMENT TRENCH REPAIR CONCRETE REPAIR CITY OF Y' KIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS 11 n- 11 11 ON n- u— ■— .— ■ ri4 g9• CONTACT INFORMATION CITY OF YAKIMA MIKE SHANE ALVIE L. MAXEY 576-6480 575-6194 PROJECT ENGINEER MICHAEL T BATTLE, PE 966-7000 SHEET INDEX SHEET 1 SHEET 2 SHEET 3 - 4 SCHEDULE A SHEET 5 - 6 SHEET 7 - 10 SCHEDULE B SHEET 11 - 14 SHEET 15 - 21 SCHEDULE C SHEET 22 SHEET 23 COVER SHEET GENERAL NOTES, LEGEND AND VICINITY MAP DETAILS NORTH HILLCREST IRRIGATION SYSTEM AERIAL PHOTOGRAPH PLAN SHEETS HILLCREST IRRIGATION SYSTEM AERIAL PHOTOGRAPH PLAN SHEETS BUENA VISTA IRRIGATION SYSTEM AERIAL PHOTOGRAPH PLAN SHEETS CITY PROJECT NO. 1R2220 HLA PROJECT NO. 08068 SEPTEMBER 2008 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ❖Yakima, WA 98902 (509) 966-7000 ❖ FAX (509) 965-3800 +-$ Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING '"" 801 North 39th Avenue <•Yakima, WA 98902 (509) 966-7000 t• FAX (509) 965-3800 JOB NUMBER: 08068 DATE. 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY. MTB SSH COVER SHEET SHEET 1 OF 23 GENERAL NOTES 1 THE CONSTRUCTION DRAWINGS PROVIDE ONLY SCHEMATIC AND APPROXIMATE INFORMATION REGARDING THE EXTENT AND LOCATION OF NEW AND EXISTING IRRIGATION SYSTEM COMPONENTS. LIMITED TOPOGRAPHIC SURVEY HAS BEEN CONDUCTED EXISTING PUBLIC AND PRIVATE IMPROVEMENTS, STORM DRAINS AND CULVERTS, ASPHALT, CONCRETE, AND GRAVEL SURFACES, ROCKERIES, RETAINING WALLS, FENCES, AND GATES, SHEDS, SHELTERS, DECKS, PATIOS, WOODPILES, GARBAGE CANS, AND OTHER MISCELLANEOUS ITEMS, VEGETATION AND TREES, AND PARKED VEHICLES, RVS, AND BOATS, ETC. ARE NOT INDICATED ON THE DRAWINGS BUT MAY BE PRESENT THROUGHOUT THE PROJECT AREA, IN AND ADJACENT TO THE RIGHT OF WAY AERIAL PHOTOS ARE PROVIDED IN THE PLANS FOR GENERAL INFORMATION, ALTHOUGH ACTUAL FIELD CONDITIONS HAVE CHANGED SINCE THE DATE OF THE PHOTO THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. ALL DISTURBANCE, REMOVAL, REPLACEMENT, AND RESTORATION OF EXISTING FEATURES SHALL BE COMPLETED BY THE CONTRACTOR. 2. THE CONTRACTOR IS ADVISED THAT SURFACE REPAIR IS NOT SPECIFICALLY IDENTIFIED ON THE PLANS FOR EACH REPAIR LOCATION. ALL REPAIR LOCATIONS HAVE BEEN REVIEWED FOR SPECIFIC REPAIRS AND OVERALL QUANTITIES CALCULATED REPAIR QUANTITIES IN THE BID SUMMARY ARE APPROXIMATE, AND ALL FINAL REPAIR TYPES SHALL BE DIRECTED BY THE ENGINEER. 3. THE CONTRACTOR IS ADVISED THAT A PORTION OF THE PROJECT REQUIRES WORK WITH ASBESTOS CEMENT PIPE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLYING WITH ALL CODES AND REQUIREMENTS ASSOCIATED WITH HANDLING, REMOVAL, AND DISPOSAL OF MATERIALS CONTAINGING ASBESTOS. 4 THE CONTRACTOR IS ADVISED THAT A SIGNIFICANT PORTION OF THE PROJECT OCCURS WITHIN EASEMENTS ON PRIVATE PROPERTY THE CONTRACTOR SHALL EXERCISE CARE TO NOT DAMAGE PRIVATE PROPERTY AND SHALL LIMIT EXCAVATIONS TO AREAS DESIGNATED FOR SERVICE REPLACEMENT OR ACCESS PIT THE CONTRACTOR SHALL UTILIZE LOW IMPACT CONSTRUCTION METHODS AND EQUIPMENT AND SHOULD ANTICIPATE THE USE OF HAND TOOLS IN THESE AREAS. 5. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 6. THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 7 ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 8. THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 9 AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON-SITE EROSION DUE TO WIND AND RUNOFF 10. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48 -HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 11 THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS NEEDED FOR THE JOB, ON-SITE AT ALL TIMES. 12. 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. 1111111 ■■■■■ MIR NMI __ 1 - EFazicug crH1 so 0 i 1 gillEIMMMowMEM1 ®emrt ®1® m w m X11 fffV V/ AVE rill. jAN Ma - C ■_ ■ Midr. ORM :•11 ■1111 ce _. _ -C ■i M■■I _= MI M=1 M NEM Eli mum mu ow= ma moom _ -_ IMIKII MIMI Nom �1 � ra• • !■ n . w 1 l EM MINIM AMIE 11111111111 11111 11111111111 111111111 I 11111111111 N11111 1111111 FA ry H 1 H L_ it r 1 T IF 11 H11111111 11 1111111111 1111 11111 11111111 1 1111 111111 11111111111 I III 11111111111 H I11I 1 111 1111 111 II 11 11111111 1111111111 1111111111 1 111111111! :111pu1111 itll�.■ 1111 IH )1111 11111 11 1 111 111- Izmir 11 1 1111 NNE • • ihio SII. FRANKLIN MIDDLE SC -IDOL 1� 1 CI IEST ',I! N _ ■ MN NM NM MO MM UM MM MM mmm mm mm _ __ __ H •0 los • X11 =- ming MIN _ MIN 0.61111L191 DM i11�r`��C�i 11, Wan ■ EKE MEem was m ... -7. ME ...... __... __.... ..,1=71 gliftilmi 411111 111111111 _ —_ 6 ■1_ ElmoIIIPM mum_-- fium m_ _a .= _u -- __ __ OMNI— — _o -- MEN _- __ _- __ NEMmom NM - • ■ _l 13. 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 14 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. 15. 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. 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. - MEW ==MIMI nu MIME —41 HHI ,'l- L- 17 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. 18. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTH MOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7 00 A.M. AND 7 00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY 19 ALL RIGHT OF WAY, PARCEL CONFIGURATIONS, AND OWNER INFORMATION WAS DEVELOPED FROM THE LATEST CITY OF YAKIMA'S G.I.S. NO FIELD SURVEYS HAVE BEEN CONDUCTED THE CONTRACTOR SHALL VERIFY WITH OR REQUEST ADDITIONAL INFORMATION FROM THE ENGINEER WHERE RIGHT OF WAY OR PROPERTY LINES ARE IN QUESTION. 20. WHERE EXISTING IRRIGATION PIPING IS CALLED OUT TO BE ABANDONED IN PLACE AND NEW HDPE PIPE INSTALLED, IT IS INTENDED THAT THE NEW PIPING BE INSTALLED BY MEANS OF HORIZONTAL DIRECTIONAL DRILLING. PNEUMATIC BORING, OR OTHER TRENCHLESS CONSTRUCTION METHODS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO COMMENCING WORK. YVCC 15-6 —som_ _I VICINITY MAP Huibregtse, Louman Associates, Inc. s' CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 j!8 JOB NUMBER. DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN• N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY* SSH GENERAL NOTES AND VICINITY MAP SHEET 2 OF 23 LENGTH VARIES NOTE. FOR VEHICLE TRAFFIC AREAS NOTE. FOR NON -VEHICLE TRAFFIC AREAS IRON VALVE BOX CA= EXISTING GROUNBYPTHES O BE PROVIDED SEE PLAN x z -' FINISHED GRADE t6" a 1 1/2" HMA PG 6CL 48 28 PAVED UNPAVED CAST IRON LID W/ 'IRR" "IRRIGATION" Lu CL 3000 CEMENT CONCRETE FULL DEPTH OF PVMT AREAS FINISHED GRADECONCRETE AREAS OR MIN. 6" THICK CL 3000 CEMENT '!' '!r"' "' "' II -III -I 11=111=I=1I C -I I E "'='"-"'---"E11111EI _� _, _, 11=�III-II L�J-11)=111-I E1E1-"'_,,,_ -IIF a NOTE. VALVE BOX TYPE VARIES USE w 0 P LESS 1 1/2" .�/ji z a TYPE 1 IN ALL TRAFFIC AREAS AND TYPE 2 IN NON -TRAFFIC AREAS. SEE DETAILS. 5 vw 11=11 IEII -111=1 IEI_I= 11E112 91E1 En lll-I -1111 � II I • Tri III EIII: FOR LAWNS OR 111=1 UNSURFAC(=D AREAS, EMI_ INSTALL 5 DIA. F SCH. 40 PVC PIPE LENGTH AS REQUIRED. E •• � i \//% ''n%<% E LOCATING WIRE SECURE w %\/<� �` WILL VARY DEPENDING ON PVC OR HDPEION MAIN. SEE SERVICE CONNECTION DETAILS. 3/4" SERVICE PIPE SDR -9 CTS 200 LB POLYETHYLENE OR EQUAL. TYPICAL TO SIDE OF VALVE BOX AS APPROVED BY ENGINEER.eYPE w = Z �\� �i < \T •T C.I. VALVE BOXNG I�< <\ 2 RICH MODEL 940-B, N 8 -INCHES HIGH) .• '`.4 , • OWER SECTION \ ., RICH MODEL HEIGHT EQUIREMENf VARIES) SLOPE TO DRAIN SLOPE TO DRAIN '. .\`,' 1Y a _ _ � TYPICAL SERVICE 3/4" CURB STOP VALVE FOR NEW HDPE SERVICE E PIPE FORD B66 -333-G EXTEND FOR OR APPROVED EQUAL. EXISTING SERVICE EXISTING PIPE VARY USE REQUIRED FOR LEAK PROOF INSTALLATION LATERAL. CONNECTION TO PIPING. MATERIALS MAY FITTINGS AS A COMPLETE, CONNECTION. Ui!"tt d TYPE 2 VALVE SEE TYPICAL SERVICE INSTALLATION DETAIL BOX i' iii, E I,1 1 d TYPE 1 VALVE SEE TYPICAL SERVICE INSTALLATION DETAIL BOX NOT TO SCALE NOT TO SCALE NOT TO SCALE VARIES -SEE PLANS ROMAC SINGLE STRAP SERVICE 2" WIDE SADDSEROVICEFOR STAINLESS 3/4" STEEL STRAP SERVICE /PIPE CAST IRON LID W/ 1 "IRR" OR "IRRIGATION" SAW CUT 2-0 .J 1/2" HMA CL 3/8" CLASS 3000 CEMENT CONCRETE PTH LESO1 PAVEMENT EXISTING CEMENT CONCRETE CURB & GUTTER TO REMAIN � PROFILE GRADE POINT MATCH EXISTING VARIES 2.0% VARIES 2.0% -4— MIN 3% MAX. MIN 3% MAX.-- EXISTING CEMENT CONCRETE CURB & GUTTER TO REMAIN I �""". SECTIONFULL • � •NNNNN�� ,-p i �% • ✓i iii..i TOP OF SUBGRADE V " 1111 INN! A R 56 I I 122 NM 115 U1213111�a�� •, > 6" MIN. LOWER SECTION (RICH MODEL R-36 36 -INCHES HIGH) 01=11110FOR 01=111101 ,' ■ �� UPPER TYPE (RICH SECTION SLIDING C.I. VALVE BOX MODEL 940-B, 18 INCHES HIGH) VALVE NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED VALVE BOX. , . o / a % EXCAVATION PAYMENT LINE 2" HMA CLASS 3/8" PG 64-28 NOTES. 6" CRUSHED SURFACING - BASE COURSENEW ALL THICKNESSES ARE COMPACTED DEPTHS. 2. CONTRACTOR WILL BE REQUIRED TO PAVE TYPICAL ROADWAY SECTION � el FORD C84-33 PVC COUPLING IRRIGATION MAIN SERVICE CONNECTION FOR PVC DETAIL IN CAST IRON LID W/ "IRR" OR "IRRIGATION" PAVEMENT 2'-0" ,{ (RICH MODEL 044, 12 INCHES HIGH) 6" THICK CLASS 3000 CEMENT CONCRETE NEW WIDTH OFDWAY IN PAVING PASSS(2) SHALLSSES BE 15').X. 3. EXCAVATION PAYMENT LINE SHALL BETWEEN EXISTING GUTTER LINES AND EIGHT INCHES OF DEPTH. = (MIN. NOT TO SCALE BE (8) VARIES - SEE PLANS . = NOT TO SCALE 3/4" SERVICE 3/4 -INCH HDPE PIPE `Qj0 �• ���j 'VW 'jW .� .� {•� . e, 0 fin —Ikl�l\!' �,/' U I- f- 0 m via z 1 PROFILE GRADE POINT MATCH EXISTING VARIES 2.0% VARIES 2.0% MIN/3% MAX.—.- MIN/3% MAX. I-- F a z v) a TAPPING TEE WTH FULL CIRCLE SERVICE SADDLE 6" MIN. LOWER SECTION (RICH MODEL R-36 36 -INCHES HIGH) �II1�II� NOT IRRIGATION MAINLINE UPPER (RICH IN PAVEMENT SECTION SLIDING MODELTYPE C.I. L940 BX 18 INCHES HIGH) VALVE NOTE. PROVIDE WHERERNSION EQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 -INCHES HIGH) VALVE BOX FUSED CONNECTION. � A MINIMUM OF 2'-0" OF EXISTING RECEIVING CENTERED ON NEW SERVICE TEE, J SHALL BE REMOVED IN ENTIRETY PROTECT NEW HDPE NEW INSERTION PIPE. IRRIGATION MAIN SERVICE CONNECTION FOR HDPE DETAIL •'•'•'•'•'•'•'•'•'• • • • • • • • • • • • • • • • • • • • • • • • • • • • •PIPE, r Cy ��cAi�i� i�'7'.THE EXCAVATION PAYMENT LINE) 2" HMA CLASS 3/8" PG 64-28 4" CRUSHED SURFACING - BASE COURSE TYPICAL ALLEY SECTION NOT TO SCALE NOT TO SCALE NOT TO SCALE Huibregtse, Louman Associates, Inc. P$L T gqT / G� wn ��/'b+j�`� / �'' / r JOB NUMBER 08068 DATE. 9-23-08 CITY O F YAK I N. HILLCREST, HILLCREST & IRRIGATION SYSTEM IMPROVEMENTS MA BUENA VISTA SHEET 3 OF 23 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :Yakima, WA 98902 DESIGNED BY• MTB ENTERED BY: SSH DETAILS (509) 966-7000 •r FAX (509) 965-3800 REVISION DATE REMOVE AND CUT EXISTING 2" AIR REPLACE 2"X6" RELEASE PIPE FLUSH TO WOOD BOX COVER INSIDE BOX AND PLUG AS REQUIRED FOR WITH GROUT CONSTRUCTION EXISTING GROUND NOT TO F--- — 0 r-- 0 0 O © -- -- — -- ©O ---- ---- O —� I 0 I 11 PATCH EXISTING PAVEMENT SURFACINGDEPTH EXISTING GRAVEL SURFACING DEPTH 1'-0" PAYMENT LIMITS EXCAVATION 1'-0" 1'-0" GRAVEL REPAIR PAYMENT LIMITS 1'-0""� VARIES 1'-0" PAYMENT LINE C- SYMMETRICAL 1 ABOUT Q * • OF PIPE i (MIN) 1 —0""_ . EXCAVATION PAYMENT LINE 4 (MIN) �i%/////./////////////////////// %///////////I //////. i iio/V A,AV AV AV o, AV�4A, AV DISTURBED TRENCH REPAIR, TYPE 1 ALLEYWAYS, DRIVEWAYS, AND OTHER AREAS DIRECTED BY THE ENGINEER. fG • COLDE ASPHALT • 6" CSBC � TRENCH REPAIR, TYPE 2 STREETS AND OTHER AREAS DIRECTED BY THE ENGINEER. PERMANENT SELECT (BASE PERMANENT COLD MIX ASPHALT, �j�/�� BACKFILL COURSE) �—ALTERNATE AT CONTRACTORS COLD MIX ASPHALT UNSURFACED REPAIR I >'� �),` �i BACKSLOPE OPTION SURFACING s`' �< �- 2" CRUSHED SURFACING TOP COURSE ALTERNATE BACKSLOPE AT CONTRACTORS OPTION GRAVEL SURFACING NOTES. �BE NEW 2" HDPE PIPE EXTENDED 0.5' BELOW TOP OF CONCRETE BOX I I—III ■■■UMW - RIOI�EIgl. g lff� B,EImmi�� � �, ® I I O • 3" PERMANENT COLD ASPHALT • 6" SELECT BACKFILL (CSBC) 1'-0" PAYMENT LIMITS EXCAVATION 1'-0" 1'-0", 1 CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION •• NEW 4" HDPE INSTALL NEW FLANGE ON NEW 4" HDPE PIPE. SEAL AREA BETWEEN NEW 4" HDPE AND EXISTING 6" CONCRETE PIPE. FASTEN FLANGE TO WALL, INSTALL NEW 4"X4"X2" HDPE TEE WITH GROUT PAD FOR SUPPORT AS REQUIRED. BUENA VISTA SLIPLINED EXISTING 6" WOOD STAVE PIPE EXISTING 6" CONCRETE IRRIGATION BOX �Q,I 1L I ® LINE EXISTING GROUND BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH v I L I L 1 2" HDPE 2 2" FPT x O 2" BRASS (FORD B11-777-2 0 2" G.I. NIPPLE, J I I• J IRRIGATION MAIN. 10 SLP COUPLING. THREADED BALL VALVE W/ TEE HEAD OR APPROVED EQUAL) TYPICAL. PLAN �\ j� ePAYMENT 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN v ' SIDES AT THE CONTRACTORS OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR SURFACE REPAIR BEYOND THE PAYMENT LIMITS. REMOVED DURING TRENCHING OPERATIONS. REPLACE TO MINIMUM THICKNESS SHOWN.' ' � IF EXISTING GROUND SURFACE ADJACENT - TO TRENCH DOES NOT INCLUDE SILT 'N) OVERBURDEN, THEN BACKFILL TO SURFACE ✓ WITH NATIVE MATERIAL EXCAVATED FROM TRENCH. J'%�V' 2. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR TRENCH SURFACING REPAIR IN UNSURFACED AREAS. ALTERNATE BACKSLOPE AT CONTRACTORS OPTION UNSURFACED AREAS SURFACING REPAIR © 2" G.I. UNION. 0 2" x 2" x 1" G.I. TEE. O2" G.I. 45' ELBOW. 0 2" G.I. PIPE. PROVIDE RECTANGULAR HDPE VALVE BOX, MODEL 0 MSBC 1730-18, AS MANUFACTURED BY MID -STATE PLASTICS, INC., OR APPROVED EQUAL. SUPPLY VALVE BOX WITH SOLID CAST IRON LID MARKED "IRRIGATION" O 12" MIN. DEPTH DRAIN ROCK BELOW VALVE BOX. 2" G.I. B.O. PIPE CAST INTO NEW CEMENT CONCRETE CURB AND GUTTER. 1" G.I. NIPPLE. ® 2'-0" ® 1" BRASS THREADED BALL NOT TO SCALE NOT TO SCALE * PANEL SIZE MAY EXCEED * 10' WHERE MATCHING ,o• 444- qRi•DEPENDING EXISTING CONDITIONS OR Fs AS DIRECTED BY THE qHf� sff( ENGINEER. 44,s „� CONCRETE * AS DIRECTED DRIVEWAY BY ENGINEER. MAY VARY UPON GRADE OF SIDEWALK BEYOND CURB. I 1 1/2" R AND PAYMENT LINE LIMIT FOR ALL THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH BACKFILL BEYpND THEE LIMITS SHOWN INCLUDING WDER TRENCH SECTIONS REESULTING FrOM LAYING CONK TRENCtACTOR S SIDES AT NO MEASUREMENT OR PAYMENT WILL BMITMADE BEYOND HE PAYMENT LIMIT 2' COMPACTED DEPTH cSTc \' / a Wil��� 1'-0" TRENCH SURFACING REPAIR PIPE O.D. + 24" 1'-0" coNSTRCONSTRUCTIONN JOINTSEE MAX. DETAILS FOR SURFACING REPAI' MAX. • 4" THICK CONCRETE SLAB SECTION AT SIDEWALKS AND OTHER AREAS AS DIRECTED BY THE ENGINEER • 6" THICK CONCRETE SLAB SECTION AT DRIVEWAYS 18" -.4111111111 VALVE W/ TEE HEAD 9 O 11 2" MAX. J Y o m L ,41,711 ,`�- s . 3 tea is oU F < aJ w Ir ,kj'l , "' • LTERNATE BACKSLOPE AT CONTRACTOR'S OPTION li • / NATIVE MATERIAL SHALL BE USED FOR BACKFILL EXCEPT ROAD CROSSINGS AND OTHER AREAS AS DIRECTED BY THE ENGINEER. ALL 6" THICK CONCRETE SLABS SHALL HAVE #4 REBAR AT 12" O.C. EACH WAY 1 2-#4 BARS DEPRESSED - TYPE D =II u1=11 =II J11= ABOVE CONC. SLAB SECTIONS --{ 5 1/2"� =11LI1 11 -III- 11=J� /I1 �FLOWLINE -III-11 ©©O 1 -II IT 03 4 )i O VIII O O O O �I 0 ° NOT TO SCALE 1 2" R 12�,_ l" R. Z © WITHSHASELECT BACKFILL BE DL AS DIRECTED BY THE CITY 1 = �-I" li/ »'*I l NOTES. 1" BATTER r ' 1" R. — 1/2" R OPIPE Iv w o_ F_ ZON DETECTABLE MARKING TAPE PER SECTION 9-15.18 REQUIRED FOR ALL PIPE INSTALLATION BY TRENCHING g j CRUSHED SURFACING TOP , I�0 g i Som 1=1H=11, JI =Jj MEW= E=11 II 0000 0400 00 p 04 000 Q ° 0 0 0 0 pyo o pp 04 0000 OOOOp 00 o 00o I 111E II�O 1O THROUGH JOINTS WITH 3/8" JOINT MATERIAL 0' SHALL BE PLACED AT 2 INTERVALS. 1 1/2" DEEP DUMMY JOINTS SHALL BE _ i t /- / 6 1/2" � - Tye ,•r p j'' O y • SJ ,� � - SUITABLE EARTH FOUNDATION TYPICAL TRENCH COURSE SHALL BE USED \ FOR PIPE ZONE � MATERIAL. NEW IRRIGATION MAIN OR SERVICE LINE. SECTION THROUGH JOINTS ON SIDE OF UTI SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. o. �1-1=W=11ldll—TIL—III—II—IIF=11111III1' =IJ=11=111=11F-ITrN1=11Hll=III=11L=111=11i" 1f-IIIJIILIT1=nF111-11�NL—ITHII=III=IIF '1=II-111="'—"'—"' _11111W,_111—III=TIL-7,,_11r BLOW OFF/ FLUSHING VALVE DETAIL APPURT EANH UTILITY AEROUND APPURTENANCE. ® INTERVALS ES SHALL BE PLACED AT 5ND' • 18" ALL JOINTS, "V" GROOVES, AND EDGES AH /4"BRADIIUSS HED WITH AN EDGER HAVING FULL HEIGHT - TYPE A SSEE IDEWALKS FOR WIDTH AND POSITION OF STANDARD CONCRETE CURB & GUTTER NOT TO SCALE CONC.SLAB JOINTING TO SCALE NOT TO SCALE SECTION A-ANOT NOT TO SCALE Hulbregtse, Louman Associates, Inc. \a t`A ATT �Q4 /,�tC •j �.Y.• `' W 'OVALE 9�/„�p I /gy JOB NUMBER: 08068 DATE. 9-23-08 CITY OF YA K N. HILLCREST, HILLCREST & IRRIGATION SYSTEM IMPROVEMENTS I M A BUENA VISTA SHEET 4 OF 23 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CIVIL ENGINEERING •LAND SURVEYING •PLANNING 801 North 39th Avenue :•YDkimo, WA 98902,: DESIGNED BY MTB ENTERED BY SSH DETAILS (509) 966-7000'FAX (509) 965-3800 REVISION DATE Huibregtse, Lowman Associates, Inc. ♦CML ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue a Yokimo. WA 98902 (509) 966-7000t'FAX (509) 965-3800 NOTES: 1. THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS. VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO THE GENERAL NOTES ON SHEET 2. 2 THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. JOB NUMBER: DATE 08068 9-23-08 FILE NAMES: DRAWING: 08068.dwg PLAN: N/A PROFILE: N/A SEE SHEET 6 MATCHLINE 0 20 40 80 NINE LEGEND IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: MT8 ENTERED BY: SSH SCHEDULE A - N. HILLCREST AERIAL PHOTOGRAPH SHEET 5 of 23 MATCHLINE NOTES: m 0 20 40 80 LEGEND IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN 1 THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS. VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02 4(1) OF THE STANDARD SPECIFICATIONS SEE ALSO THE GENERAL NOTES ON SHEET 2 2 THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS ♦ Hnibregtse, Lowman Associates, Inc. `�pEL , g, T.CITY -4. g, ; , ` '`i i '•).n.A.+ ...*VONµ . , / /CI9 JOB NUMBER; 08068 GATE: 9-23-08 OF YA K I M A N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS SHEET 6 OF 23 FILE NAMES: DRAWING: 08068dw9 PLAN: N/A PROFILE: N/A CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •;Yoklmo, WA 98902 _ (509) 966-70000 FAX (509) 965-3800 DESIGNED BY: ENTERED BY: MTB SSH SCHEDULE A - N. HILLCREST AERIAL PHOTOGRAPH REVISION DATE DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION J roo 0 ro G 0 z HOSE M Q Bit* 2" GAS G m m 0 10 20 z 40 O'Hare 201 No 37th Ave. HOUSE HOSE ONCRETE BIB s-LAWNz z a x IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 0+15± OPEN CUT AND CONNECT NEW 6" HDPE PIPE TO EXISTING TEE WITH FITTINGS AS REQUIRED STA 0+25± REMOVE EXISTING VALVE AND INSTALL 1 EA NEW 6" R S. GATE VALVE WITH VALVE BOX. STA 0+15± TO STA 4+60± HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 445 L.F NEW 6" HDPE PIPE ALONG EXISTING PIPE ALIGNMENT Seward 207 No. 37th Ave. N ro TRENCH REPAIR TYPE 2 v & GARAGE HOSE BIB u REE _LAWN z 0 IRR YARD LIGHT G HOUSE Resendez 3605 Summitview Ave. Staley 211 No. 37th Ave. -N Run —_I x x Iv LAWN 0 EA TYP ) _5- LAWN Wandler Santos Stahl 206 No. 36th Ave. 210 No. 36th Ave. 212 No. 36th Ave. z Z Wilson 214 No. 36th Ave. o y�Qoa O • 5 N8 STA 4+60± INSTALL NEW 6" HDPE 90° ELBOW AND CONCRETE BLOCKING N9 STA 5+03± INSTALL NEW 6"X6"X3"X3" HDPE CROSS, 1EA 3" R S. GATE VALVE WITH VALVE BOX(NORTH), AND 3"X2" HDPE REDUCER(SOUTH) STA 4+60 TO STA 5+50(SEE SHEET 12) HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 90 L.F NEW 6" HDPE PIPE. STA 10+00 TO STA 11+00(SEE SHEET 11) HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 100 L.F NEW 3" HDPE PIPE ALONG EXISTING PIPE ALIGNMENT SLIPLINE NEW SERVICE LINE IN EXISTING 5" WOOD STAVE PIPE. SLIPLINE APPROXIMATELY 75 L.F NEW 2" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED Carr 215 No. 37th Ave. _-LAWN z. Iv & HOSE i NEW 2' R RBIB V 2 ■ ■ Beede 219 No. 37th Ave. 5-LAWNz LA WN (5' W0u;OD HOSETREE Rr�� E BIB WOOD Iv-& II HOSE BIB Rumsey 216 No. 36th Ave. LAWNz� Rek Land & Rentals 218 No. 36th Ave 1' \ F22Anderson 0i(lo. 36th Ave. MATCHLINE STA 5+50 SEE SHEET 9 -LAWNz NEW 3" HDPE \0 tv SEE SHEET 8 0 0 U) MATCHLINE Huibregtse, Louanan Associates, Inc. CIVIL ENGINEERING •• LAND SURVEYING •• PLANNING ' 801 North 39th Avenue ••Yakima, WA 98902 (509) 966-7000 'B FAX (509) 965-3800 JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN. N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY' MTB ENTERED BY SSH SCHEDULE A — N. HILLCREST PLAN SHEET SHEET 7 OF 23 SEE SHEET O F N MATCHLINE SEE ABOVE 0 O + MATCHLINE s LAWNz : /!4„< ; Ret< IV LAWN LAWN sLAWN z sLAWNz LA WN & HOSE IB (cY, i2EE WOOD 13+00 SLAWNz 12+00 Iv & HOSE BIB LAWNz Garretson Anderson 224 No. 36th Ave. 226 No. 36th Ave. sLAWNz O'Hare 228 No. 36th Ave. (9 EA. TYP ) TREE sLAWN Wayenberg Lunch Ford 230 No. 36th Ave. 232 No. 36th Ave. IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. 6 10 _ AN ER.4,, �. _. (6 EA. TYP )1 V & TREE 24' HOSE ' TREE BIB 14+00 Rikerd 234 No. 36th Ave. Bell 303 No. 37th Ave. Bianchi 305 No 37th Ave. NEW 3' HDPE 5 0— Y� } PLAN TER x 07`..t, '7,767.---s7--A, UBj T(EE HOSE 9 BIB n!,f}EE LAWN Clark 312 No. 36th Ave. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 11+00 TO STA 18+25± HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 725 L.F NEW 3" HDPE PIPE ALONG EXISTING PIPE ALIGNMENT STA 18+25 INSTALL NEW 3"X2" HDPE REDUCER AND CONNECT TO EXISTING 2" BRASS BALL VALVE WITH FITTINGS AS REQUIRED INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED Greene Living Trust 309 No. 37th Ave. Mc Kean 3604 W. Lincoln Ave. (1.5" GALV) NEW 3" HDPE pry 0 �--i FE86t Iv & HOSE BIB m GARAGE GARAGE HPx HEDGE TREE -LAWNz 0 s A�PHALTz (1.51 GBLV- i uw ,,,. xa .5191. 'T.--4. - .�r.._,�; �I8 \I I � �� 1 17'' "T"CO ;l,` II _' s-61,(WiCiza t a _ -LAWNz • �c 4�Or 9. cb n) n. TREE HBIBOSE' GARAGE -LAWN—z 1- 0 Fitzgerald Estep 320 No. 36th Ave. 322 No. 36th Ave. Mc Clure 324 No. 36th Ave. w w 10 ID II I q- 0 10 20 40 Cushman 314 No. 36th Ave. -2 SNRU85 �,' ROCKS HOSE Q Q BIB 0 4TREE 4"P HUNDREDS OF PLANTS Van Troba 316 No. 36th Ave. DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION SEE BELOW STA 16+00 MATCHLINE m 0 10 20 2 40 • Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 o JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY- MTB ENTERED BY SSH SCHEDULE A - N. HILLCREST PLAN SHEET SHEET 8 OF 23 N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN. N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES s ASP HALTz TRENCH REPAIR TYPE 2 0 Hames 201 No. 36th Ave. m HP OHI cc RET WAL (4 EA. TYP ) Cruz 3511 Summitview Ave. -LAWN- Stuber 207 No. 36th Ave. g •,I� ?3) 'WOOD -LAWN z SPRIN VAL RET. W i -MR STA 5+50 TO STA 6+60± HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 110 L.F NEW 6" HDPE PIPE ALONG EXISTING PIPE ALIGNMENT STA 6+60± TO STA 8+05 HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 145 L.F NEW 4" HDPE PIPE ALONG EXISTING PIPE ALIGNMENT STA 6+60 INSTALL NEW 6"X4" HDPE REDUCER AND 1EA 4" R S. GATE VALVE WITH VALVE BOX. STA 20+05± TO STA 23+00 SLIPLINE APPROXIMATELY 295 L.F. NEW 2" HDPE PIPE IN EXISTING 3" WOOD STAVE PIPE. Sage Valley Investors 209 No. 36th Ave. PGS PR LAWN 2' SPRiNKKEE G VAL. Amos 211 No. 36th Ave. sLAWN z Litzinger 213 No. 36th Ave. __.s-- LAWN -z__ A' p CLOTHES LINE, CONC :MC _.i AGE.. -J. 2+V'_., -�'�� HOSE G N a -__,...w o m LAWN 818 O\C\ ES OJ\� z¢ i z1CONC.- sLAWN z Darling 3501 Summitview Ave. N6 OR 0 w 'z 0 > U -LAWN z (15 EA. TYP ) -LAWNz 0 5 O] MATCHLINE STA 5+50 LX z Rek Land & G En a) SEE SHEET 7 0 OHPAnderson 220 No. 36th Ave. Ng STA 20+00± INSTALL NEW 2"X2"X2" HDPE TEE. STA 23+00 INSTALL NEW 4" HDPE TEE, 1 EA 4"X3" HDPE REDUCER, 1EA 4"X2" HDPE REDUCER, 1EA 3" R S. GATE VALVE WITH VALVE BOX(NORTH), 1EA 2" R S. GATE VALVE WITH VALVE BOX(SOUTH), AND CONCRETE BLOCKING STA 23+00 TO STA 24+50(ALSO SEE SHEET 13) HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 150 L.F NEW 3" HDPE PIPE ALONG EXISTING PIPE ALIGNMENT HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 160 GAS L.F NEW 2" HDPE PIPE ! No: 36 h' Avenue s ASPHAL rQ -0HP OHP sC TRENCH REPAIR TYPE 2 Phillips 215 No. 36th Ave. POST® G TE z1 GARAGE "'rFH'QHP INSTALL NEW BLOW—OFF/FLUSHING VALVE ASSEMBLY SEE DETAIL INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED z W Wyrick 11 2219 No. 36th Ave. TfrE sLAWNz 4" ITER HOSE TR 81B Evans 221 No. 36th Ave. _s-LAWNz a) -c 0 z CV CLOTHES LINE • rr�•� _ mew-�0 +v.-�r ed i :�^ •:2e5" OOD-1t-'- � 2:af�vr 1� + IV�� xyUO WOOD) l ,�'F'b HRUBS LAWN Schluneger Hamill Vandervate Mitchell 208 No. 35th Ave. 210 No. 35th Ave. 212 No. 35th Ave. 214 No. 35th Ave. -LAWNz Klingele 216 No. 35th Ave. 18• TREE „$ -LAWNz N Carmichael 218 No. 35th Ave. Dorsey 220 No. 35th Ave. SEE SHEET 10 MATCHLINE 4. z 0 10 20 40 NMI DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION Huibregtse, Louman Associates, Inc. 1747 CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 as JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY. MTB ENTERED BY- SSH SCHEDULE A — N. HILLCREST PLAN SHEET SHEET 9 OF 23 SEE SHEET 9 0 + N 1- H MATCHLINE Apple Newell 227 No. 36th Ave. 229 No. 36th Ave. sLAWNz wP. s- LAWN —5-LAWN z4. wo U TREE - 2" "5" ¢ ¢ O ' " TREE ,.� TREE TREE Iv(� • WO ID,;,,1 TREE AMMira AM Garza Bleeker 231 No. 36th Ave 233 No. 36th Avel. aTREES de _ 2" �2EE TR �a E S R48 ,' z TF SH3ue .g SHED EE �.f 3 m & cn sLAWN z ., ' Pim J`'� i- zm P ? w �° N5 <N°P >o C4 - „,J 0 Smith Mabry 311 No. 36th Ave. Q _ w 313 No 36th Ave. �•,,� LAWN Ettl �? sLAWNz 1 HEDGE ,w HgGe ; PLANTER TR TREE Lopaze Mitchell 224 No 35th Ave. 226 No. 35th Ave. Frazier 228 No 35th Ave. N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN TREE sLAWN z N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES SEE ABOVE STA 29+50 MATCHLINE Rogers w 321 No. 36th Ave. LAWN sLAWNz Ir S ��i BIBr HDP, - HFNGF Kelly 323 No. 36th Ave. s -LAWN (3 EA. TYP ) Rinehart 230 No. 35th Ave. CLOTHES LINE LAWN 0 Ettl 315 No. 36th Ave. pa' a U Y O i',SE <� TREE ` � P\ Oo -J w O NEW 3” HDPE Ralphs 317 No. 36th Ave. ,�3- P� SWING SET\ -_S -- LAWN z - 4 TREE POST® -.Pr, 'PLAN LAWNz Brink Living Trust 304 No. 35th Ave. N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. N5 STA 24+50 TO STA 31+25± HORIZONTAL DIRECTIONAL DRILL APPROXIMATELY 675 L.F NEW 3" HDPE PIPE ALONG EXISTING PIPE ALIGNMENT. N6 STA 31+25± INSTALL NEW 3"X2" HDPE REDUCER AND CONNECT TO EXISTING 2" BRASS BALL VALVE WITH FITTINGS AS REQUIRED. I_AWN Scott 306 No 35th Ave. N7 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED LL 6 LJ TREE IC2' `r o. HEDGE LAN_+t-`/-3 \(i ' I co 0,,LA', I TREE I -' 110,P - LAWN -a__ I WNz-I(__s- LAWN (1.5" GALV)'TREE __s- LAWN Webster 312 No. 35th Ave. Dow 314 No. 35th Ave. ro rn 4404 Z • m 0 10 20 40 - LAWN (19 EA. TYP ) Larson 308 No. 35th Ave. DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION 0 J W 0] LJ (n LO rn N (n MATCHLINE m 0 10 20 z 40 - Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.d PLAN: N/A PROFILE. N/A 9 CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY M TB SSH SCHEDULE A — N. HILLCREST PLAN SHEET SHEET 10 OF 23 1 -_ ; S 20TH AVE 4•11 I rl I I I 1 �t TVIOhl WALK-IN CANAL L1I_ACCESS L 41. S 18TH AVE MATE 1. THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS, VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REOUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS SEE ALSO THE GENERAL NOTES ON SHEET 2 2 THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE SEE SHEET 12 LEGEND SEE SHEET 12 MATCHLINE 0 20 40 IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN 80 Hulbregtse, Louman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yakima. WA 98902 (509) 966-7000 s FAX (509) 965-3800 JOB NUMBER. DATE: 08068 9-23-08 FILE NAMES: DRAWING: 08068 dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY: MTB SSH SCHEDULE B - HILLCREST AERIAL PHOTOGRAPH SHEET 11 OF 23 SEE SHEET 11 MATCHLINE 1 1 1 1 I 1 1 1 1 1f TIETON DR MATCHLINE BONNIE DOON AVE 0 20 40 80 LEGEND IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY mom . DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN SEE SHEET 11 MATCHLINE NOTES: 1. THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS, VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO THE GENERAL NOTES ON SHEET 2 2. THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. SEE SHEET 13 SEE SHEET 13 MATCHLINE 0 20 40 Huibregtse, Lowman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 391h Avenue <• Yokomo. WA 98902 (509) 966-7000 w FAX (509) 965-3800 JOB NUMBER DATE: 08068 9-23-08 FILE NAMES: DRAWING: 08068 dwq PLAN: N/A PROFILE: N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: SSH SCHEDULE B - HILLCREST AERIAL PHOTOGRAPH SHEET 12 OF 23 SEE SHEET 12 MATCHLINE PLASTIC) I NFW I4'• PVC I 2 PLASTIC) MATCHLINE SEE SHEET 12 71i 1_ 1 I �QI pOp (3•' WOOD), * AC) r�Ew a"� S 1611-11 AVE NOTES: 1. THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS, VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO THE GENERAL NOTES ON SHEET 2 SEE SHEET 14 MATCHLINE 20 40 80 2 THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. 0 40 80 LEGEND IRRIGATION PIPE TO BE REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN MI IN - M ._■ L T Hulbregtse, Loumdn Associates, Inc. L.,PE e7 ��� °� ; .1 . , # I ,zeisiztoe& /ONAL�''/ L uu o JOB NUMBERDATE'CITY 08068 9-23-08 O F YA K I M A N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS SHEET 13 OF 23 FILE NAMES: DRAWING:80 S.dwq LNG: 08068 N/A PROFILE: N/A ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue • Yokimo, WA 98902.. (509) 966-7000•: FAX (509) 965-3800 DESIGNED BY: MTB ENTERED BY: SSH SCHEDULE B - HILLCREST AERIAL PHOTOGRAPH REVISION DATE SEE SHEET 13 MATCHLINE NOTES: 0 20 40 80 LEGEND IRRIGATION PIPE TO BE REPLACED 8Y TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN 1 THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY. ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS. VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. SEE ALSO THE GENERAL NOTES ON SHEET 2. MINI .-1- 2. THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAIL. Hulbregtse, Lowman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •: Yok,mo. WA 98902 (509) 966-70000 FAX (509) 965-3800 /c9 JOB NUMBER. DATE: 08068 9-23-08 FILE NAMES: DRAWING: 08068.dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY. MTB ENTERED BY: SSH SCHEDULE B - HILLCREST AERIAL PHOTOGRAPH SHEET 14 OF 23 Youst Saulisbury 1815 Bonnie Doon 921 So. 19th Ave. Ave. Richeson 919 So. 19th Ave. HOUSE PLANTER BUILDING BUILDING 5' woob GATE FENCE9y x PLANTER Brown 917 So. 19th Ave Scheuffele Living I Trust 915 So. 19th Ave. 4' WOOD FENCE 4- _ IBIBsLAWNz N GOOD CON C@ Lewis 913 So. 19th Ave e-` QO J Q GRAVEL Wan 911 So. 19th Ave. 3'&7' WOOD FENCES Mason 907 So. 19th Ave. sG"AVEL— Iv -x z 0. Shoemaker 905 So 19th Ave. 7' W000 FENCE WOOD ATE+ t' WOOD FENCE GRAVEL 6' WOOD GATE Iv FENCE 6' WOOD GATE FENCE 6' CHAIN LINK FENCE ASPHAE,T X WOOD 5 WOOD Iv FENCE FENCE 35' CHAIN LINK GATE FENCE GATE VP o 4' CHAIN LINK GAT FENCE Harris 924 So. 18th Ave. (OUT) Dillman 922 So. 18th Ave (OUT) Coscarart Statler 920 So. 18th Ave. 918 So. 18th Ave. 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. SEE ABOVE MATCHLINE Mc Kinley Family Limited Partnership 903 So. 19th Ave. HOUSE N Q_ 0 U riAfi"a�>1v 4- Q - l C_ a ae;C_ 7' WOOD FENCE X SEE SHEET 21 •.:r, is I: ,. z y "s t;f(3 Wo.OI)3 • T Kuntz 904 So. 18th Ave. 6' WOOD FENCE Lee Schimph 916 So. 18th Ave.; 914 So. 18th Ave. 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. N5 STA 0+50 CONNECT TO EXISTING BRASS BALL VALVE WITH FITTINGS AS REQUIRED. N6 STA 0+50 TO STA 6+50 OPEN CUT AND INSTALL APPROXIMATELY 600 L.F NEW 3"PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. 0 STA 6+50 INSTALL NEW 6"X4" PVC CROSS, 1 EA 6" R S GATE VALVE, 1 EA 4" R.S GATE VALVE, 1 EA 4"X3" PVC REDUCER, 1 EA 3" R S. GATE VALVE, AND VALVE BOXES. N8 REMOVE EXISTING IRRGATION VALVE. Davis 815 So. 19th Ave. - J 35' WIRE'`'ONC osgiNKO OHP MMEPri 1r 5 WOOD FENCE Delo 813 So. 19th Ave. J AVE 0 OHP J a (0 I I Rigdon 811 So. 19th Ave. 7' WOOD FENCE X OHP 8+00 BUILDIN (15 EA. TYP ) 5' WIRE FENCE Holmes Carney 912 So. 18th Ave. 910 So. 18th Ave. IV GATE 6' WOOD FENCE Boettcher 908 So. 18th Ave. N9 STA 6+50± TO STA 10+50 SLIPLINE APPROXIMATELY 400 L.F. NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. STA 6+60± TO STA 10+50 PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY STA 0+50± TO STA 6+40± REMOVE EXISTING ASPHALT AND SUBGRADE MATERIAL AND INSTALL NEW CSBC AND HMA PER TYPICAL ALLEY SECTION DETAIL. Hayes 809 So. 19th Ave. 4' WOOD FENCE - 0: RET WALL oiSP 6 WOOD FENCE 9 Q 0 ,GATE 6 HA 14( LINK FENCE JOHNSON IRRIGATION PIPELINE (PRIVATE) Simpson 902 So. 18th Ave. o SEE pRollin a. L_,-)- 816 So. 18th Ave. ,5 SHEET 21 Hernandez Medina 812 So. 18th Ave. 810 So. 18th Ave. a I oP NEVI 4•' HDPE GRAVEL— OHp PP' OHP O�iP 5' WOOD GATE FENCE Meyer Bonneville 717 So. 19th Ave. (20 EA. TYP ) 6' WOOD FENCE 3 5' WIRE FENCE OHP 715 So. 19th Ave. 5' W000 1 FENCE GATE „GATE 4 LI_ 14 x 1c t1 10t GRAVEL, 6' `AFOOD FENCE H FENCE Evans Isley Hay H 808 So. 18th Ave. 806 So. 18th Ave. 716 So. 18th Ave. SEE BELOW STA 5+00 MATCHLINE L33 w V) w w 1n O Ln + O MATCHLINE 1•z 0 10 20 40 IMO 0, IMMIll m 0 10 20 z 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue K Yakima, WA 98902 (509) 966-7000 t• FAX (509) 965-3800 Wee JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY- SSH SCHEDULE B — HILLCREST PLAN SHEET SHEET 15 OF 23 ASPHALT O O - c A w C7 ,e. del PrP coo - FENCE GATE iv ■ .HP G HP BUILDING 6 OHP Young 703 So. 19th Ave. 6' WOOD ENCE �Iv 6' CHAIN LINK FENCE SEE ABOVE O O + Cn LLI z U 0 0 HP c GATE x, Breymeyer 701 So. 19th Ave. BUILDING TTn�Ii—IItl (5W00D)12+o GATE 5' WOOD FENCE Saavedra G'AT'E GATE �CHAIN LINK & 5' WOOD FENCE P CJ CONC 0 G rRBt r IR t� 0 w0 sGRAVELz \ X 5' WOOD FENCE Saavedra 706 So. 18th Ave 704 So. 18th Ave. x GATE 5' WOOD FENCE BUILDING 0,‘ McCarthy 702 So. 18th Ave. IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. Taylor 613 So. 19th Ave. GATE 4 6+nn 6' WOOD FENCE X Watkins 1 Layton 611 So. 19th Ave' 609 So. 19th Ave. 4' CHAIN LINK GATE FENCE � x G0HP 2" GA COHP Iv U (12 EA. TYP BJILDING 4' CHAIN LINK GATE FENCE Wingerter 607 So. 19th Ave. ‘.'(4" W000)--5"-GRAVE 4 � OP�1HP I QHP `H' > <1716/66D GATE o FENCE Henriquez 614 So. 18th Ave. 5' wool) GATE FENCE ,lo Zo 3 U <0 6O 0 0 IJO Jo - 0 WAD 3' WIRE FENCE UP Nicola 1811 So. Maclaren St. 6' WOOD FENCE OHP OHP 2" GAS 0 Hicks 1 Stach 617 So. 19th Ave. BUILDING CONC E TE G TE 6' WOOD FENCE x o S HP .HP 615 So 19th Ave. 4 CHAIN LINK FENCE OHP OHO G P In ?01:1 -Tu 0 5' WOOD Iv FENCE 1 �1 " CEJ (18 EA. TYP ) QD a „ads Herman 624 So. 18th Ave. N HP OHP _— GR ■ L_z14+00 � MP 0 (5" WOOD) P OHP WOOD P - OH GATE 3' WOOD WITH iv 4 WIRE FENCE i 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES STA 10+50 TO STA 14+70± SLIPLINE APPROXIMATELY 420 L.F NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. STA 14+70± CONNECT NEW 4" HDPE TO NEW 4" PVC PIPE WITH FITTINGS AS REQUIRED STA 14+70± TO STA 19+45 OPEN CUT AND INSTALL APPROXIMATELY 475 L.F NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. Anderson 605 So. 19th Ave. 6' CHAIN LINK F NCE GATE x I yea OHP OHP 7+00 x Q'Iv 5' 600D F9NCE v GATE OHP c `t i:l 1 .1 111 i •HP > 0 P\ GA 7E J � / , 1+00 Talkington Heintz 612 So. 18th Ave. 610 So. 18th Ave. 3: -,WOOD) BUILDING Hall 603 So. 19th Ave. 6' WOOD GATT . FCNCE • NEW 4" PVC OHP- OHP 5 WOOD V ▪ x5 -d FENCE ijr- I Teitenberg Family Trust 608 So. 18th Ave. H 'S LJ COD Goeckler 5 OHP OHP G U C I G AVELz I(3" WOOD) Breding 1814 Tieton Dr. G 1 3 5' WOOD FENCE 1< 3 W C/1w 0 .5 Z 3 1 a Oo �.Lv ' CHAIN® LINK ERC Q Q 4MENA1Tt r HP + G 80.,oi S AHP n 0 o K E 3 z Ki� 3 3.5' CHAIN LINK FENCE Iv GA Johnson Egley U 0 U 606 So. 18th Ave. 604 So. 18th Ave. 602 So 18th Ave. I 1 0 8 I O nn 3' WOOD GATE FENCE Oliver 620 So. 18th Ave. 3' WOOD FENCE OH NEW 4" PVC P OHP OHP ( GATE %4FENOOD ICE v Oliverro I Watkins 618 So 18th Ave. 1 616 So. 18th Ave. N8 STA 19+20 REMOVE EXISTING IRRIGATION VALVE AND BLOW—OFF 0 00.00+0 •04 INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED STA 10+50 TO STA 19+50± PROVIDE GRAVEL SURFACE REPAIR EXCEPT MACLAREN ST , FULL WIDTH OF ALLEY STA 19+40± INSTALL NEW 4"X2" PVC REDUCER, 1 EA 2" R S. GATE VALVE WITH VALVE BOX, AND 10 L.F 2" G I PIPE TO TYPE 1 VALVE BOX FOR BLOW—OFF AT BLOW—OFF, PROVIDE 2" G I 90' ELBOW, 2" G I. THREADED NIPPLE TO WITHIN 6" OF GROUND SURFACE, THD FEMALE ADAPTER, AND THD PLUG cn 49z 0 10 20 40 MIN SEE BELOW STA 16+00 MATCHLINE 0, m 0 10 20 z 40 MIN MEM t Hutbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue o Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 45/43 JOB NUMBER 08068 DATE. 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY: MTB SSH SCHEDULE B — HILLCREST PLAN SHEET SHEET 16 OF 23 G 2 _OMP GA5 Ibach ' Garcia 923 So. 18th Ave. 921 So. 18th Ave. Fleischmann 919 So 18th Ave. BUILDING 6' CHAIN LINK GATE FENCE 01 -IP Patnode 917 So. 18th Ave. 6' W IOD FEN�E -L WN --e__ GA E GOO CONDABPR OHP BUILDING 6' WOOD FENCE Dills 915 So. 18th Ave TRENCH REPAIR TYPE 1 Boyd 913 So 18th Ave. UILDING GATE 4 x_x_ P OHP A VELI 3 WOOD Collord 911 So. 18th Ave. CHAIN LINK FEN 2E X IV xGATE I I Washington 909 So. 18th Ave. HAIN LINK FENCE Meals 907 So. 18th Ave. 9 BUILDING a� (1) m o 4 CHAIN LINK Q GATE FENCE Iv GA TEF OHP x c 3 a- 8r. a. w�, 0 U _3�34K l�e.LEx OHP ' LOC. FENCE G 23+00 (:R A \/I -c, ..._OHP I1 Murphy Bernier 1703 Bonnie Doon 922 So. 17th Ave Ave. IGAIE CHAIN LINK FENCE yd 0 FENCE 14 CONCRE BUILDING Cluff Bender Barnett 920 So. 17th Ave. 918 So. 17th Ave. , 916 So. 17th Ave. 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN - 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. SEE ABOVE 0 0 + .25 N 11- N Delgado 903 So. 18th Ave. 4 CHAIN LIN FENCE HP MATCHLINE 4' WOOD FENCE x U OHP Hayes 901 So 18th Ave. SEE SHEET 21 5' WOOD. FENCE fsLAWN z GOOD COND lbach 815 So. 18th Ave. HP OHP FENCEGOD IV 0 _ I BUILDING GRAVEL .OHP THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 20+50 REMOVE EXISTING VALVE. STA 20+20 TO STA 26+50 OPEN CUT AND INSTALL APPROXIMATELY 630 L.F NEW 3" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. STA 26+50 INSTALL NEW 6"X4" PVC CROSS, 1 EA 4"X3" PVC REDUCER, 1 EA 6"X4" PVC REDUCER, 2 EA 4" R S. GATE VALVES, 1 3" EA R S. GATE VALVE, AND VALVE BOXES. Ng REMOVE EXISTING IRRIGATION VALVE. BUILDING Hip -HE GL SHED APPROX v OR LOC OHP 6' 3T£EOHP P TS 27+000POSTS GRAVELz (3" WO 4' METAL SIDING FENCE HP JOHNSON IRRIGATION PIPELINE (PRIVATE) Neuberger Downs 1 904 So. 17th Ave. I 902 So. 17th Ave 0 C GARAGE OD FENCE HP QIP 4.— Caffery j 816 So. 17th Ave. tIQ SEE SHEET 21 U Egan 813 So. 18th Ave 01 -IP OHP HOSE BIB Ping 809 So. 18th Ave. ALAWN) , 'HOSE B 0HPVIBI 111 28+0 HOSE BIB UP OHP GARAGE Marquardt 812 So. 17th Ave. rc OHP gP OHP ■ NEW 4" HDPE!I' 411D i+ ONCRETE Pacheco 6' CHAIN LIN FENCE (19 EA. TYP ) 6 C N LINK CE Himmelspach 912 So. 17th Ave. , 910 So. 17th Ave. 1 ON 9) STA 26+50± TO STA 30+00 SLIPLINE APPROXIMATELY 350 L.F NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED STA 20+20± TO STA 26+40 PROVIDE GRAVEL SURFACE REPAIR FULL WIDTH OF ALLEY STA 20+30± INSTALL NEW 3"X2" PVC REDUCER, 1 EA 2" R S. GATE VALVE WITH VALVE BOX, AND 10 L.F 2" 0.1 PIPE TO TYPE 1 VALVE BOX FOR BLOW—OFF AT BLOW—OFF, PROVIDE 2" G 1 90' ELBOW, 2" G 1 THREADED NIPPLE TO WITHIN 6" OF GROUND SURFACE, THD FEMALE ADAPTER, AND THD PLUG - I 0 ,oOrP e,� PJ . 807 So. 18th Ave., �. 5`a o a��r I co�0. k ��� -LAWN-z s �✓ lyG;,(/� O __s--- LAWN HEDGE OHP OH i SHED Lust OHP Il I OHP �l,Jl i BIB 29+0' HOSE BIB 0 OR p,,5 HP Hill 810 So. 17th Ave. (17 EA. TYP ) OHP UP OHP STEEL POEEST® Jay 808 So. 17th Ave. 9H0 I0 :: HP 4, i05 �\ V , BIB (P0‘ N�� I e' • x.00 4 C° OHO HP V LAWN -z_ 3iP GARAGE SEE SHEET 18 STA 30+00 MATCHLINE SEE BELOW O O MATCHLINE 0) m 0 10 20 z 40 0 10 20 40 MINE Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue aYakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY SSH SCHEDULE B — HILLCREST PLAN SHEET SHEET 17 OF 23 SEE SHEET 17 0 0 + 0 1- �ec• coo. LAWN Z HOH„,,,,T `t\'\LAWN Ble HOSE BIB OHP IV Jf OHP IV 30+00 (5" WO D) 0 J0 o coo. ,o• co• IV APPROX �x Clark 703 So. 18th Ave. ®s LAWNz Whitnall 701 So 18th Ave RE TR OSE \ s LAWN zTY BIB LAN TER AHP OHP (5" WOOD); z Burkett 623 So. 18th Ave Sagen 621 So. 18th Ave. 4- 6' pVOOD FENCE GATE GATE 2, -iA:-r..: -OH MATCHLINE HOSE BIB �c \ x SHED rP P(\ c0o 6 HOSE BIB 4) 0 HEDGE STEEC'p r0�5i OHXPnnr PFL� GATE APPROX LOC -LAWN z 32+00 -LAWN- -LAWNz GM / CARPORT 3 HP O 2 N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. SEE ABOVE STA 35+50 MATCHLINE Sunday I Dean r13 So. 18th Ave. BUILDING 1 0 615 So. 18th Ave 5' CHAIN LINK G FENCE Bromley Bliss 611 So. 18th Ave. 609 So. 18th Ave. GATE 6' WOOD FENCE 6' CHAIN LINK FENCE GATE TRENCH REPAIR sLAWNz TYPE 1 Holmes 702 So 17th Ave. ov..34+.00: ot't k. 1k Pt -4 HAL_ �1?,.;.,, ,._ _-GRAVEL z_ z -J 3 GARAGE x I 7' CHAIN LINK FENCE IV Bristol i Whitis 619 So. 18th Ave. 617 So. 18th Ave. I J Q 4 CHAIN LINK FENCE PLA.U1C)(3: 1RIYASTeI�G) .;z�' 3 3 '' �.69ri•"`°.'% ., iii 9 :'25 uP- a ;t - - cas?Y c�::'si7T trlx:ss'� OHP` ■'alr� OHP ...OHP OHP0 GA TE (N10) (20 EA. TYP ) Garcia Forbes Vincent Edmondson 624 So. 17th Ave.1 622 So. 17th Ave. 620 So. 17th Ave. 618 So. 17th Ave. I4 2' WOOD I GARAGE FENCE GARAGE w0o FENC 1 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 30+00 TO STA 33+00 SLIPLINE APPROXIMATELY 300 L.F NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. STA 33+00± CONNECT NEW 4" HDPE TO NEW 4" PVC PIPE WITH FITTINGS AS REQUIRED STA 33+00± TO STA 39+40 OPEN CUT AND INSTALL APPROXIMATELY 640 L.F NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. Avalos 607 So. 18th Ave. 6 CHAIN LINK FENCE Harrington I Blizard 605 So. 18th Ave. 1603 So. 18th Ave. 37+001 `au BUILDING IV Weber 601 So. 18th Ave. 1 BUILDING STA 39+40 REMOVE EXISTING IRRIGATION VALVE AND INSTALL NEW 4"X2" PVC REDUCER, AND 1 EA 2" R S. GATE VALVE WITH VALVE BOX. CONNECT TO EXISTING BLOW -OFF PIPING WITH FITTINGS AS REQUIRED. STA 33+30± TO STA 39+50± REMOVE EXISTING ASPHALT AND SUBGRADE MATERIAL AND INSTALL NEW CSBC AND HMA PER TYPICAL ALLEY SECTION DETAIL. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER. SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. 2.5' WIRE FENCE GAIL Sevigny Peadon Henyan 614 So. 17th Ave. 612 So. 17th Ave. 616 So. 17th Ave. 6' CHAIN LINK FENCE 0 GATE UILDING 5 CHAIN LINK FENCE GATE 4' WIRE FENCE i:5�ifC>' •39+00'.i 4 IRON ......_ .............OHP / H05E BIB-' X H LAN TER X FENCE -LAWNz GOOD COND HP N a) _5 ASPHALTz I1 (15 EA. T1(P ) Ault Charles Living Shook 610 So. 17th Ave. Trust 606 So. 17th Ave. 1608 So. 17th Ave. Crose 1702 Tieton Dr. c 0,E O 3 +� LO) -1 01) O H a 0 10 20 40 SEE BELOW MATCHLINE 0 10 20 40 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 1921/41 JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY- MTB ENTERED BY- SSH SCHEDULE B — HILLCREST PLAN SHEET SHEET 18 OF 23 SEE ABOVE \ 1 U 0 U ONC Sawyer 923 So. 17th Ave. BUILDING (SHED Lockwood 921 So 17th Ave 4 WIRE FENCE Holland 919 So. 17th Ave. 4' WOOD BUILDING Cabalog 917 So. 17th Ave. --CON RETEz Phillips 915 So. 17th Ave Ryan 913 So. 17th Ave. BUILDING -rev <iO)S a.c 5' WOOD' x FENCE OH 5' WOOD APPR FENCE LOC Luther 911 So. 17th Ave 3.5' WOOD [FENCE Williams 909 So. 17th Ave. s GRAVEL -z_ Trujillo 907 So. 17th Ave I u 5' WOOD FENCE 'GA -EI wzmmir RETE_ SEE BELOW O O + u7 B.0 z 0 U 77=- 4' CHAIN LINK FENCE OHP x _QHP 6' WOOD FENCE 4 WIRE FENCE % Lines II 924 So. 16th Ave. (N 10) (19 EA. TYP ) tr O Maxwell Garant Bobcock Tr Kokenge Truhler 922 So. 16th Ave.l 920 So. 16th Ave. I 918 So. 16th Ave. 916 So. 16th Ave. 914 So. 16th Ave. N1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER N3 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. ai QI w Chinen 903 So. 17th Ave. OO )HP CAS,„.,. a5+o0 w • ? HOSE 81 OHP Roark 901 So. 17th Ave. 5' WOAD FENC SEE SHEET 21 DIRT Fah 811 So. 17th Ave. s GRAVELZ THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 40+50 REMOVE EXISTING VALVE. STA 40+30 TO STA 46+50 OPEN CUT AND INSTALL APPROXIMATELY 620 L.F NEW 3" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. STA 46+50 INSTALL NEW 4"X4"X4" PVC TEE, 1 EA 4"X3" PVC REDUCER, 1 EA 4" R S. GATE VALVE, 1 EA 3" R S GATE VALVE, AND VALVE BOXES. N8 REMOVE EXISTING IRRIGATION VALVE. 2' WOOD FENCE X X v Eglin 809 So. 17th Ave. Tate 807 So. 17th Ave. CONC 8' WOOD FENCE _X. Y OHP X 1 6' WOOD FENCE Davis Kirby 912 So. 16th Ave. 1910 So. 16th Avel HP _ OHP OHP ��yF 011li �4' CHAIN LINK 7' CHAIN LIN rc GATE FENCE u FENCE WITH BARB AND >RAZOR WIRE 1 < C L • co C � • d u) Trujillo I 908 So. 16th Ave.! rn MATCHLINE N9 STA 46+50 TO STA 50+00 OPEN CUT AND INSTALL APPROXIMATELY 350 L.F NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED STA 40+20 TO STA 46+40, AND STA 46+55± TO STA 50+00 REMOVE EXISTING ASPHALT AND SUBGRADE MATERIAL AND INSTALL NEW CSBC AND HMA PER TYPICAL ALLEY SECTION DETAIL. STA 40+30± INSTALL NEW 3"X2" PVC REDUCER, 1 EA 2" R S. GATE VALVE WITH VALVE BOX, AND 10 L.F 2" G I PIPE TO TYPE 1 VALVE BOX FOR BLOW -OFF AT BLOW -OFF, PROVIDE 2" G.I 90' ELBOW, 2" G I. THREADED NIPPLE TO WITHIN 6" OF GROUND SURFACE, THD FEMALE ADAPTER, AND THD PLUG Clark 805 So. 17th Ave. 4' CHAIN LINK _ a Iv RET. 4WALL J a FENCE 0 43 W Hayes 803 So. 17th Ave. 6' WOOD FENCE _s -GRAVEL -7_ N GAT MATCHLINE ASPH'A°LAT._z' :.Wt OHP OHP u I 5' CHAIN LINK FENCE 6' WOOD FENCE 6WOOD FENCE BUI JOHNSON IRRIGATION PIPELINE (PRIVATE) Camargo 1 Garfias 904 So. 16th Ave.I 814 So. 16th Ave. z 0 U GRAVEL GARAGE CARPORT CHAIN LINK FENCE 7' BRICK WALL Cook coNC 812 So. 16th Ave. Huibregtse, Louman Associates, Inc. :r®l� CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue oYakima, WA 98902 (509) 966 -7000• -FAX (509) 965-3800 zs/c49 Corp. of Catholic Bishop of Yakima 810 So. 16th Ave. U z 0 U IV GRAVEL (i' Z 0 (16 EA. TYP )0 Bayer 806 So. 16th Ave. BUILDING U 0 U GRAVEL U IV 6' CHAIN LINIp FENCE 0G Wandler Gamet 804 So. 16th Ave. 714 So. 16th Ave. JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A BUILDING ¢ a) _Q D_ a L Y m(cs1) SEE SHEET 20 STA 50+00 MATCHLINE to m 0 10 20 z 40 NEM OEM w z m 0 10 20 40 — CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY: SSH SCHEDULE B — HILLCREST PLAN SHEET SHEET 19 OF 23 SEE SHEET 1 STA 50+00 MA 0 c a) �oI oho sr 6' WOOD O, FENCE /\ G Gates 707 So 17th Ave. 7 WOOD FENCE 0 Chapman 705 So. 17th Ave. 6' WOOD FENCE Brozovich 703 So. 17th Ave. Curtis 701 So. 17th Ave SPHALT- _ u + FENCE o x IV 6' CHAIN LINK GATE FENCE HOUSE Dunlap II Stolte Johnson d I BUILDING cn Blizard HOUSE L OHP 10" SEWER ss Q 0 N RR OHP_ 710 So. 16th Ave 708 So. 16th Ave. 706 So. 16th Ave. 704 So. 16th Ave. 0 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN 0 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER 0 SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. (10 EA. TYP ) Seubert 1606 Maclaren St. TRENCH REPAIR TYPE 2 a TI N4 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. N5 STA 50+00 TO STA 50+50± OPEN CUT AND INSTALL APPROXIMATELY 50 L.F. NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. N6 STA 50+50 INSTALL NEW 4"X3" PVC REDUCER. N7 STA 50+50 TO STA 53+15± OPEN CUT AND INSTALL APPROXIMATELY 265 L.F NEW 3" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. m 0 10 20 z 40 STA 53+15 REMOVE EXISTING IRRIGATION VALVE AND INSTALL 1 EA NEW 3" R S GATE VALVE WITH VALVE BOX. CONNECT TO EXISTING BLOW—OFF PIPING WITH FITTINGS AS REQUIRED STA 50+00 TO STA 53+05± REMOVE EXISTING ASPHALT AND SUBGRADE MATERIAL AND INSTALL NEW CSBC AND HMA PER TYPICAL ALLEY SECTION DETAIL. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER SEE DETAILS. CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. Hu[bregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue e•Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN' N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY SSH SCHEDULE B — HILLCREST PLAN SHEET SHEET 20 OF 23 LAWN G ry C 1 ^1 �1 r-� •V f'P�,� I; r' . ,'-G O W w (P,�� -oj '' L 8 WO D " Cr)ES 62 ABANDONED GATE VALVE 60 SEE ABOVE STA 65+50 MATCHLINE Guerin 816 So. 19th Ave. 0 --R/-<-:, I R -IR �RR -. s` RE,,,7, IRR IRR �H,ED I I �� R ,.• w. rf f +� ,I., a HOUSE I a 0'. ''f 1. zASPHALT Ai )K1' p T."."D_ I O w Q I [N 62+.. � .. 61+00 _s— LAIN6,_:_, Smith 902 So. 19th Ave. -s-LAWNz 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 Davis 815 So. 19th Ave. o= 0 3 u J Arlington Street TRENCH REPAIR TYPE 2 TYPICAL Rollin 816 So 18th Ave. 5' WOOD FENCE HEDGE ~^^/1Z 5 CHAIN LINK NHVtrIPVC`'" :'•d^64+OOR,r;':; H RR RR GE M JOHNSON IRRIGATION PIPELINE (PRIVATE) t= 5' -WOOD dH0 d'bENCE 1t X i4STA 63+50, !�1 1,,'- Arlington St. =STA 6+50 18/19th Alley Schwartzenberger 901 So. 19th Ave. O ,�� 0 z 'i-,"1-1 U " W W o �3 "�;x O 0 0 B + J�/� 'GOOD WL�OND ,T,-1-0 Q .1.654;00 MLR IRR —Cr cel , GOOD W 0 z J OHP .HP sGRAVELz OHP Simpson 902 So. 18th Ave. OW PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. N0 z z o + U <0 J O ln8 IO .--VYt.VV,0 .e -Y Vl.sa 5'ASPHALT-s 91'08 5. SLAWN z GOOD COND as 0 THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. NS STA 60+25, 23'LT± PROVIDE LEAK PROOF CONNECTION TO EXISTING CONCRETE WEIR BOX. INSTALL NEW 6"X6"X3" HDPE TEE OUTSIDE BOX AND EXTEND NEW 6" HDPE THRU EXISTING 8" CONCRETE PIPE AT BOX. INSTALL NEW 6" R S GATE VALVE AND VALVE BOX. EXTEND 3" PIPE TO TOP OF BOX ELEVATION WITH SCREENED 90' ELBOW GROUT FULL ALL VOIDS BETWEEN PIPES. 0 STA 60+28, 23'LT± INSTALL NEW 6" HDPE 45' ELBOW 0 STA 60+25, 23'LT± TO STA 60+50± SLIPLINE APPROXIMATELY 30 L.F NEW 6" HDPE PIPE IN EXISTING 8" WOOD STAVE PIPE Caffery 816 So. 17th Ave. -sLAWNz GOOD COND Arlington Stree RIM=1075 49 0 z <0 Q d HEDGE O U w 3' AIN LINK ENCE �r..,a.;.::<t'Vy-r:4-i.Y VI.=»:- k ; s,:�s. itCb7+Or0 N05555158: aal RR tt+fsxsnnw�.w:V�;� rx Hayes 901 So. 18th Ave. ow > O O IV HP OHP STA 66+80, Arlington St. =STA 26+50 17/18th Alley H' 0 'NO M V 0 OHP HP TRENCH REPAIR TYPE 2 TYPICAL Downs 902 So. 17th Ave. R 0 __sAM-IALT RR RR OHP 0.� 'AHP sLAWNz GOOD COND U z O " n H, +6 —IFR 3' 3 9 IRR IRR N8 STA 60+50± INSTALL NEW 6" HDPE 45' ELBOW N9 STA 60+50± TO STA 63+50 SLIPLINE APPROXIMATELY 300 L.F NEW 6" HDPE PIPE IN EXISTING 8" WOOD STAVE PIPE. STA 63+50 TO STA 66+80 OPEN CUT AND INSTALL APPROXIMATELY 330 L.F NEW 6" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. STA 66+80 TO STA 70+12 OPEN CUT AND INSTALL APPROXIMATELY 332 L.F NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE Fah 811 So. 17th Ave. J J � 3 H U W z o U GRAVEL ASPH'AL9T--Z'' RR RR 11 ('4ys'•WOOD) Rs NN 88 Lti 0 r""krX " 3 w II t Y"t( iv 7�`A�•d` �o V LLj W Lu 0 > < < :a 0 - AMR COI _I. 0 0 U 2 So. 16th Ave. S W U c U Nirjr- Agri - <> o f mCD o 0 51 CHAIN LINK FENCE JOHNSON IRRIGATION PIPELINE (PRIVATE) 0 U GRAVEL K 0 STA 70+12, Arlington St. Roark =STA 46+50 901 So. 17th Ave. 16/17th Alley° NN Eby Nth -0;p —dH0 0 Garfias 814 So. 16th Ave. SEE BELOW STA 65+5 MATCHLINE W +F?• E 0 10 20 40 SEE SHEET 14 SEE SHEET 16 SEE SHEET 18 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue t• Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 pis JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN: N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY. SSH SCHEDULE B — HILLCREST PLAN SHEET SHEET 21 OF 23 LEGEND IRRIGATION PIPE TO 8E REPLACED BY TRENCHING IRRIGATION PIPE TO BE REPLACED BY SLIPLINE IRRIGATION PIPE TO BE REPLACED BY mom • 8 UMW DIRECTIONAL DRILLING IRRIGATION PIPE TO REMAIN 0 20 40 80 " is iesi 40404 IN Calla Ise. FRANKLIN MIDDLE SC 9OL ;4:41004111_, o Z 0 r. litf I 11Fra -- r (' PVC) (3' WOOD) � I I T. .7176•T T+a��r NOTES: 1. THIS AERIAL PHOTOGRAPH IS SHOWN FOR GENERAL INFORMATION ONLY. 2 THE PIPING LAYOUT IS SHOWN FOR REFERENCE ONLY. SEE ACTUAL FIELD CONDITIONS MAY HAVE CHANGED SINCE THE DATE OF THIS PHOTO. CORRESPONDING PLAN SHEET(S) FOR INSTALLATION DETAILS. THE CONTRACTOR SHALL VISIT THE PROJECT AREAS TO NOTE EXISTING CONDITIONS, VERIFY THE LOCATION OF EXISTING FEATURES AND DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS SEE ALSO THE GENERAL NOTES ON SHEET 2. Haibregtse, Lowman Associates, Inc. ♦ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •1 Yok.mo, WA 98902 (509) 966-7000 FAX (509) 965-3800 49 JOB NUMBER: DATE. 08068 9-23-08 FILE NAMES: DRAWING: 08068.dwg PLAN: N/A PROFILE: N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: SSH SCHEDULE C - BUENA VISTA AERIAL PHOTOGRAPH SHEET 22 0F 23 1 IRRIGATION MAIN AND SERVICE LOCATIONS HAVE BEEN TAKEN FROM EXISTING CITY RECORDS, AND MAY VARY FROM THE ACTUAL FIELD LOCATION THE CONTRACTOR SHALL VERIFY EXISTING IRRIGATION MAIN SIZE AND MATERIAL, AND SERVICE LOCATIONS PRIOR TO CONSTRUCTION NOTIFY THE ENGINEER IF IRRIGATION MAIN SIZE OR MATERIAL DIFFERS FROM THAT SHOWN N2 PROVIDE SURFACING REPAIR AT ALL EXCAVATION LOCATIONS, AS APPROVED BY THE ENGINEER. SURFACE REPAIR TYPE SHALL MATCH EXISTING CONDITIONS, UNLESS OTHERWISE DIRECTED BY THE ENGINEER SANITARY SEWER MAIN AND SIDE SEWER SERVICE LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND MAY NOT REFLECT ACTUAL LOCATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR AND/OR REPLACEMENT RESULTING FROM DAMAGE TO THE SEWER MAIN AND SERVICES FROM THE CONTRACTOR'S ACTIVITIES. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. STA 6+75 TO STA 11+25 OPEN CUT AND INSTALL APPROXIMATELY 450 L.F NEW 4" PVC PIPE. REMOVE EXISTING IRRIGATION PIPE. STA 6+75 CONNECT NEW 4" PVC PIPE TO EXISTING 4" PVC PIPE WITH FITTINGS AS REQUIRED N7 STA 11+25 INSTALL NEW 4" PVC 90' ELBOW AND CONNECT TO NEW 4" HDPE PIPE WITH FITTINGS AS REQUIRED INSTALL CONCRETE BLOCKING STA 11+25± TO STA 12+72± SLIPLINE APPROXIMATELY 150 L.F NEW 4" HDPE PIPE IN EXISTING 5" WOOD STAVE PIPE. STA 12+72f REMOVE EXISTING PIPE WEST INSTALL NEW 4" WITH VALVE BOX, AND Johnson ve. 1Ul CD < -SS BUILDING CONCRETE 6d. WAL Q S o_ a 4"I PVCI pp RSS 2" GASG }/ AHP FOR SLIPLINING AND PLUG EXISTING PIPE TO HDPE 90° ELBOW, 1 EA 4" R S. GATE VALVE CONCRETE BLOCKING I I Fischer Pitts 225 So. 19th Ave. 223 So. 19th Ave. I I Bowman 221 So0. 19th Ave. STA 12+72± TO STA 13+62± SLIPLINE APPROXIMATELY 90 L.F NEW 4" HDPE PIPE IN EXISTING 6" WOOD STAVE PIPE. INSTALL NEW SERVICE CONNECTION AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED FROM TIETON DRIVE TO BELL STREET INSTALL NEW SERVICE LINE AND SERVICE VALVE AT EXISTING SERVICE LOCATIONS, OR AS DIRECTED BY THE ENGINEER CONNECT TO EXISTING SERVICE PIPING WITH FITTINGS AS REQUIRED. SEE SHEET 22 FOR APPROXIMATE BACKYARD LOCATIONS. REMOVE UPPER SECTION OF EXISTING VALVE BOX, FILL AND COMPACT VOID, AND PROVIDE ASPHALT PATCH PROVIDE LEAK PROOF CONNECTION TO EXISTING CONCRETE WEIR BOX. ALL WORK MUST OCCUR INSIDE WEIR BOX AND NO EXCAVATION OUTSIDE WILL BE ALLOWED SEE DETAIL ON SHEET 4. STA 6+70 TO STA 11+30 REMOVE EXISTING ASPHALT AND SUBGRADE MATERIAL AND INSTALL NEW CSBC AND HMA PER TYPICAL ALLEY SECTION DETAIL. Holbrook 219 So. 19th Ave. Lunstrum Garrison 215 So. 19th Ave. 213 So. 19th Ave. SG 0 10 20 40 DENOTES PROPOSED ACCESS PIT LOCATION FOR INSERTION/RECEIPT OF NEW PIPING ACTUAL LOCATIONS SHALL BE PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION S 19th Avenue _s -CONCRETE GAURD RAIL (6" WOOD) 12+72 &k"AF,1. ONC zWM t!'OOS o Kezele 205 So. 19th Ave. 0 0 or NP/ Andreotti Norton Girard 211 So. 19th Ave 209 So. 19th Ave. 207 So. 19th Ave I r o � GARAGE NEW _ APPROX74,..wG LoG (19 EA. TYP ) GA CONCRETE RET GARAGE ANCHO F"Yf?�"�w?e `V".�v.nviitt� 55 ASPHALTz` )i8 IV VHP GARAGE WALL �'rvF3d! 4: sWOOD a°ASFF-ALTz? SHED GARAGE GATE GATEI APPROX. LOC. N E 0 (20 EA. TYP ) Cody 2 So. 18th Ave. Vh- as Or m Carr Dahl Parsons 226 So. 18th Ave. 224 So. 18th Ave. 222 So. 18th Ave. pyo atio. Kunkel Marvin Lozano Cyr Ayyob i Girard 220 So. 18th Ave. 218 So. 18th Ave. 216 So. 18th Ave. 214 So. 18th Ave. 212 So. 18th Ave. 210 So. 18th Ave. F- CL a Kezele 1809 Graham St. McKeith 1807 Graham St. Hulbregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 *FAX (509) 965-3800 JOB NUMBER: DATE. . 08068 9-23-08 FILE NAMES. DRAWING. 08068.dwg PLAN• N/A PROFILE. N/A CITY OF YAKIMA N. HILLCREST, HILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB SSH SCHEDULE C — BUENA VISTA PLAN SHEET SHEET 23 OF 23 R AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND HUIBREGTSE, LOUMAN ASSOCIATES, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this /' day of /4q>/ , 2008, by and between the City of Yakima, Washington, with principal offices at 129 North Second Street, Yakima, WA 98901, hereinafter referred to as "CITY", and HUIBREGTSE, LOUMAN ASSOCIATES, INC , 801 North 39th Avenue, Yakima, WA 98902 and which corporation and its principal engineers performing this Agreement are licensed and registered to do business in the State of Washington, hereinafter referred to as "ENGINEER," for HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENT PROJECT (approximately 10,100 linear feet of pipeline replacement) Design Services, herein called the "PROJECT " WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto, and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with expertise and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ENGINEER agree as follows SECTION 1 INCORPORATION OF RECITALS 1 1 The above recitals are incorporated into these operative provisions of the Agreement. SECTION 2 SCOPE OF SERVICES 2.0 1 ENGINEER agrees to perform those services described hereafter Unless modified in writing by both parties, duties of ENGINEER shall not be construed to exceed those services specifically set forth herein 2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign Michael T Battle, PE, as Project Manager and Principal -in -Charge throughout the term of this Agreement unless other personnel are approved by the CITY 2 1 Basic Services ENGINEER agrees to perform those tasks described in Exhibit A, entitled "CITY OF YAKIMA - HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENT PROJECT " (WORK) which is part of this Agreement as if fully set forth herein 2.2 Additional Services. CITY and ENGINEER agree that not all WORK to be performed by ENGINEER can be defined in detail at the time this Agreement is executed, and that additional WORK related to the Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." 2 2 1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price G\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 1 and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly 2.2.2 Compensation for each such request for Additional Services will be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit B and, if so authorized, shall be considered part of the PROJECT WORK The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing 2 3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date of receipt by the ENGINEER of the written notification of change or of providing services related to an asserted change, whichever is earliest. SECTION 3 CITY'S RESPONSIBILITIES 3 1 CITY -FURNISHED DATA. The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 3.2 ACCESS TO FACILITIES AND PROPERTY The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 3 3 TIMELY REVIEW The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents, obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate, and render in writing decisions required of CITY in a timely manner Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession 3 4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this Agreement. CITY'S Representative shall have complete authority to transmit instructions and receive information ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge 3 5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law The ENGINEER shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions therefrom SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4 1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5 1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES For the services described in Exhibit A, compensation shall be according to Exhibit C - Schedule of Specific Hourly Rates on a time spent basis plus reimbursement for direct non -salary expenses 51 1 DIRECT NON -SALARY EXPENSES Direct Non -Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest \PROFESSIONAL SERVICES AGREEMENT.doc Page 2 transportation costs, including current rates for ENGINEER'S vehicles, meals and lodging, laboratory tests and analyses, printing, binding and reproduction charges, all costs associated with other outside nonprofessional services and facilities, special CITY - requested and PROJECT -related insurance and performance warranty costs, and other similar costs Reimbursement for Direct Non -Salary Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary Expenses are shown in Exhibit B 51 1 1 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ENGINEER and each of the Subconsultants in connection with PROJECT WORK, provided, as follows. • That a maximum of U S INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company or individually owned vehicles for that portion of time they are used for PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation • That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person This rate may be adjusted on a yearly basis • That accommodation shall be at a reasonably priced hotel/motel • That air travel shall be by coach class, and shall be used only when absolutely necessary. 51.2 Telephone charges, computer charges, in-house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates 513 Professional Subconsultants. Professional Subconsultants are those costs for engineering, architecture, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1 10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. Estimated Subconsultant costs are shown in Exhibit B 5 2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed that amount set forth in Exhibit B The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred 5 3 The ENGINEER will use its best efforts to submit to the City's Representative by the 10th day of each calendar month an invoice for payment for PROJECT services completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the City necessary to substantiate the costs incurred CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed CITY will notify the ENGINEER promptly if any problems are noted with the invoice CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s) The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required G:\PROPOSALS\2008\CITY OF YAKIMA1Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 3 5 4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less, provided, however, that no interest shall accrue pursuant to Chapter 39 76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 39.76 020(4) 5 5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the ENGINEER of a release of all known claims against CITY arising under or by virtue of this Agreement, other than such claims, if any, as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein 5 6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ENGINEER 61 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all plans, design, drawings, specifications, reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional compensation, correct or review any errors, omissions, or other deficiencies in its plans, designs, drawings, specifications, reports, and other services The ENGINEER shall perform its WORK according to generally accepted civil engineering standards of care and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits 6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6 3 In performing WORK and services hereunder, the ENGINEER and its subcontractors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom 6 4 INDEMNIFICATION (a) ENGINEER agrees to indemnify, defend, and hold the CITY harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subconsultants in connection with the PROJECT. In the event that any lien is placed upon the property of the CITY or any of the CITY'S officers, employees, or agents as a result of the negligence or willful misconduct of the G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 4 ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond or otherwise (b) CITY agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CITY, its employees, or agents in connection with the PROJECT. (c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion 6 5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or other employee benefit acts The ENGINEER waives its immunity under the Industrial Insurance Act, Title 51, RCW Such waiver has been mutually negotiated by the ENGINEER and the CITY as evidenced by their specific and express initialing of this paragraph. ENGINEER'S INITIALS CITY'S INITIALS 6 6 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor ENGINEER does not assume responsibility for methods or appliances used by a contractor, for the safety of construction work, or for compliance by contractors with laws and regulations CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability 6 7 SUBSURFACE INVESTIGATIONS* In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable standard of professional care and judgment in such investigations SECTION 7 PROJECT SCHEDULE AND BUDGET 7 1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall be as set forth in this Agreement and attachments. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen (15) days after execution of this Agreement. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto The performance date for tasks and the completion date for the entire PROJECT shall not be extended, nor the budget increased because of any unwarranted delays attributable to the ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ENGINEER which could not be reasonably anticipated G \PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 5 7.2 Not later than the tenth day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. SECTION 8 REUSE OF DOCUMENTS 8 1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf of the CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs including, but not limited to, litigation expenses and attorney's fees arising out of or related to such unauthorized reuse, change, or alteration, provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees where caused by the ENGINEER's own acts or omissions 8 2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be vested in the CITY SECTION 9 AUDIT AND ACCESS TO RECORDS 9 1 The ENGINEER, including its subconsultants, shall maintain books, records, documents and other evidence directly pertinent to performance of the WORK under this Agreement in accordance with generally accepted accounting principles and practices consistently applied The CITY or the CITY'S duly authorized representative, shall have access to such books, records, documents, and other evidence for inspection, audit, and copying for a period of three years after completion of the PROJECT The CITY shall also have access to such books, records, and documents during the performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ENGINEER'S WORK and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency 9 3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGINEER. 9 4 The ENGINEER shall ensure, that substantially, the foregoing paragraphs are included in each subcontract for WORK on the Project. 9 5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10 1 Prior to beginning WORK under this Agreement, the ENGINEER shall provide Certificates of Insurance satisfactory to the CITY as evidence that policies providing the following coverage and limits of insurance are in full force and effect. The CITY and the CITY'S officers, principals, employees, representatives, and agents shall be designated as additional insured on all such policies except for professional liability and Worker's Compensation Such insurance shall be primary to the extent covered as additional insureds and other insurance maintained or carried by the CITY shall be separate and distinct and shall not be contributing with the insurance listed hereunder G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest \PROFESSIONAL SERVICES AGREEMENT.doc Page 6 10 1.1 Comprehensive general liability insurance, including personal injury liability, blanket contractual liability, and broad -form property damage liability coverage The combined single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence 10 1.2 Automobile bodily injury and property damage liability insurance covering owned, non - owned, rented, and hired cars The combined single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence 10 1.3 Statutory workers' compensation and employer's liability insurance as required by state law 10 1 4 Professional liability insurance The limit of liability shall be not less than 1,000,000. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its officers, employees, agents, and representatives thereunder The CITY and the CITY'S officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner so as to affect the rights of the City thereunder until thirty (30) days after written notice to the CITY of such intended cancellation, expiration, or change. SECTION 11 SUBCONTRACTS 11 1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this Agreement. 11 2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld Each subcontract shall be subject to review by the CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11 3 CITY hereby authorizes the ENGINEER to subcontract with the persons and firms listed below: None anticipated 11 4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto. SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto This Agreement may not be assigned by CITY or ENGINEER without prior written consent of the other, which consent will not be unreasonably withheld SECTION 13 INTEGRATION 13 1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters contained herein No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein This Agreement may not be modified or altered except in writing signed by both parties G:\PROPOSALS 12008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 7 SECTION 14 JURISDICTION AND VENUE 14 1 This Agreement shall be administered and interpreted under the laws of the State of Washington Jurisdiction of litigation arising from this Agreement shall be in that state If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes shall be Yakima County, State of Washington SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15 1 In connection with the Services under this Agreement, ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations SECTION 16 SUSPENSION OF WORK 16 1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the WORK ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the WORK shall be extended by the number of days WORK is suspended If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate WORK on the suspended portion of Project in accordance with SECTION 17. SECTION 17 TERMINATION OF WORK 17 1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under this Agreement and is in default through no fault of the terminating party However, no such termination may be effected unless the other party is given• (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. 17 2 In addition to termination under subparagraph A of this Section, CITY may terminate this Agreement for its convenience, in whole or in part, provided the ENGINEER is given. (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate, and (2) an opportunity for consultation with CITY before termination. 17 3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the ENGINEER'S breach In such event, CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the WORK itself or of employing another firm to complete it. Under no circumstances shall payments made under this provision exceed the contract price In the event of default, the ENGINEER agrees to pay CITY for any and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said default. This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments 17 4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ENGINEER G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest \PROFESSIONAL SERVICES AGREEMENT.doc Page 8 reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments 17 5 Upon receipt of a termination notice under subsections 17 1 or 17.2 above, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, and materials as the ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same. 17 6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals, provided, the ENGINEER shall have no responsibility to prosecute further WORK thereon 17 7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined that the ENGINEER has not so failed, the termination shall be deemed to have been effected for the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 17 4 of this Section. 17 8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17 3 of this Section SECTION 18 ARBITRATION 18 1 All claims, counterclaims, disputes, and other matters in question arising out of, or relating to, this AGREEMENT or the breach thereof may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining Either CITY or ENGINEER may initiate a request for such arbitration, but consent of the other party to such arbitration shall be a necessary precondition to arbitration SECTION 19 NOTICE 19 1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee -party, or seventy-two hours after mailing by certified mail to the place of business set forth below, whichever is earlier CITY City of Yakima 2301 Fruitvale Boulevard Yakima, WA 98902 Attn• Mr David Brown, Water and Irrigation Manager ENGINEER. HUIBREGTSE, LOUMAN ASSOCIATES, INC 801 North 39th Avenue Yakima, WA 98902 Attn Jeffrey T Louman, PE, President IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 9 CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC Signature Printed Name R.A. Zais, Jr. Title City Manager Date SP`I/L>S Attest Printed Name Jeffrey T. Louman Title President Date 57/2- C3 City Clerk R E cLJ 1 c_,1 N C .a— 33 CO -N) aon G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 10 STATE OF WASHINGTON ) ) ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that R.A. ZAIS, JR. is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated. Seal or Stamp Z -/A(.49 A Printed Name /W. /(.2A-7-.0/12, My commission expires .3 -A.1" --/O G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 11 STATE OF WASHINGTON ) ss COUNTY OF YAKIMA ) I certify that I know or have satisfactory evidence that JEFFREY T LOUMAN, PE, is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument, and acknowledged it as the President of Huibregtse, Louman Associates, Inc to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated alai 13 2008 Seal or Stamp (Signat 64. d 4 -6— • (//geet t re) s . Title Ione ccs _ • Wia`R'Scw) Printed Name My commission expires 3/t0 /09 G:\PROPOSALS12008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.dac Page 12 EXHIBIT A CITY OF YAKIMA - HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENT PROJECT SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Hillcrest and Buena Vista Irrigation System Improvement Project This scope of work shall include the furnishing of all services, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter, for the following irrigation pipe improvement project. a North Hillcrest (#621) Area generally bounded to the north by W Lincoln Avenue, to the south by Summitview Avenue, to the east by N 35th Avenue, and to the west by N 37th Avenue The system includes replacement of approximately 2,750 linear feet of existing 11/2 -inch, 2 -inch, 2 1/2 - inch, 3 -inch, 4 -inch, and 5 -inch irrigation pipelines b Hillcrest (#371) Area generally bounded to the north by Tieton Drive, to the south by Bonnie Doon Avenue, to the east by S 16th Avenue, and to the west by S 19th Avenue The system includes replacement of approximately 6,040 linear feet of existing 2 -inch, 3 -inch, 4 -inch, and 5 -inch, and 8 -inch irrigation pipelines c Buena Vista (#378) Area generally bounded to the north by W Chestnut Avenue, to the south by Tieton Drive, to the east by S 18th Avenue, and to the west by S 19th Avenue. The system includes replacement of approximately 1,270 linear feet of existing 2 -inch and 4 -inch irrigation pipelines This scope of work is prepared and offered with the following understanding - • CITY shall provide full information as to project requirements • CITY shall assist the ENGINEER by placing at his disposal all available all available information pertinent to the Project including previous reports, drawings, plats, surveys, easements, utility records, and any other data relative to design and construction of the Project. • CITY shall provide all easements and rights-of-way necessary for replacement/installation of these irrigation pipelines CITY shall examine all studies, reports, sketches, estimates, specifications, drawings, proposals, and other documents presented by the ENGINEER and render decisions in writing pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER • CITY shall advertise for meetings and pay for all costs incident thereto • CITY shall make contact with and provide information to all affected property owners and coordinate required meetings. • CITY shall obtain approval of all governmental authorities having jurisdiction over the Project and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 13 1 PROJECT MANAGEMENT A. Project Management. The project manager will coordinate ENGINEER's design team to ensure that the work is completed on schedule, is technically competent, and meets the CITY's needs The project manager will provide overall project management for ENGINEER's work elements B Project Meetings. Attend up to two (2) project meetings in Yakima with CITY Staff to coordinate the design aspects of the project with the CITY C Public Meetings. Attend up to two (2) neighborhood meetings in support of the CITY to address technical aspects of the work related to final design and preparation of plans and specifications for the Project. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Perform field investigations and field surveying necessary to design the project. B Evaluate alternatives for replacement of the identified irrigation pipelines C Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans D On the basis of approved preliminary plans, perform the final design and prepare complete Plans and Specifications for bid call on the proposed work, as authorized by the CITY It is anticipated that only plan view and details will be prepared and no vertical views or profiles are included. E Furnish the CITY thirty (30) copies of the final Plans and Specifications for bidding and construction It is anticipated one set of contract documents will be prepared to include all areas of work. F Furnish to the CITY engineering data for and assist in the preparation of the required documents so that the CITY may secure approval of such governmental authorities as have jurisdiction over design criteria applicable to the Project. G Answer and supply such information as is requested by prospective bidders H Prepare and issue addenda, if necessary I Prepare the Engineer's Estimate of construction cost. J. Attend bid opening and participate in the bid opening and evaluation process K. Prepare tabulation of all bids received by the CITY and review bidder's qualifications L. Make recommendation of construction contract award to the lowest responsible bidder. The following professional services work for this project (SERVICES DURING CONSTRUCTION) is provided for information only at this time The scope and cost of SERVICES DURING CONSTRUCTION professional services are intended to be negotiated and incorporated into this agreement by supplement/addendum at a later date with the mutual agreement of CITY and ENGINEER• 3. SERVICES DURING CONSTRUCTION A. Furnish the field survey crew necessary to set horizontal and vertical control for the improvements authorized for construction B Furnish a qualified resident engineer who shall make construction observations and be on the job at all times that significant work is in progress, whose duty shall be to provide G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 14 surveillance of project construction for substantial compliance with Plans and Specifications C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. D Consult and advise the CITY during construction and make a final report of the completed work. E Monitor the construction contractor's compliance with State labor standards F Review Contractor's submission of samples and shop drawings, where applicable G Recommend progress payments for the construction contractor to the CITY H Prepare and submit proposed contract change orders when applicable Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the CITY's construction contractor G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 15 EXHIBIT B HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENT PROJECT Professional Fees Compensation for professional services will be on a time spent basis at the specific hourly rates shown on Exhibit C, plus reimbursement for direct non -salary expenses The following spreadsheet shows the estimated time and expenses to perform design engineering, plans, specifications, and estimate for this work The maximum amount of compensation to the ENGINEER for this work will be $61,280 00 This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENT PROJECT CLIENT CITY OF YAKIMA JOB NUMBER. 08- Huibregtse, Louman Associates, Inc. DATE April 24, 2008 ENGINEER'S HOURLY ESTIMATE TASK NO Licensed Principal Engineer pro ect Engineer Principal Land Surveyor CAD Technician 2 -Man Survey Party Word Processing Technician TOTAL HRS TASK DIRECT COSTS PROJECT TASK $141 $117 $131 $85 $155 $57 1 Orientation and research 6 8 0 0 0 0 12 1,782.00 2 Evaluation alternatives 4 24 0 0 0 0 26 3,372 00 3 Prepare plan base maps 4 24 0 48 48 0 120 14,892.00 4 Preliminary design and details 8 56 8 120 16 0 204 22,088.00 5 Participate in neighborhood meetings 4 16 0 8 0 4 32 3,344 00 6 Final plans/specs 8 32 8 48 0 8 100 10,456 00 7 Bidding process 4 12 0 0 0 2 18 2,082.00 8 Open and evaluate bids 2 4 0 0 0 2 8 864 00 Labor Subtotal 40 176 16 224 64 16 520 58,880 00 EXPENSES hours $/hr Travel Cost Air Ground Days Miles Air Travel $0 00 0 00 Mileage $0 00 0 00 Meals/Lodging $0 00 0 00 Misc. expenses Advertisement 1,400 00 Telephone 0 00 Postage 0 00 Outside Printing 1,000 00 Sub -Consultants 1 None Anticipated x 1 1 I 0 00 ISubtotal - Labor 58,880 00 G:\PROPOSALS\2008\CITY OF YAKIMA \ Hillcrest \PROFESSIONAL SERVICES AGREEMENT.doc Page 16 PROJECT TITLE. HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENT PROJECT CLIENT CITY OF YAKIMA Subtotal — Expenses $2,400 00 Subtotal — Subconsultants 0 00 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $61,280 00 G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 17 EXHIBIT C SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2008, Through December 31, 2008) Licensed Principal Engineer $141.00 per hour Licensed Principal Land Surveyor $131 00 per hour Licensed Professional Engineer $117 00 per hour Licensed Professional Land Surveyor $108 00 per hour Project Engineer $97.00 per hour CAD Technician $85 00 per hour Resident Engineer/Inspector $81 00 per hour Surveyor $81.00 per hour Senior Engineering Technician $81 00 per hour Engineering Technician $57 00 per hour Word Processing Technician $57 00 per hour Two Man Survey Party $155.00 per hour Three Man Survey Party $202 00 per hour Vehicle Mileage $0 35 per mile Global Positioning Survey System Fee $77 00 per hour G.\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 18 EXHIBIT C SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2009, Through December 31, 2009) Licensed Principal Engineer $148.00 per hour Licensed Principal Land Surveyor $136.00 per hour Licensed Professional Engineer $123 00 per hour Licensed Professional Land Surveyor $112 00 per hour Project Engineer $101 00 per hour CAD Technician $89 00 per hour Resident Engineer/Inspector $84.00 per hour Surveyor $84 00 per hour Senior Engineering Technician $84 00 per hour Engineering Technician $59.00 per hour Word Processing Technician $59 00 per hour Two Man Survey Party $161 00 per hour Three Man Survey Party $210 00 per hour Vehicle Mileage $0 40 per mile Global Positioning Survey System Fee $78.00 per hour G:\PROPOSALS\2008\CITY OF YAKIMA\Hillcrest\PROFESSIONAL SERVICES AGREEMENT.doc Page 19 AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 1 This Addendum, hereinafter identified as Addendum No. 3, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 14th day of May, 2008, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2 - SCOPE OF SERVICES 2.1 Basic Services: ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 1 Exhibit A: N. Hillcrest, Hillcrest and Buena Vista Irrigation System Improvements - Engineering Services During Construction. SECTION 5 - COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS: For the services described in the attached Addendum No. 1 Exhibit A, compensation shall be on a time spent plus expenses basis with estimated fees shown on the attached Addendum No. 1 Exhibit B at the ENGINEER'S normal hourly billing rates shown on Exhibit C of the original agreement. IN WITNESS WHEREOF the oarties hereto duly enter into and execute this Addendum No. 1, as of this 30' day of :�.pt'€.44er, 2008. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Printed Name: R.A. Zais, Jr. 1/4 ao�/ o•1r•�►sti ti Signat a Printed Name: Jeffrey T. Louman Title: City Manager Title: President Date: 9/30/OE Date: 9/250$ Attest: n 6v a *� 1 City Clerk City Contract No. 2008-73 Resolution No. G:\PROJECTS\2008\08068\APS Addendum No. 1.doc Page 1 of 5 ADDENDUM NO. 1 EXHIBIT A CITY OF YAKIMA N. HILLCREST, HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS ENGINEERING SERVICES DURING CONSTRUCTION SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - N. Hillcrest, Hillcrest and Buena Vista Irrigation System Improvements This scope of work shall include the furnishing of engineering services during construction, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter, for the following irrigation pipe replacement project: N. Hillcrest, Hillcrest and Buena Vista Irrigation System Improvements: City of Yakima Project No. IR2220 Irrigation system improvements including cleaning and inspection of approximately 2,340 linear feet of existing pipes; sliplining approximately 2,340 linear feet of new 2", 4" and 6" HDPE pipe; horizontal directional drilling approximately 2,600 linear feet of new 2", 3", 4" and 6" HDPE pipe; trenching approximately 4,700 linear feet of new 3", 4" and 6" PVC pipe; and installing approximately 290 service connections. Work includes installation of new mainline valves, service valves, and service pipes; connection to existing mainline and service pipes of various materials; abandonment and/or removal of existing pipe and valves; surface restoration including asphalt pavement, cement concrete pavement, gravel surfacing, cement concrete curb and gutter, and lawns; and other related improvements. (See attached Project Vicinity Map.) 3. SERVICES DURING CONSTRUCTION A. Furnish a qualified resident engineer who shall make construction observations and be on the job at all times that significant work is in progress, whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Specifications. B. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. C. Consult and advise the CITY during construction and make a final report of the completed work. D. Monitor the construction contractor's compliance with State labor standards. E. Review Contractor's submission of samples and shop drawings, where applicable. F. Recommend progress payments for the construction contractor to the CITY. G. Prepare and submit proposed contract change orders when applicable. H. Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the City's construction contractor. G:\PROJECTS\2008\08068\APS Addendum No. 1.doc Page 2 of 5 TIME OF PERFORMANCE Engineering Services During Construction for this N. Hillcrest, Hillcrest and Buena Vista Irrigation System Improvements Project shall begin upon construction contract award by the CITY to the lowest responsible bidder (anticipated October 2008) and extend through construction contract completion (anticipated April 17, 2009). G:\PROJECTS\2008\08068\APS Addendum No. 1.doc Page 3 of 5 ADDENDUM NO. 1 EXHIBIT B N. HILLCREST, HILLCREST AND BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS Engineering Services During Construction Fees Compensation for professional engineering services during construction will be on a time spent plus expenses basis at the ENGINEER's normal hourly rates shown on Exhibit C of the original agreement. The following spreadsheet shows the estimated time and expenses to perform engineering services during construction for this project. The maximum amount of compensation to the ENGINEER for engineering services during construction will .be $113,188.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: N. Hillcrest, Hillcrest and Buena Vista Irrigation System Improvements CLIENT: CITY OF YAKIMA JOB NUMBER: 08068-C Huibregtse, Louman Associates, Inc. DATE: September 24, 2008 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Two -Man Survey Crew Project Engineer CAD Operator Resident Engineer/ Inspector Clerical TOTAL HRS TASK FEES $148 $161 $101 $89 $84 $59 1 Construction Observation 18 32 48 0 800 0 898 79,864.00 7,058.00 2 Construction Administration 18 0 40 0 0 6 64 3 Submittal Review 4 0 12 0 8 6 30 2,830.00 4 State Labor Standards Compliance 0 0 48 0 0 6 54 5,202.00 5 Progress Reports 6 0 24 0 '24 6 60 5,682.00 6 Progress Payments 6 0 24 0 24 8 62 5,800.00 7 Change Orders 4 0 8 0 12 6 30 2,762.00 3,290.00 8 Record Drawings 0 0 4 16 16 2 38 Labor Subtotal 56 32 208 16 884 40 1,236 112,488.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $500.00 500.00 Meals/Lodging $0.00 0.00 Misc. expenses: FAX 0.00 TELEPHONE 0.00 G:\PROJECTS\2008\08068\APS Addendum No. 1.doc Page 4 of 5 PROJECT TITLE: N. Hillcrest, Hillcrest and Buena Vista Irrigation System Improvements CLIENT: CITY OF YAKIMA POSTAGE ( 0.00 PRINTING $200.00 200.00 SUB -CONSULTANTS: None Anticipated 0.00 x 1.1 0.00 Subtotal - Labor _ $112,488.00 Subtotal - Expenses $700.00 Subtotal - Subconsultants $0.00 Total - ENGINEERING SERVICES DURING CONSTRUCTION $113,188.00 G:\PROJECTS\2008\08068\APS Addendum No. 1.doc Page 5 of 5 GEHERAL.NOJEE 1. THF, C0H51R11C11011 OR 0v4NGS PROVIDE 00) 1 SCHEMATIC AND A0000010000 1/1100100 T1011 REGARDING 111E Ex1ENT 0110 LOCA 000 OF NEW AND EXISTING 100100 TIOlI 5101E11 COMPOIIE1115, 0011ED 0r000A0111f, SURVEY HAS BEEN 0011000100, (X10 0110 000110 AND PRIVATE IMPROVEMENTS, 510010 DR 005 AHO 0111 vER 15; Asp, I0Lr, 0011000 TE, 4,10 CRAVE) SURFACES. ROCKERIES, AE FANNING WALLS, 0ENCE5. 0110 GO TES' 011000. 51 IELIERS. 0000 S. PATIOS. 'n000011E5. 01,00006 CANS. AND 011100 M15CELLnNC5N5 ITEMS: 1100(101101) AND 1050S. AHD 100000 VEHICLES, 000. AND F10010, ETC ARE NOW 11101000E0 ON THE r ARP, 111 AND I t1) 0110.10[ E Y 01105E r It T )ROU 0110 E I. PUT MA BE DRAWINGS B 00.10000 10 111E RIGHT Or 0101' 00,0101 PHOTOS ARE PROVIDED or TIE 010015 TOR 00110,0 AI 1110000 TION, ALTHOUGH AC 111A1 FIELD CONDITIONS 1100E 0010110E0 51110E INE DAIS Di TIE 111010. 111E DON TRACTOR SHALI v1011 111E 011 1) f Rl.11rl 111E LO L 0 11 11 T DEE E 00 001 1 MF.11(5 10 11010 F%151111[ 00110 21 5, 0 ) 111 111 R OUIREIAEN LS 1011 MIS All TO T F. E 0 1 1 F F. E N R t D Or it 1110 rE.A / E. 0 F. 5 50E01 ICA ACI 01 Af.0 011 PNCE WITH SEC 11011 1 R> 4(1) C 1110 1, STANDARD 00 Ems I, 100 NS ALL 001MT/DANCE.11 1001.0101, OF THE CONrAND 00511000 PON Or 1x151111 f. /0.4111005 Sum TIE 001.101.0100 BY THE 1.011 1110[ 100 2, Mt 001111000 TOR 15 0D'A00,11 DIA1 SOREocE REPAIR 15 1101 SPECIFICALLY 10011111100 ON ME PLOTS (0R EACH REPAIR 100011011 ALL 000010 L000T10110 IIAVE 110011 0F0E1E0 500 SPECIFIC nErsIRS AND 00ER41.1 011ANIHIES CAI0111,01F0 REPAIR 011AHI TIDES IN 111E BID 5UMMAR1 ARE APPRO.. A 1E. 4110 AIL 101101 0E0 AIR 110ES SHAH. BE 01RFr. IED BY THE PIONEER. 3. 1110 0011 MAC 100 IS 01)010011 111A1 A PORTION OF 111E 0000E01 0(00111(5 0)0111: 00111 0000510, 1(110111 011E THE CONTRACTOR 511AL1. BE RESPONSIBLE FOR 000/011110 41111 011 CODES AND REQUIREMENTS ASSOCIATED WITH 110110)110. 0511(11*01 0110 1115505AL Or *0010,01010 CON 101110101G 05805 TOS 1110, 501110110 Too 15 00011500 THAT A 510111IC0lI 1 5000101) OF 010 0110)101 0001100 WHIN EA5f1.IENTS 01) PR1V0IE PROPERTY. THE CONTRA C1Oil SHALL 00E00150 0200 10 1101 0110100E 001001E 00)15E000 AND SHALL 11011 (0(000110115 10 AREAS DF5101101E0 FOR SERv10E 0Er1.ACE1.1E111 OR ACCESS PIT DIE C0111000100 ST AT 11111100 11TF0E 100/ 0.15001 n TOOLS CONSTRUCTION E MET/ RIDS AREAS 511D 001)1010ENT 01100 5 1112 (IMAGE 10 r10LIC UII1l 11E5 011 ADJACENT PROPERTIES AS A 0(0111T OF IIIE 11011510)1011011 0011v1 01E5 90011. BE 111E RESPUNSIBILIT1 OF THE CON 100C100 0(001115 91011_ DE 111E 00500,051011110 Or RIE COON RAC TOR 0N0 SRAM. 01 00)10 011 A 1111010 HAr1110..R TO 111E SATSF AC 11011 OF THE DAMAGE() PAR IY B ME CON100010R 00551 CALL 111E LOCAL 11 1111T LOCA TION 0E00E01 G BEFORE 1 Irl 5 001 B MORE 1111011 10 BUSINESS CEI) TER No 1050 111 011 72 110005 010 LO E 1101 ExF: non TDI1 10 n 0011 (FIEL.O LOCATIONS OF CT TSIS 111E TELEPHONE3-555 00100 R FOR 510 00 111. LL 1:0111)1 001 TINS LL VERT IS I-000-421-5555 011100 10 111100. (00(11 THE 1,011 110 001/1 SNAIL VERIFY 011 TINEI1i LOCAPOTENTIAL ONS AHO LLCVA 110115. ESPECIALLY n( TINE CONI10C1IOH ppm i5 0110 AT POTENTIAL RNLI TY CONFLICTS IT 511ALI. 00 ME RESPONSIBILITY Or TIE C011 MAC TCR TO 1)011r1 111E 0110)10ER II.IAIF.DIn1ELY WERE 07151111G 1/1111/105 ARE POUND TO 41T owcn FOR 1001101 MC1(1002(011105 DOH NTS OF OF"001011101 (x1011000 II 111111110ENSA 11011 BE LOCATIONS 7 ALL CONS /RUCTION 51101.L CONFORM TO 1110 LAT 051 (011105 01 RIE 510110/00 SPECIFIC" 110115 100 00011. 003000, AND LIUIIICIroL, CONSTRUCTION AS 0)10LIS110.0 00 111E WASI113IG101I STATE DEP AR TI.IEN1 OF TRANSPORTATION (7/0001) AND DIE AIAER1CA11 01)011C 010RK5 ASSOC, TION (ArWA) AND THE 500.0101 000015,0115 Or THE 5I15 Or 04101,00 R INE CON 1 RA010R DI TALL 001.100E ALL 000035 room THE 511E 110 000111)10 mi. DE ALLOWED 11110 CONTRACTOR 511011 BE 0EOUIREO TO SECURE AND OPERA rE 1115 00.11 01051E DISPOSAL 011E Af HIS 0W1 (00E1100 FOR 111E DISPOSAL of AIL 001511 TABLE MATERIAL, ASPHALT, 001100110. DEBRIS, WASE IAA 100011., 0110 0111 OTHER OBJECTIONABLE MATER001 0211011 1S DIRECTED 10 01001E, DIE CONTRACTOR 51 TALL COMPLY Ni TIT 015 STA IE OF 10051111)01011 REGULATIONS REGARDING 010005AL OF WASTE MATERIAL AS 01101101E0 111 WAC 113-3114, 5,1001100050 401 0 AI ALL TRIES DURING COI1S)RUC DONT, 1110 CONTRACTOR SHALL BE 000000151010 100 0511100111110 OIH--5110 EROSION DINE TO WTD AND RUNOFF' 11710.010 DEE 4 0 111111). THEUC ON mEE 015 I001111T0111010n. PIM 110 LOCAL ) I U 11111' *40005 051)0011155 SII AL I. BE 11011)A LIIt11M11M 01 ONE WEEK r1E0E51E0PR100 TO BEGINNING 001151011c TION +:111 It IS0EC10R SI TAT BE GIVEN 48-0100P5 IA1111M1*M 10110E 011150 10 0100 51001 Or WORM 11 1110 C11111P"0100 SHALL HAVE 011E (I) SIGHED CORY r0. THE 05300000 01 ANS, 011E (1) COPY OF 111E APPROPRIATE STANDARDS 0110 SPEGIFICA TIONS. 0010 A COPY or Am PURR TS HEEDED OR THE JOB, ON -031E AT ALL 1111E5 12 R F *ion1111 0(5111 1511AENTER 000S1001RNNF.ET 111E O REN ExCAVA DON ET 5 0 00 0/5001/00'//0 550 HON 2-0010(3)0 11 SHALL BE 51 000(0 000 00100E13 110E C011 IR AC TOR 511,11. BE SOI ELY 0(S00015101E FOR W00I(ER WET / AND 111E 0110111EER ASSUMES NO RESP11115101L11+. 0)1 TRENCH SAFE TY 0051E05 SHALL 110(1 111E RE011112E1.I011 rS Or TIE 010501110100 10005351AL 500E TY AND 31En1011 Af T, 011001ER 401> RCw II. y�`_�I�f 1101--11--, (-�= fi�u:I�J�1�►db�G��[=�[ - ISI —1 a -- 1_ 1 I -I § �lrv�wnv8 _I 1 L - - r :1-611111"11 11 - 7 -TT _ ] _I _ 111. 1. .11111111111 EIC:1.1. 13ll]J11lIIll13111111Iill111111lli 1111ll, lllllll ._I —i117 u10:]]1U]:Ill1t1_I_tl.11l [IIIA � �_ 11111.1111111 IlLllflllll (11111 II'��, III I l I lIIJ11ILI.1r1 f311I11111111WTlll111 11 �_L1L1L 111.1,1.11111111 t_IA IIiWJIIII W ]Il.n �I r I -C�11111H11i111{- 1 I { { [ iP� l l l 11111-1:71 - JJI 11111111111117 I.I LI IL1� �i .R1 --ill l{1 �[� _ _ __ __ _—____.4r1t.,�iLv_IE�A R�Er..._ - = I Il 'L J -r 111111.1111111 Jl � T L I_ i� -1111] I11C7 � _f171�71'31-'-''''''-':' r. '' , Hulllul_r_I-1�-��--,.)`� SCHEDU _E '-'�''' ',.\-i.'\-,'. 1== — -LLC.) ILL_ LL_ - _.B' I�N � A �:` 131 •,.�Y1LJ I11 -a= IIT s.,)-�, _ _�l1 Il'r1117LT1J_:rC'�-- --•:11113c,_ - �.,a_1- ;,c,, _�.:.\_,.. Li1 1 10 1 111.1 1_��=1�� i ,,1P 1 _l .S _\-� IrI1-LlAKI�%9-9L- Lit_ �T--._.hr=�'min.jI �,a`,`W= Li _}: L`11L1_11 {1! _I 1 11_I_. _,r 1,{I (OFC Tj 11111LUL11 .Il T1 .L �lr- : _ 1[L lit= Lt.] tatlin-H Li ITi-O„\.137111 FLa 11=1111 t11T 1 _ 111 1�11'l� LL cI I 11 -IF CT -El 13 E CONS 100001011 PROCESS, I HIS SUBCONTRACTORS, 011 OTHE01 i050E01(0 010115 ARE 005' ENCOUNTERED WI THE CONT RAC111 COULD 11101001E A 510000001 THAT 15 NOT 10011110 ED 111 PIE PLANS OR SPEOE1CA DONS, THE CONTRACTOR 511011 CONI TACT THE ENGINEER IMIIEDIA 1010 14 iTE 00011RAC10R SHALL 5501111 A TRAFFIC CON 1001 PLAN, Irl ACCORDANCE 111 TIT 410100 TO 111E CITY OF YAKIMA FOR APPROVAL PRIOR 10 011)' 0OIISIRUCTION ACTIVITIES 14111)11), OP AFFECTING, THE 005111 Of 1V0'F. THE CONTRACTOR SHALL BE RESPONSIBLE FOR 0000101115 ANY AND All 1001 FIC CONTROL DEVICES 00 MAY 95 REQUIRED BY TIE CONSTRUCTION 000\4TIE5 15 111E CON TRACTOR SHALT BE 0ESn00151910 FOR PPOUDING 0000001E SAFEGUARDS, 50E10 DEVICES, PROTECTIVE EOUI011E011, 01000000, AND A1)0 51HE2 ACTIONS 3100000 TO PRO TEC( THE 0(E. HEALTH, AND SArEIY OF 11I0 PUBLIC, AND TO PROTECT PROPERTY 111 CONNECTION WPI THE PERFORMANCE OF 0.'000 COVERED B1 THIS CONTRACT Alt SECTIONS 00 111E 125001/0001* Sf*IND0R0 SPECIEICATIOl15 5501101) 1-10, TEMPORARY IR AFT IC 000)10OL, SHALT APPLY IF 01000 vn THAI PIE RIGHT Or WAY 00)1 111110001101 MORIA"1 TRAFFIC °PET/A00r1 10.. TIE CONTRACTOR SHALL 0E RESPONSIBLE 1011 KEEP1010 *00,00505 FREE 0010 01000 Or ALL CONSTRUCTION OEOR15 AND DIRT TRACKED (ROM 111E 51TE -�, 17. THE CONIC/ AC On SHO( BE RESrON51BIE POR R00000110 A5-00111 IIIFoRI1nTI01 ON A SET OF CORO OR0101105 KEPT 01 111E CONFInuCT0N SOF. AT ID 00011001E 10 HE COT OF 1,41(114* IHS0EC TOR 01 A111 IMES, 111E 000 TRACTOR SHALL DELIVER 0155E DP000000 10 1110 ENGINEER Al TIE COMPLETION OF THE 00011(- 00 ALL OPERA -MIS CON01)C TED ON 1110 PREMISES, INCLUDING TE )100111110 LIP, REPAIR, An m001, 0E002100E. OR nut MING Or TRUCKS, EARTH 11001110 EQUIPMEN1, CONST 00[10011 0011114E11T, ARO AHY 01)1E0 n550C11,1E0 EOUIrM011T SIAM GENERALLY BE 1010100 TO THE PERIOD 001011[11 7.00 0 1 ANO 0 00 P M EVERY DA. 1011.055 011100005E 0r0R0vE0 BF TIE C111 09 AL), RIGHT or 910,, PARCEL COME 101100110110, 11110 040)0* 11100000 DON WAS OE0E1OPE0 FROM THE 1 A1051 LIT1 Or 0 510r1A'5 G1 5. 110 FIELD 50110E 1S H0VE BEEN 0011000TED- TIE 00111RAC100 SHALL VERIFI' 1011) 00 0001051 ADDITIONAL IIIFORMAR011 11203) IRE 0010111000 02100E 0101)0 Or 1040 OR 0000E0 Tt LINES ARE 111 OI0ES11011 20 '10E0E EXISTING IRRIGATION 5101/1015 CALI ED OU 1 10 RE 004t10OINED IH PLACE AND IIEW M01 E 0100 11150041E0. 11 IS 041E110E0 0401 THE IIEW 0101010 BE INS 10) LED 0 1.100110 OF HORIZON I AL D10E0001101 001(11110 PNEUMATIC BORING, OR ODIER MMEHC11LES5 CONS IRUCNON PE MODS 010011 BE 00000500 0r TINE COMP ACTOR 0110 *000OVE0 0' TI) 0)1011000 00100 10 001 -*M01111015 W045 VICINITY MAP Iluibreglse, Lonwau Associates, Inc. — � ,!'� µif o- CxO 31yA\A Gq•T. I.A jJiEt`I 004500060 DAIS: DsosB 9- 23-05 CITY OF YAKIMA N NILLCREST, I IILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS 17. THE CONIC/ AC On SHO( BE RESrON51BIE POR R00000110 A5-00111 IIIFoRI1nTI01 ON A SET OF CORO OR0101105 KEPT 01 111E CONFInuCT0N SOF. AT ID 00011001E 10 HE COT OF 1,41(114* IHS0EC TOR 01 A111 IMES, 111E 000 TRACTOR SHALL DELIVER 0155E DP000000 10 1110 ENGINEER Al TIE COMPLETION OF THE 00011(- 00 ALL OPERA -MIS CON01)C TED ON 1110 PREMISES, INCLUDING TE )100111110 LIP, REPAIR, An m001, 0E002100E. OR nut MING Or TRUCKS, EARTH 11001110 EQUIPMEN1, CONST 00[10011 0011114E11T, ARO AHY 01)1E0 n550C11,1E0 EOUIrM011T SIAM GENERALLY BE 1010100 TO THE PERIOD 001011[11 7.00 0 1 ANO 0 00 P M EVERY DA. 1011.055 011100005E 0r0R0vE0 BF TIE C111 09 AL), RIGHT or 910,, PARCEL COME 101100110110, 11110 040)0* 11100000 DON WAS OE0E1OPE0 FROM THE 1 A1051 LIT1 Or 0 510r1A'5 G1 5. 110 FIELD 50110E 1S H0VE BEEN 0011000TED- TIE 00111RAC100 SHALL VERIFI' 1011) 00 0001051 ADDITIONAL IIIFORMAR011 11203) IRE 0010111000 02100E 0101)0 Or 1040 OR 0000E0 Tt LINES ARE 111 OI0ES11011 20 '10E0E EXISTING IRRIGATION 5101/1015 CALI ED OU 1 10 RE 004t10OINED IH PLACE AND IIEW M01 E 0100 11150041E0. 11 IS 041E110E0 0401 THE IIEW 0101010 BE INS 10) LED 0 1.100110 OF HORIZON I AL D10E0001101 001(11110 PNEUMATIC BORING, OR ODIER MMEHC11LES5 CONS IRUCNON PE MODS 010011 BE 00000500 0r TINE COMP ACTOR 0110 *000OVE0 0' TI) 0)1011000 00100 10 001 -*M01111015 W045 VICINITY MAP PROJECT VICINITY MAP 23 Iluibreglse, Lonwau Associates, Inc. — � ,!'� µif o- CxO 31yA\A Gq•T. I.A 004500060 DAIS: DsosB 9- 23-05 CITY OF YAKIMA N NILLCREST, I IILLCREST & BUENA VISTA IRRIGATION SYSTEM IMPROVEMENTS E. 11"LIES' DP041NG 0906D R07ELA a u;" FaOFHIE 11/n ��� 01011 euCI1NEERIN G Alm 010 (0111, rL4N011110• 0.4 001 1AHn 191, A•.nu 1,A 98901 DESIGNED R+ R EIMEREC B,' SS0 GENERAL NOTES AND VICINITY 10\1 AP (509) 9.0.-1000 a1/,r (509) 9F,5 -SMO REv151011 DATE PROJECT VICINITY MAP 23