Loading...
HomeMy WebLinkAboutDW Excavating, Inc - Wastewater Collections System ImprovementsCITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 Construction Contract Specifications & Bid Documents OCTOBER 2017 Wastewater Division 2220 East Viola Avenue Yakima, WA 98901 Phone (509) 575-6078 Fax (509) 575-6116 HLA Engineering and land Surveying, In:. City of Yakima Project: Wastewater Collection System Improvements—Priority 1 To: Change Order Change Order Number 1 Change Order Date March 31, 2018 Contract Number 2459 EDW Excavating, Inc. 7 Contract Date November 20, 2017 1018 Morgan Street Davenport, WA 99122 L 1 You are directed to make the following changes in this Contract: • Construct a 16 -foot wide gravel. access road to manhole #3. The depth of gravel shall be eight inches and the•Iength.of the.,gravel'access. road is approximately 275 feet. This work will require approximately:200.tons.of Crushed Surfacing Base Course (CSBC) and approximately 4,400. square :feet of, fabric material. ' • ., ' .• .• . • Add a 20 -foot access gate to the:existing fence in the vicinity of the intersection of Pierce and Voelker.. • Add a 2 -foot barrel section to manhole #3. The cost for this change order includes: • The lumpp, sum price of $7,143.05 for the:fabric, gate and barrel section. This price in- cludes all:required materials,'Iabor and equipment. • Increase the quantity of CSBC in the, contract by .200 tons (200 tons: X. $24:60/ton. $4,920) Not valid.until signed by both.the Approving Authority and. Contractor. • • • ' Signature of the Contractor indicated agreement herewith, including' any adjustment on the Contract Sum or Contract Time: The' original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order The Contract Sum, will be: lIncreased ❑.Decreased The New Contract Sum including'this Change The Contract time will be:. i Increased The New Contract me will be 48 Ti 0 Unchanged: by this Change Order.will be. 0 Decreased 0 Unchanged by 3 $ 349,821:42 $ . 0 $ . 349,821.42 Order $ 12,063:05 : $ . 361,884.47•: working days: • working days Contract r 1 BY Appro•r, ommen. = App �v.b fik / By ���,, L� By �7�� Title Pro3-(-4— 1 "Q - 5� Date S ie. V Title A S _0' 0 J 4 By <! 7 Date Kk2-/ IS Date L jl11 Le � nc Date ��� C� Based on DOT Form 570-001 EF Revised 9/99 Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering CITU CONTRACT NO: c?D RESOLUTION NO: G// 0e4.1 Uhyr gti D ArN)15‘LyS� --"(1 EN () Cm -re CLQ - evAt-t . S1 c-1011- ") U N1C ce,Jc Ei A-ati©E kqe : 3 °sZi /&4c .5572 Z - Four eNt'Aih) Qi1at'T s �-3'v kt how "E.10 !NNE :$1,y9) "1SSZSTVAAr f)N Gi 1-..trtLE V L.STAICI%L\Z.,.f41 1 4, 400 z 5U0 1...,.\a� �S (429./9.1 "42) `&)OQ 2 - Moat i raikt-L `- -cT\ o N) Coit 4 - fool- . i.t.‘ tura M-0 L m Art; art.., rpt., Co `,,� tt.a.Got Prter.A s .=) $ 5 too Esr. C.bST `7-4 triS'C1Prt L (LAW. ' E0. N+6sNT' => SLpO 2-' i- wAvItk... 1 iZU r►���3 C�sT C�©•t (s)447.57=4) - (Atli "1,o(, -11Z ?.0i s `Le1S(., i4 (It) 4°i ) )z.)0co3Q NMI 1 M M I l M = N M M 1 M 110111 M A M 1 IMO 81D SUMMARY 810066 N1 8100ER 42 BIDDER 83 BIDDER N4 Owner. CITY OF YAKIMA, CITY PROJECT N0.2459 Project: WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 HLA Propel No.; 17083 Date: November 13, 2017 OW 006066lug, Inc 1018 Morgan Street Oavenpon, WA 99122 P.O.W Contracting Inc P 0 Box 4772 Pasco, WA 99302 OUB Construction, LLC P 0 Box 2138 Wenatchee, WA 98807 Bianchi Construe/ton 873 Hinoles Court, Building B, Suite 1 Lyndon, WA 98264 BernItem No. ties awn Una Oua lop ENGINEER'S ESTIMATE Unll Price Amount Unll Price Amount !brit Pr;ce Amount Unit Price Amount Ural Price Amount 1 Minor Change FA EST 510,00000 510,00000 910,000.00 570,00000 510,00000 510,00C 00 510,00000 510,00000 510,00000 510,00000 2 Mnbiliastion 15 1 535,00000 535,00000 526,00000 526,00000 $42,888.00 942,88800 331,000.00 531,000.00 542,00000 542.00000 3 Project Temporary Traffic Control LS1 515,000 00 915,000.00 05,300 00 55,300 00 510.000 00 510,000 00 510,000 00 510,000 00 560,000 00 580,000 00 4 Clearing and Grubbing 4,5 1 520.00000 520,000.00 58,675,00 58,675,00 510,00000 510,000.00 512,00000 512,000.00 5225000 02,250.00 5 Removal of Structures and Obstruction LS 1 530,00000 530,000.00 52.900.00 52.90000 913,00000 913,000.00 517,00000 917,00000 54,50000 94,500.00 6 Unclassdwd Excavation Incl Haul CY 105 540.00 $4,200.00 53320 53,488,00 S55.00 55,77500 035.00 $3,675.00 83000 53,15000 7 Crushed 013846609 Base Course TON 430 030.00 912,900.00 524 60 510.57800 533.00 314.190 00 850 00 521,500 00 $37 50 516.12500 8 Crushed Surfacing Top Course TON 200 330.00 56,00000 52900 55,80000 542.00 58,400.00 05000 010,00000 539.00 57,80000 9 Cold Mix AsphaO TON 170 550.00 . 58,500 00 9253.00 543,010,00 580.00 513,600.00 0200.00 034,000 00 524000 540,800 00 10 HMA Cl 172 -Inch PG 64.29 TON 340 5120 00 540,800.00 5143.70 548,858.00 5130.00 $44,200.00 5130.00 544,200 00 5166 50 556,61000 I/ Manhole 481n. Diem Type l EA 7 54,000.00 328,00000 52.72000 519,04000 05,500.00 538,500.00 53,800.00 525200 00 53,00000 021,00000 12 Doghouse Manhole 48 4. 3306,- EA 6 54,500.00 527,000.00 55,550 00 533,300.00 58,500.00 551,000.00 58,500.00 $39,000,00 52,700 00 516,200 00 13 Shallow Manhole 481n. Dam Type 3 EA 1 53,50000 53,50000 92,150.00 52.15000 54.50000 54.50000 53,800,00 03,80000 52,70000 52,70000 14 Adjust Manhole EA1 5800 00 9800 00 $200 00 920000 550000 5500.00 5800.00- 3600.00 5750 00 9750 00 15 Shoring or Extra Excavation LF 1,745 5100 51,74500 52.80 54,88600 53.00 95,235.00 51.00 51,74500 54.50 57.85250 16 Select Backfill, as Directed CY 50 540.00 52,000 00 935.00 51.750.00 575,00 53,750 00 080 00 53,000 00 530.00 51,500.00 17 Adjust Valve Box FA 1 3800 00 5800 00 5300 00 5300 00 5500,00 9500.00 5400.00 5400 00 9750.00 5750.00 18 PVC Sanitary Sewer Pipe 12 M. 03000. LF 195 580.00 515,600 00 95260 510,257.00 565.00 512.67500 510000 519,50000 , 570.06 515,221 70 19 PVC Sanitary Sewer Frye 101n. Diem LF 746 570.00 552,220 00 939.00 329,094 00 560.00 044,760 00 55500 541,030.00 560 18 $44,894 28 20 PVC Sanitary Sewer Pipe 8 13Oiam LF 521 560.00 031,260.00 954.00 928,134.00 55500 528,655.00 56500 533.86500, 95792. f 1830,17B.327 21 PVC Sanitary Sewer Pipe 4 In. 000,. LF 170 5120.00 520.40000 157.40 59,758 00 960 00 510200 00 5130.00 522,100 00 557 41 aA'jjg99,769.70s 22 C900 PVC Sanitary Server Pipe 12 In Diem. LF 113 510000 011,30000 35800 56,554,00 97500 98,475.00 5100.00 911,30000 589.22 910.09186 23 Sanitary Sewer Bypass LS 1 525,00000 525,00000 51,85000 51,85000 55,00000 55,000.00 512,00000 912,000.00 512,750.00 512,750.00 24 Landscape Resta09Son FA 1 $5,000.00 55,000.00 95,000.00 95.010.00 95,000.00 95,00000 35,00000 55,000.00 55,00000 55,00000 Competitive We recommend ENGINEER'S REPORT by this o0iw AWARD MADE BY CITY MANAGER WASTEWATER CITY OF YAKIMA - PRIORITY 1 olds were opened on November 13, 2017 Ae bids he.e bean der contract 59 awaded m: OW Exca.6m9, Inc reviewed COLLECTION SYSTEM IMPROVEMENTS CITY PROJECT PIO, 2459 41.4. PROJECT NO: 17083 Prpject ..--- -er • HLA Dela: OIy . t (I((.- Date OlP80JECTfine1 nn70UEw0 50444406? a1F012et7-1}1311063 e0 6UM WmY tl. N. MN MN I N 1 1 N 111111 MI MN N N M M UN En 111111 BID SUMMARY BIDDER 115 810068 66 BIDDER 67 BIDDER 66 Owner: CITY OF YAKIMA, CITY PROJECT NO.2458 Project WASTEWATER COLLECTION SYSTEM IMPROVEMENTS • PRIORITY 1 NLA Project No.: 17053 Date: November 13, 2017 Apollo, Inc 1133 W Columbia Orbe Kennvack, WA 99338 Premier Excavation, Inc 306E 6 Circe P8880, WA 99301 Hunt Construction. LLC 316 Urban Industrial Way Easl Wenatchee, WA 98802 ItemENGINEER'S No. Item erica Unit Quantity ESTIMATE Unit Price Amount Unit Price Amount Unit Pnce Amount Unit Price Amount Unil Phan Amount 1 Minor Charge FA EST 510200.00 510,00000 510,00000 010,00000 51800000 310,00000 510,00000 510,000.00 2 MothIon 15 1 535,000.00 535,000,00 544,500.00 544,50900 951,700,00 551,700.00 578,000.00 57800020 3 Project Temporary Tralic Control LS 1 515,000.00 515,000,00 512.000,00 512,000.00 517,200.00 517,200.00 36,500.00 56,500.00 4 Clearing and Grubbing LS 1 520,000.00 520,00000 57,70000 57,70000 57,20000 37.200 00 50800.00 55,800.00 5 Removal of Structures end Obsbuclions LS 1 530,000 00 $30,000,00 522,400.00 522,400 00 53.45000 53,450.00 513,000 00 513,000 00 6 Unclassified Excavation Incl Haul CY 105 540,00 34,200.00 520.00 52,10000 57333 57.69965 54100 54,305.00 7 Crushed Surfacing Base Course TON 430 530,00 512,900 00 324 25 510,427 50 541 66 517,999 80 548.00 520,640 00 8 Cnnhed Surfacing Top Course TON 200 530.00 56,000.00 52500 55,000.00 561,82 512,36400 54800 59,60000 9 Girl Mix Asphatl TON 170 550 00 50500 00 5206 00 535,020 00 5174 53 029,670 10 0160.00 527,200 00 10 HMA CI 1P2 -Incl PG 64.28 ION 340 0120.00 540,800.00 5120,00 546,800.00 5110 83 537.682 20 0150 00 551,000.00 11 Manhole 48 M Gunn Type l EA 7 04,000 00 528000 00 54.100.00 529.700 00 53,060 73 521,425 11 55,800 00 540,600 00 12 Mignouse Manhole 48 in Diane EA 6 54,50000 527,00000 58,10000 536,600.00 511,09527 566,571.82 59,70000 558,20000 13 Shallow Manhole 48 M Diane Type 3 EA 1 53,50000 53,50000 53,900.00 53,90000 52,39000 $2,390.00 53,80000 53,600.00 14 Adjust Manhole EA 1 580000 500000 5570.00 5570,00 590000 596000 555000 355020 15 Shoring or Extra Excavation LF 1,745 5100 51,74500 5010 5174,50 5200 53,49060 3100 51,745.00 16 Select 8ack311, as CirecNM CY 50 54000 52,00000 538.00 51,90000 34572 52,280.00 540,00 $2,000.00 17 Adjust Valve Box EA 1 390000 580000 5450.00 545000 541652 5416,52 550000 5500,00 1 15 PVC Sanitary Sewer Pipe 12In. Otani LF 195 58000 515,800 00 5112 00 521,840.00 511694 222,603 30 5120.00 523.400,00 19 PVC Sanitary Sew Rpe 10 M Diem LF 746 570 00 352,220 00 5109.00 381,314 00 9103 65 577,322.00 $6200 546,252 00 20 PVC Sanitary Solves Mpe 8 In Iham LF 521 560.00 531,260.00 5166,00 587,52500 511206 558,383.26 515300 579,713.00 21 PVC Sanitary Sewer P0041n. Oiam LF 170 9120.00 520,400.00 5182.00 539,94000 510569 517,967.30 516000 527,200.09 22 C900 PVC Sanitary Sewer Pipe 12 ,n Dlam LF 113 5100.00 511,30000 5117.00 513,22100 313461 515,210.93 5116.00 913,108.00 23 Sanitary Sewer Bypass LS 1 325200 00 525000.00 910,500 00 010,500.00 526,120 00 $26.120 00 528,000,00 526,000.00 24 Landscape Restoration FA 1 55,000 00 35,000,00 05,600 00 05.000.00 55,000.00 55.000 00 05,000.00 05,000 00' CampelSve We (84011me ENGINEER'S REPORT by this dace //—/ 3 /7 AWARD MADE 8Y CITY MANAGER WASTEWATER CRY OF YAKIMA PRIORITY 1 bbs ewe opened on November 13. 2017 014 lobe have boon d Ina contract oe marded to: OW 60000.teg, Inc lammed COLLECTION SYSTEM IMPROVEMENTS- CITY PROJECT NO : 2459 HLA PROJECT NO: 17083 I" Ra 9x6'a HLA Dale: Cly Manager. 61PBWEC0S1201T110a0F8U SWAMPY INFod011.11-1117011810 5ee8480Y PC 20 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 OWNER: ENGINEER: City of Yakima 129 North Second Street Yakima, WA 98901 Wastewater Division 2220 East Viola Avenue Yakima, WA 98901 HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 OCTOBER 2017 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS 1-1 ADVERTISEMENT FOR BIDS 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS 2-2 SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-3 UNIT PRICE BID PROPOSAL 3-4 BID PROPOSAL SIGNATURE PAGE 3-6 BID DEPOSIT 3-7 BID BOND 3-7 NON -COLLUSION AFFIDAVIT 3-8 CITY OF YAKIMA NONDISCRIMINATION PROVISION 3-9 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3-10 CITY OF YAKIMA RESOLUTION NO. D-4816 3-11 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN 3-12 CITY OF YAKIMA BIDDER'S CERTIFICATION 3-14 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 3-17 SURETY 3-18 LIST OF REFERENCES 3-19 BIDDER'S RESPONSIBILITY STATEMENT 3-20 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 CERTIFICATIONS 4-3 CONTRACT BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION 4-7 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 11/13/2017 5-3 BENEFIT CODE KEY EFFECTIVE 08/31/2017 5-3 DLI SUPPLEMENTAL TO WAGE RATES EFFECTIVE 08/31/2017 5-3 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTF_NTS F-9 SPECIAL PROVISIONS 6-3 APPENDIX A - AMENDMENTS TO THE 2016 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS APPENDIX B - CONSTRUCTION STAKING REQUEST FORM SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 1-1 ADVERTISEMENT FOR. BIDS The City of Yakima invites separate sealed BIDS for the construction of the WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1, City of Yakima Project No. 2459, HLA Project No. 17083 including the following approximate major quantities of work: Replacement of approximately 1,740 LF sanitary sewer pipe, 8 manholes, 6 doghouse manholes, and surface restoration. This contract has forty-five (45) working days to complete the work. Bids will be received by the City Clerk at City Hall, 129 North Second Street, Yakima, WA 98901, until 11:00 a.m., November 13, 2017, and then shortly thereafter will be publicly opened and read aloud at the City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the office of the Yakima City Engineer in Yakima, Washington. Electronic copies of the CONTRACT DOCUMENTS may be obtained at no cost at the following website: https://www.hlacivil.com/bid/. Physical copies may be obtained at the office of HLA Engineering and Land Surveying, Inc. (HLA), 2803 River Road, Yakima, Washington 98902, (509-966-7000) upon payment of $70.00 for each set, non-refundable. Planholder list and addenda will be available on the website. Bidders are encouraged to register as planholders on the website, whom will be added to the Planholder list and will receive automatic addenda notification. Project questions should be directed to Dana Kallevig (City) at 509-249-6813, or Ben Annen (HLA) at 509-966-7000. Each bid or proposal must be accompanied by 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. The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award. 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. Dated this 23rd day of October 2017 Publish: October 23, 2017 October 30, 2017 G:\ PROJECTS\ 2017\17083E\SPEC \17083 SPEC.docx 1-2 SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2017117083E\SPEC\17083 SPEC docx 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 11:00 a.m., November 13, 2017, and then at the City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to the 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 WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1, and the envelope should bear on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at 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. When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 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. Contract time for this project is anticipated to begin by December 11, 2017, but the Contractor may request a delayed start date. All work shall commence by March 1, 2018 at the latest. The ENGINEER is HLA Engineering and Land Surveying, Inc. (HLA), represented by Benjamin A. Annen, PE. The ENGINEER'S address is 2803 River Road, Yakima, Washington 98902, phone (509) 966-7000, FAX: (509) 965-3800. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 2-3 SECTION 3 - BID PACKAGE G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-1 BIDDER'S CHECKLIST All forms listed below must be fully executed and submitted with the Bid: a) BID PROPOSAL b) UNIT PRICE BID PROPOSAL c) BID PROPOSAL SIGNATURE PAGE d) BID DEPOSIT or BID BOND BID DEPOSIT - Sign the Bid 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. e) NON -COLLUSION AFFIDAVIT - Must be subscribed and sworn to before a Notary Public. f) CITY OF YAKIMA BIDDER'S CERTIFICATION g) CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT h) SURETY i) LIST OF REFERENCES j) BIDDER'S RESPONSIBILITY STATEMENT - Provide supporting documentation as required. The following forms are to be executed and/or submitted for approval after the Contract is awarded: 1) CONTRACT- To be executed by the successful bidder and the City of Yakima. 2) CERTIFICATIONS 3) CONTRACT BOND - To be executed by the successful bidder and his Surety Company. Provide Power of Attorney. 4) SCHEDULE OF WORKING HOURS The following shall be provided to the Engineer after the Contract is awarded: 1) 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 Technical Specifications. 2) STATEMENT OF INTENT TO PAY PREVAILING WAGES to be completed by successful bidder and by any and all subcontractors. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-2 BID PROPOSAL A Proposal of DW F-)(C6svG1Cr's, NJ (hereinafter called "BIDDER"), organized and existing under the laws of the State of Washington doing business as COrparCO; Uf\ 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 WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1, City of Yakima Project No. 2459, HLA Project No. 17083, 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 within forty-five (45) working days of such NOTICE TO PROCEED. 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 Engineer's website: https://www.hlacivil.com/bid/. Bidders are encouraged to register as planholders on the website, whom will be added to the Planholder list and will receive automatic addenda notification. 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\2017\17083E\SPEC\17083 SPEC.docx 3-3 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 WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 ITEM NO. ITEM DESCRIPTION PAYMT SPEC UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Minor Change 1-04.4(1) FA Est. X $10,000.00 = $10,000.00 2 Mobilization 1-09.7 LS --- X --- = 2‘, 000 , UO 3 Project Temporary Traffic Control 1-10.5 LS --- X --- = 5 300, 00. 4 Clearing and Grubbing 2-01.5 LS --- X --- = g i 675. C4 5 Removal of Structures and Obstructions 2-02.5 LS --- X --- = 2 1go0.DO 6 Unclassified Excavation Incl. Haul 2-03.5 CY 105 X -33..20 = 3)424'" 7 Crushed Surfacing Base Course 4-04.5 TON 430 X 24 . Go = l0, s7 • 00 8 Crushed Surfacing Top Course 4-04.5 TON 200 X 2 q C}0 = 5,Sou . (I0 9 Cold Mix Asphalt 5-03.5 TON 170 X 25.3. ero = LJ z, 0)0, r!0 10 HMA Cl. 1/2 -Inch PG 64-28 5-04.5 TON 340 X 1 LV3,'70 =ll$, .658, op 11 Manhole 48 In. Diam. Type 1 7-05.5 EA 7 X 2`73. w = 19, p Liv. 00 12 Doghouse Manhole 48 In. Diam. 7-05.5 EA 6 X S, 550," = 33, 3du. 0a 13 Shallow Manhole 48 In. Diam. Type 3 7-05.5 EA 1 X 2 1 50 (fp = 2. t 5.00 14 Adjust Manhole 7-05.5 EA 1 X ZO O. W = w , fl0 15 Shoring or Extra Excavation 7-08.5 LF 1,745 X 2, to = lf, g g ,uv 16 Select Backfill, as Directed 7-08.5 CY 50 X 35,00 = 1.750 , VO 17 Adjust Valve Box 7-12.5 EA 1 X 300 , Ca = 300 . f!0 18 PVC Sanitary Sewer Pipe 12 In. Diam. 7-17.5 LF 195 X 52. CO = )0 Z 57 Co 19 PVC Sanitary Sewer Pipe 10 In. Diam. 7-17.5 LF 746 X 39. 00 = Zai, 0 9q.00 20 PVC Sanitary Sewer Pipe 8 In. Diam. 7-17.5 LF 521 X S4 -00 = 26, 0,4 • uo 21 PVC Sanitary Sewer Pipe 4 In. Diam. 7-17.5 LF 170 X 57, -7j = 9i7S8. (, j 22 C900 PVC Sanitary Sewer Pipe 12 In. Diam./- 7-17.5 LF 113 X OO = , 59-1.0o 23 Sanitary Sewer Bypass 7-17.5 LS --- X --- = ' I2 CQ, Go 24 Landscape Restoration 8-01.5 FA Est. X $5,000.00 = 25 Cement Conc. Traffic Curb and Gutter 8-04.5 LF 45 X L -g.00 = x$5,000.00 l rg35 00 G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-4 ITEM NO. ITEM DESCRIPTION PAYMT SPEC UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 26 Cement Conc. Sidewalk 6 -Inch Thick 8-14.5 SY 5 X ‘ CI, 00 = 7 yc . iN 27 Cement Conc. Panel 8-14.5 SY 50 X 1-10. Go = Z OW. v0 28 Pavement Markings 8-22.5 LS --- X --- = 7, 1 So. C/O BID SUBTOTAL 32Sf3J0.,f/n 8.2% STATE SALES TAX C S((. tit H BID TOTAL -3t/ 3t/g, 821.uzz G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-5 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 D W SKox\3a� \r‘g BIDDER (CONTRACTOR BY AUTHORIZED OFFICIAL'S SIGNATURE Lolrev‘ 14e,Adtickson (Please print or type name) Address: 1018 Mown See*, 9a l as E-mail address: LAOS (1,wexCava-(11).vl@* Nove.wi b&.r 13+t+ DATE , 2017 Vice- pre5i TITLE DoAjelnpor- w Phone: S09 - 5014- 1313 Fax: 5"o1 - - 0217 CONTRACTOR LICENSE NUMBER DW C E 1 856 Q B CONTRACTOR DUNS NUMBER 3 6 a LI 3916 CONTRACTOR UBI NUMBER 603 SU 3 9?S CONTRACTOR FEDERAL TAX I.D. NUMBER a 3a1133S CONTRACTOR EMPLOYMENT SECURITY DEPARTMENT NUMBER 3/1 - 09- CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER G06 y 166- &G 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: Dar& W ;6, - Prts; La ren 1-e.fk(145Or\ - V; L P res; PROJECT MANAGER LCA f ieAc'r►C t -k)(\ CELL PHONE: '-�1 SCi NOTES: 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-6 BID DEPOSIT CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 Herewith find deposit in the form of a certified check or cashier's check in the amount of $ , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we DW Excavating, Inc. , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent of Amount Bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1, City of Yakima Project No. 2459, HLA Project No. 17083, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 13th DAY OF November , 2017. DW Excavating, Inc. Principal C Travelers Casualtyand SuretyCompany of America �l G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx Surety Shanalee E Steele, Attorney -in -Fact November 13 , 2017 3-7 TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Patti Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 231661 Certificate No. 007285968 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Thomas V A Davis, Jaclyn R. Kruse, Judith C. Kaiser -Smith, James E. Majeskey II, Judith A. Rapp, Shanalee E. Steele, and Marla J. Davenport of the City of Spokane , State of Washington , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted. in any actions or. proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their,corporate seals to be hereto affixed, this 5th day of July 2017 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company fa0177; mj��J�pPOf7Al�.'`^i tZ! By: Robert L. Raney, Senior Vice President On this the 5th day of July 2017, before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he. as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, 1 hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. \CkitiAit C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER NON -COLLUSION AFFIDAVIT CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 STATE OF WASHINGTON ss. NON -COLLUSION AFFIDAVIT COUNTY OF 1.In(.0\n Lotcr\ , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. (Contractor's Signature) Signed and sworn to (or affirmed) before me on / V Qve4, 2017, by 1_ 0 rf" ReAA rl C io✓\ 9/-4 Notary Public My Appointment Expires G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-8 11/2.5/ZoZo LARS HENDRICKSON Notary Public State of Washington My Commission Expires November 25, 2020 CITY OF YAKIMA NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. 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 August 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 August 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 August 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 August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 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 August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-9 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-10 RESOLUTION mo. D - 48 16 A RESOLUTION- adapting a "Womea 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 can-ies with it the obli- gation of contracting with. Women And Minority Business Enter- prises far the performance of public works, and WHEREAS, ft 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 EAS, the City of Yakima is determined to maximize Women Aad Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adopt of the "Women And Minority Business Enterprise Policy statement attached hereio , now, therefore, BE IT RESOLVED BY THE CITY COUNC-a OF THE CITY OO YARIMA: The City Council hereby adapts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof_ �Q ADOPTED BY THE CITY COUNCIL this iZ3 Lf: day of 1983. ATTEST: City Cleik Q/AMaras ikcLr 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: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. 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. c. The contractor shall promptly notify the Engineer 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. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. 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. f. 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. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. g. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-12 1 1 1 1 1 1 1 1 1 1 1 1 1 i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. 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. I. 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. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. 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. q. 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 Engineer. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-13 CITY OF YAKIMA 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: pc� Ex C0va-A1 nc. (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract: p Y" cpei-& r crv.crAA L,l„rer e;pe. Lar (et'£, A" Akkiie-N 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: w Mme- opff r- ocAereo LL,bor<r f; pt Lyc,r ap„e”, /wAun 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. (Signature of '° utho ized Representative of Bidder) G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-14 1 1 e 1 i 1 1 1 1 1 1 1 1 1 1 1 Materiality 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 August 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 or 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. G\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head 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:\PROJECTS12017\17083E\SPEC\17083 SPEC docx 3-16 The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: 17W F.1ccoioMv c itv C.. Dated this day of Is1Pdevnb t Signature: Printed Name: Lore -v• kkeY.gickSoty , 20 17 . Address: 1018 Flay* ' e -f', ,joAevi fr+, WA a9101P. Phone #: -6104 - 1313 Email Address: L @ doe?ccava ( 4149.1+6+ Homeland Security's Web Address is: http://www.dhs.ciov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us SURETY CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be Teat/ 2.\ eCS one_ "We( Street 61uarre- whose address is: Nca+-Fore% Cr 6b1. &3 City State ZIP G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-18 LIST OF REFERENCES CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 List all projects of a similar nature completed by the BIDDER during the previous five (5) years. Similar projects are considered to be those projects with a contract amount of not less than 50 percent of the amount bid on this project with the type of construction, materials, and methods necessary for completion of this project. Provide name of contact person and phone number. Failure to complete this List of References may be cause for rejection of the BID. Previous Similar Projects Contact Person �>rReVc CJS 4..ccji00,3s Scvicr Tor-. LacnAt +cnrG. r -f>^c \- U\cv\ ¶ ber5 Sw.iA-19Seww 1414 2J-11., 'j p C .- I Gbh, g St -reed- 'tyro/einem 1 -Cy k 9-t'tc,k- ,t'\ M Gs -;M" 4 I A\%C- O( (\i,st IMipNfCMP 4 R4.i MGIoy G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-19 Phone Number 509 59 -Z.0\\ 5001 -C22 -Z. $I • Sob -3M-3215 GrA-yS3-tig0 50� - 7ZEE-072 BIDDER'S RESPONSIBILITY STATEMENT CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), 5301-S.SL, as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx, or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by the Washington State Department of Labor & Industries in the five years prior to the bid submittal date that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. Additionally, the Bidder hereby certifies that, within the three-year period immediately preceding the bid advertisement date (first of multiple bid advertisement dates), the bidder has not "willfully" violated, as defined in RCW 49.48.082, any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-20 B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; and • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-21 Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts The Bidder shall sign this Bidder's Responsibility Statement as evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, and shall submit with bid. The Contracting Agency reserves the right to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this form has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: W EV.A cAiot / 1-06. Name of Contractor/Bidder - Print full legal entity name of firm ii -t3- .ot7 Signature of authorized person Date LO'`et• t.tev64, &SOY\ , vce- Presktler►\-- awtq t-, wk q`ltaa Print Name and Title: G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 3-22 Location or Place Executed: (City, State) r SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS12017\17083E\SPEC\17083 SPEC.docx 4-1 CONTRACT THIS AGREEMENT, made and entered in triplicate, this day of , 20_, by and between the City of Yakima, hereinafter called the Owner, and t °01.‘A9 / InC a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do alleork and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ SWI/ , for WASTEWATER COLLECTION SYSTEM IMPROVEMENTS — PRIORITY 1, City Project No. 2459, HLA Project No. 17083, all in accordance with, and as described in the attached plans and specifications and the 2016 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in forty-five (45) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS, WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this ( day of '/ 0 ,7 _ CONTRACTOR W XCAJq-1:09,InC. ,a Corporation Cont By: 12 Cit, dlerk CITY CONTRACT NO: ©/ 7- 2 9 f 7 RESOLUTION NO: fl/. L Oren Pit'tu)ric:a,. (Print Name) V 're I°«r.'d\c- G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx ress: 4-2 P� �esidentt,Qwner, etc.) 10 cot. forks VA as►aa CERTIFICATIONS CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 Provide the following: Name of Traffic Control Manager (TCM) (Must be an employee of the Contractor) Name of Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) Name of Mandatory Alternate Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) Name of Certified Testing Laboratory for material testing G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 4-3 CONTRACT BOND Bond No. 106810070 CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, DW Excavating, Inc. as principal, and Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of CT , 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 $ 349.821.42 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at L7GVenpeon- , Washington, this aU day of NOVO-1 G , 2017. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on Nove,4 K 70 , 2017, the City Manager of said City of Yakima, has let or is about to let to the said DW Excavating, Inc. , the above bounden Principal, a certain Contract, the said Contract being numbered HLA Project No. 17083, and providing for the construction of WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 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 DW Excavating, 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, sub- contractors and material men and all industrial insurance premiums, and all persons who shall supply said princi- pal 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 4-4 CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 Travelers Casualty and Surety SURETY: Company of America By: Name: Shanalee E Steele (Please Print or Type) Agent: James E Majeskey II (SEAL) ATTEST: Address: 501 N Riverpoint Blvd Ste 403 Name:/Faustine6L Ball Spokane, WA 99202 CONTRACTOR: DW Exg eating, Inc. By: Name: Loren I4111,hrt \cJol (Please Print or Type) Approved as to yorm: /) City 7010-1 G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 4-5 (Please Print or Type) 1-C TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty insurance Underwriters. inc. St. Paul Fire and Marine insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 23 661 Certificate No. 0 0 7 2 8 6 0 0 8 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make. constitute and appoint Thomas V A Davis, Jaclyn R. Kruse, Judith C. Kaiser -Smith, James E. Majeskey I1, Judith A. Rapp, Shanalee E. Steele, and Marla J. Davenport of the City of Spokane , State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or.proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 5th m day of July 2017 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company By: St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company /G�pPOR4T�:': 01 Robert L. Raney. Senior Vice President On this the 5th day of July 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. C• Marie C. Tetreault. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER DWEXCAV-01 AC0/E0" CERTIFICATE OF LIABILITY INSURANCE �� DATE(MM/DD/YYYY) 1112912017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificateholder in lieu of such endorsement(s). PRODUCER Spokane Office PayneWest Insurance, Inc. 501 N. Riverpoint Blvd., Ste 403 Spokane, WA 99202 CONTACT NAME: 509 838-3501 FAX (72,10, Ext): ( ) (A/c, No):(509) 838-3511 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Charter Oak Fire Insurance Co 25615 INSURED DW Excavating Inc. PO Box 1432 Watford City, ND 58854 INSURER B :Travelers Indemnity Company of Connecticut 25682 INSURER c : Travelers Property Casualty Co of America 25674 INSURER D : $ 1,000,000 INSURER E : $ 300,000 INSURER F : CLAIMS -MADE • REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X X DTCOOH97315COF17 04/14/2017 04114/2018 EACH OCCURRENCE $ 1,000,000 (Ea occu ence) $ 300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JE PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 WA ND STOP GAP $ 1,000,000 B AUTOMOBILE X — X LIABILITY ANY AUTO OWNED AUTOSEONLY AUTOS ONLY X SCHEDULED AUTOS yy� AUUTOS ONLY X X BAOH97315A17CNS 04/14/2017 04/14/2018 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (ver aCcldent) AMAGE $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUP0H97315A1726 04/14/2017 04/14/2018 EACH OCCURRENCE $ 7,000,000 AGGREGATE ? 7,000,000 $ DED X RETENTION$ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE FFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N 1 A PER STATUTE OTH- ER E.L.EACH ACCIDENT $ - E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ C C Installation Floater QT6604G417545 QT6604G417545 04/14/2017 04/14/2017 04/14/2018 04/14/2018 Limit 300,000 Deductible 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Charter Oak Fire Insurance Co: #25615, A++XV Travelers Indemnity Company of Conn: #25682, A++XV Travelers Property Casualty Co of America: #25674, A++XV RE: City of Yakima Project No. 2459 - HLA Project No. 17083 City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials, and HLA Engineering and Land Surveying, Inc. (HLA) are SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD' AGENCY CUSTOMER ID: DWEXCAV-01 BSOUDER LOC #: 1 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Spokane Office NAMED INSURED PO Box 1432ng Inc. Watford City, ND 58854 POLICY NUMBER SEE PAGE 1 CARRIER SEE PAGE 1 NAIC CODE SEE P 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: additional insured as per the attached forms. Coverage is primary and non contributory. Waiver of subrogation and per project aggregate applies.a 45 day notice of cancellation has been added in favor of the certificate holder. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DW Excavating Inc. DTCOOH97315C OF17 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section 11) 13 amended b Include any person or organization that you agree in a "written contract requiring insurance° to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal Injury"; ,and b) If, and only to the extent that, the Injury or damage is caused by acts or omissions of you a your subcontractor .h the performance of your work" to winch the "written contract requiring hsurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2 The Insurance provided to the additional Insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown In the Declarations exceed the limits of liability required by the °written contract requiring insurance, the In- surance provided to the additional insured shall be limited to the limits of {lability re- quired by that °written contract requiring in- surance. This endorsement shall not !In- crease the limits of insurance described in Section 111 — Limits Of Insurance. b) The insurance provided to the additional in~ sured does not apply to °bodily injury", ''prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, .any professional architectural, engineering or sur- veying services, including: I. The preparing, approving, ar failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare Ia ap- prove, drawings and specifications; and 11. Supervisory, inspection, architectural a engineering activities. CGD2460805 c) The insurance provided to the additional in- sured does not apply to "bodily InJury" or "property damage" caused by your work" and Included In the °products -completed op- erations hazard' unless the "written contract requiring Insurance' specifically requires you to provide such coverage. for that additional Insured, and then the insurance provided to the ° additional Insured applies only to such "bodily Injury° or "property damage' that oc- curs before the end of the period of time for which the "written contract requiring Insur- ance" requires you b provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional Insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent a on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the 'written contract requiring insurance° specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance 13 primary to °other Insurance° available to the additional insured which covers that person or organization as a named Insured for such loss, and we will not share with that "other insurance. But the insurance provided to the additional insured 1y this endorsement still is excess over any valid and collectible °other in- surance, whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance", 4. As a condition of coverage provided to the additional Insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an °occur- rence" a an offense which may result In a claim. To the extent possible, such notice should include: 2005 The St. Paul Travelers Companies, inc. Page 1 of 2 COMMERCIAL. GENERAL. LIABILITY I. How, when and where the °occurrence" or offense took place; 11. The names and addresses of any injured persons and witnesses; and lit. The nature and location of any Injury a damage arising out of the "occurrence" or offense, b) if a claim is made cr "suit° is brought against the additional insured, the additional Insured must: L Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to t that we receive written notice of the claim or °suit° as soon as practicable. c) The additional Insured must immediately send us copies of all legal papers received In connection with the claim a "suit'', cooperate with us In the investigation or _settlement of the claim a defense against the "suit", and otherwise comply with all policy conditions. cl) The additional Insured must tender the tde- fense and indemnity of any claim or °suit" lo Page 2 of 2 any provider of "other insurance" which would cover the additional Insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement Is primary to "other insur- ance" available to the additional Insured which covers that person or organization as a named Insured as described In paragraph 3. above. 5. The following definition b added to SECTION V. — DEFINITiONS: "Written contract requiring Insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an addition al In- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the °personal injury° h caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. 0 2005 The .St. Paul Travelers Companies, Inc. CG D2 46 08 05 DW Excavating Inc. DTCOOH97315COF17 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT Thisendorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any d the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to rdetenmine rights, duties, and,what is and isnot covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person ar prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions In Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION 1 — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE UABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A 'BODILY CG D3 161111 H. Blanket Additional Insured — Lessors Of Leased Equipment L Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability— Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I — Coverage A — Bodily Injury And Property Damage Liability Is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION 111 — LIMITS OF IN- SURANCE. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION 111 — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same"occur- rence", whether such damage results front fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount Is .shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract fcr .a lease of premises that indemnifies any person or organization for "premises damage" is not an 'Insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with ;permission of the owner; or b. The contents of any premises while such premises is rented to you, If you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLBIENTARY PAYMENTS — COVER- AGES A AND B of SECTION 1 — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle b which the Bodily injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND ,B of ,SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", Including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following Is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (1) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 1111 3. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE UABILITY: Sale Of Pharmaceuticals "Bodily Injury" or "property damage" _arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation Is demanded or received. 6. The following is added tc Paragraph 41., .Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The Insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing cr falling to provide "incidental medical ser- vices", frst aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section 11 — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II— WHO IS AN INSURED: COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or In which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 18oth day after you acquire or form the organization or the end of the policy period, whichever s earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date Is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form It, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily Injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising Injury" arising out of an offense committed before you acquired or formed the organization. F. WHO 15 AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions Is a Named Insured if you maintain an own- ership Interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary Is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership Interest of more than 50% in such sub- sidiary. C G D 3161111 CEJ 2011 The Travelers Indemnity Company. A9 rights reserved. Page 3 of6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added b SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, oris "personal injury" or 'advertising injury" caused by an offense that Is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased b you. The insurance provided to such premises owner, manager or lessor is subject to the fdllowing pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will :be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personas injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. C. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or :lessor, whether primary, excess, contingent or an any other basis, unless you have agreed in the written contract or agreement that this :in- surance must be primary to, or non- contributory with, such other .insurance, in which case this insurance will be prhary to, and non-contributory with, such other insur- ance. Page 4 of6 H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or ageement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown an the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other In- surance. L BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION I1 — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required © 2011 The Travelers indemnity Company. All rights reserved. C G D 3161111 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part ID you or any insured Isted in Paragraph 1. or 2. of Section II — Who Is An Insured: (1) Notice to us of such "occurrence° cr of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a .partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) if you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (1) A partner or member of any part- nership cr joint venture; (3) COMMERCIAL GENERAL LIABILITY (Ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable If it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice 1D us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported bo us within a specific number of days after its abrupt commencement, this Paragraph e. aoes not affect that require- ment. K UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: C G D 3161111 ® 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment b waive that insured's right of irecovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal Injury" or "advertising Injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. All AMENDED BODILY INJURY DEFINITION The following replaces the •defWltion of "bodily injury" In the DEFINITIONS Section: Page 6 of 6 3. "Bodily Injury" means bodily injury, mental anguish, mental Injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. CO 2011 The Travelers Indemnity Company. All rights reserved. C G D3161111 0 DW Excavating Inc. DTCOOH97315COF17 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(sf: PER WRITTEN CONTRACT OR AGREE- MENT WHERE YOU AGREED TO PRO- VIDE A SEPARATE GENERAL AGGRE- GATE LIMIT FOR EACH PROJECT information required to complete this Schedule, if not shown above, will be shown In the Declarations, A. For all sums which the insured becomes le- gally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A. and for all medical expenses caused by acci- dents under Section I - Coverage C, which can be attributed only to ongoing operations at a single designated construction :project shown in the Schedule above: 1. A separate Designated Construction Proj- ect General Aggregate Lirn t applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project Gen- eral Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed oper- ations hazard", and for medical expenses under Coverage C regardless sof the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons cr organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall :reduce the Desig- nated Construction Project General Aggro - CG 25 03 05 09 gate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown In the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown h the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. 8. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A, and for all rnedical expenses caused by accidents under Section I - Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the arnount available under the General Aggregate Limit or the Products -completed Opera- tions Aggregate Limit, whichever is ap- plicable; and 0 insurance .Services Office, Inc., 2008 Page 1 of 2 2. Such payments shall not reduce any Des- ignated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Desig- nated Construction Project General Aggregate Limit. Page 2 of 2 D. if the applicable designated construction proj- ect has been abandoned, delayed, or aban- doned and then restarted, or if the authorized contracting parties deviate from plans, blue -t• prints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section 111 — Limits Of In- surance not otherwise modified by this endorsement shall continue to apply as stipulated. 0 Insurance Services Office, Inc., 2008 CG 25 03 05 09 DW Excavating Inc. DTCOOH97315COF17 BUSINESS AUTO ENHANCEMENT ENDORSEMENT WNCA271112 • The Business Auto Enhancement Endorsement is an optional endorsement that provides coverage enhancements. The followings 'a summary of broadened coverages provided by this endorsement. No coverages provided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Accidental Airbag Deployment Coverage 4 Auto Loan/Lease Gap Coverage 4 Blanket Additional Insured 2 Blanket Waiver of Subrogation 5 Broadened Definition of Insured includes: • Newly Acquired Organizations for up to 180 Days 2 • Employees as Insureds 2 • Subsidiaries in Which You Own 50% or More 2 Broadened Definition of Bodily Injury to include Mental Anguish 5 Deductible Waiver for Glass Repair 3 Employee Hired Auto 2 , 5 Fellow Employee Coverage 3 Hired Auto Physical Damage Coverage 3 Knowledge of Accident, Claim, Suit or Loss 4 Loss Of Use Expenses - Amended 3 Personal Effects 3 Rental Reimbursement Coverage 3 Supplementary Payments - Amended: • Bad Bonds up to $5,000 2 • Loss of Earnings up to $500/Day 2 Transportation Expense Limits —Amended 3 Unintentional Failure to Disclose Hazards 5 WN CA 271112 Includes uopyrighied material cif insurance Services Office, with its pr;rmission Page 1 of 5 WN CA 271112 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BUSINESS AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this endorsement will be amended as shown below. SECTION II — LIABILITY COVERAGE f. Any "employee' of yours is an "insured" while AMENDMENTS using a covered "auto" you don't own, hire or borrow h your business or your personal affairs. A. Who Is An Insured — amended SECTION II — LIABILITY COVERAGE, Item A. Coverage, 1. Who Is An Insured Is amended to add: d. Any legally incorporated subsidiary of yours h which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include .any subsidiary of yours that is an "insured" under any other automobile liability policy, or 'would be an "insured" under such policy Ibut for termination of such policy or the exhaustion on such policy's limits of insurance. e. Any organization which is newly acquired or formed by you and over which you !maintain majority ownership. 'However, coverage under this provision: (1) is afforded only for the 'first 180 days after you acquire or form the organization 'or until the end of the policy period, whichever conies first; (2) does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization; does not apply to any newly acquired or formed organization that .is 'a joint venture or partnership; and • (4) does not apply b an "insured" under any other automobile liability ,policy, or would he an "insured" under such a policy but for termination of such policy or the exhaustion of such policy's limits of insurance. (3) WN CA 27 11 12 g. Any "employee" of yours is an "insured" while operating a covered "auto" hired or rented under a contract or agreement in the "employee's" name, with your permission, while performing duties related to the conduct of your business. B. Blanket Additional Insured Section II — LIABILITY COVERAGE, Item A. Coverage, 1. Who Is An Insured, paragraph c. is amended to add the following: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only .for damages to which this insurance applies and only to the extent that persons or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. Liability Coverage Extensions — Supplementary Payments SECTION 1I — LIABILITY COVERAGE, Item A. Coverage, 2. Coverage Extensions, a. Supplementary Payments is amended by replacing subparagraphs (2) and (4) with the following: (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic law violations)required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the Includes c pyiigh ed material ofrnsurance Services Office), with its pw fission Page 2 of 5 000029 85/255 "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. D. Fellow Ernployee Coverage SECTION II — LIABILITY COVERAGE, B. Exclusions, 5. Fellow Employee does not apply. SECTION iII - PHYSICAL DAMAGE COVERAGE AMENDMENTS A. Transportation Expense — Limits Amended SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses is amended by replacing $20 per dayl.$600 maximum limit with $50 per day/$1000 maximum. B. Hired Auto Physical Damage — Loss Of Use Expenses — Limits Amended SECTION 11I — PHYSICAL DAMAGE COVERAGE, Item A. Coverage, 4. Coverage Extensions, b. Loss of Use Expenses is amended by replacing the $20 per dayl$600 maximum limit with $50 per dayl$750 maximum limit. C Personal Effects Coverage SECTION III — PHYSICAL DAMAGE COVERAGE, Item A., Coverage, 4, Coverage Extensions is amended by adding the following: c. Personal Effects V4Ve will pay up to $500 for "loss" b personal effects, which are: (1) Owned by an "insured"; and (2) In or on your covered "auto." This coverage applies only in the event of the total theft of your covered "auto." No deductible ,applies to this coverage D. Glass Repair — Deductible Waiver SECTION III . PHYSICAL DAMAGE COVERAGE, Item A. Coverage, 3. Glass Breakage, is amended by adding the following: No deductible will apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. E. Hired Auto Physical Damage SECTION IIi — PHYSICAL DAMAGE COVERAGE, Item A. Coverage k amended by adding the following: 5. tf hired "autos" are covered "autos" fee Liability Coverage and if Comprehensive, Specified WN CA 271112 WN CA 271112 Causes of Loss, or Collision coverages are provided under this coverage form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire of like kind and use, subject b the following: a. The most we will pay for any one "loss" is $50,000 or the actual cash value or cost to repair or replace, whichever is less, minus a deductible; b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. Any Comprehensive deductible does not apply to "loss" caused by fre or lightening; c. Hired Auto Physical Damage coverage is excess over any other collectible insurance; and d. Subject to the above limit, deductible and excess provisions we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. ti a limit for Hired Auto Physical Damage is indicated in the Declarations, then that limit replaces, and is not added to, the $50,000 limit indicated above. F. Rental Reimbursement SECTION III — PHYSICAL DAMAGE COVERAGE Item A, Coverage, is arnended by adding the following: 6. This coverage applies only to a covered "auto" of the private passenger or light truck type as follows: a. We will pay for rental reimbursement expenses incurred by you for the rental of a private passenger or light truck type "auto" because of "loss" to a covered private passenger or light truck type "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered private passenger or light truck type "auto." No deductibles apply to this coverage. b. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: 1. The number of days reasonably required to repair or replace the covered private passenger or light truck type "auto". If "loss" is caused by theft, this number of days is added to the number of days 't takes to includes copyrighted metorial,of Insurance Services Onice, with its permission Page 3 of 5 a 1 locate the covered private passenger or light truck type "auto" and return it to you; cr 2. 30 days. c. Our payment is limited following amounts: 1. Necessary and incurred, or to the lesser of the actual expenses 2. $50 per day, up to a maximum of $1,000, d. This coverage does not apply while there are spare or reserve private passenger or light truck type "autos" available to you for your operations. e. If "loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under SECTION 111 — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4 Coverage Extension. For the purposes of this Rental Reimbursement coverage, light truck is defined as a truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as the maximum loaded weight the auto is designed to carry. G. Accidental Airbag Deployment Coverage SECTION IR - PHYSICAL DAMAGE COVERAGE Item A. Coverage is amended by adding the following: 7. We will pay to reset or replace factory installed airbag(s) in any covered "auto" for accidental discharge, other than discharge due to a collision loss. This coverage is applicable only if comprehensive coverage applies to the covered "auto". This coverage is excess over any other collectible insurance or reimbursement by manufacturer's warranty. H. Auto Loan/Lease Gap Coverage SECTION III PHYSICAL DAMAGE COVERAGE, Item A., Coverage, is amended by adding the following: 8. This coverage applies only to a covered "auto" described or designated in the Schedule or h the Declarations as including iphysical damage coverage. WN CA 27 11 12 WN CA 271112 In the event of a covered total "loss" to a covered "auto" described or designated in the Schedule or hi the Declarations, we will pay any unpaid amount due on the lease or loan for a covered "auto" Tess: a. b. The amount paid under the Physical Damage Coverage Section on the policy; and Any: (1) Overdue lease/loan payments at the time of the "loss"; Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and Carry-over balances from previous loans or leases. (2) (3) (5) SECTION IV - BUSINESS AUTO CONDITION AMENDMENTS A. Duties In The Event Of Accident, Claim, Suit Or Loss Amended SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, a. is amended by adding the following' This condition applies only when the "accident" or `loss" is known to: (1) You, if you are an individual; (2) A partner, iF you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; or (4) A member or manager, if you are a limited liability company. But, this section does not amend the provisions relating to notification of police, protection or examination of the property which was subject to the "loss". Includes copyrighted Ininiarini o(Insurtucc Services Orrice, with its permission Page 4 ole 5 I;:t t�,r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 000029 89/255 B. Blanket Waiver of Subrogation Section IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us, is amended by adding the following exception: However, we waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or loss", provided that the "accident" or "loss" arises out operations contemplated by such contract. The waiver applies only to the person or organization designated hi such contract. C. Unintentional Failure to Disclose Hazards SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepresentation Or Fraud, is amended to add the following paragraph: If you unintentionally fail to disclose any hazards existing at the Inception date of the policy, or during the policy period ti connection with any additional hazards, we will not deny coverage under this Coverage Part because of such failure. WN CA 27 :11 12 WN CA 271112 D. Employee Hired Auto SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, b. is deleted and replace by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be a covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow. (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". SECTION V — DEFINITIONS AMENDMENTS A. "Bodily Injury" Redefined To Include Mental Anguish SECTION V — DEFINITIONS, C. "Bodily Injury" is deleted and replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, Including death resulting from any of these at any time. "Bodily injury" includes mental anguish or other mental injury resulting from such bodily injury. Includes copyrighted,makcriai or Insurance Services Office, with its permission Page 5 of 5 1 1 111.111101,111111. o 0= a= 0� 004677 POLICY NUMBER: DT-CO-OI-197315A-COF -1 7 ISSUE DATE: 11/29/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 45 PERSON OR ORGANIZATION: City of Yakima ADDRESS: 129 North Second Street Yakima, WA 98901 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. *2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 1 SCHEDULE OF WORKING HOURS CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 In accordance with Section 1-08.0(2) Hours of Work, the normal straight time working hours for this project will be from a.m. to p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of Section 1-08.0(2) Hours of Work. 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. Contractor Signature Date G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 4-6 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: (Signature of Authorized Representative of Subcontractor) G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 4-7 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS12017\17083E\SPEC117083 SPEC.docx 5-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Washington State 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. Following the acceptance of the project, the Contracting Agency 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 Washington State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and fringe benefits may be verified. Certified payrolls must be completed using the U.S. Department of Labor Payroll Form WH347 found at www.dol.gov. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all Subcontractors, and lower tier subcontractors. If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved. Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions. When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.docx 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 16 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 11/13/17 County, Trade • Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.54 5N 1C Yakima Brick Mason Journey Level $47.64 5A 1M Yakima Building Service Employees Janitor $11.00 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $11.00 1 Yakima Building Service Employees Window Cleaner $11.00 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $42.00 713 1N Yakima Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $110.54 5D 4C Yakima Divers £t Tenders Dive Supervisor/Master $72.97 5D 4C Yakima Divers & Tenders Diver $110.54 5D 4C 8V Yakima Divers & Tenders Diver On Standby $67.97 5D 4C Yakima Divers & Tenders Diver Tender $61.65 5D 4C Yakima Divers & Tenders Manifold Operator $61.65 5D 4C Yakima Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C Yakima Divers & Tenders Remote Operated Vehicle Operator/Technician $61.65 5D 4C Yakima Divers & Tenders Remote Operated Vehicle Tender $57.43 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F , Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $42.32 5D 4C Yakima Drywall Tapers Journey Level $38.78 7E 1P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/12/2017 Page 2 of 16 Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $63.18 5A 1 E !Yakima Electricians - Inside Journey Level $61.07 5A 1E !Yakima Electricians - Inside Welder $65.28 5A 1E !Yakima Electricians - Motor Shop Craftsman $15.37 1 ;Yakima Electricians - Motor Shop Journey Level $14.69 1 'Yakima Electricians - Powerline Cable Splicer $73.93 5A 4D 1 j Construction !Yakima Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction !Yakima Electricians - Powerline Groundperson $45.49 5A 4D Construction `Yakima Electricians - Powerline Heavy Line Equipment Operator $67.60 5A 4D Construction 'Yakima I Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction Yakima ! Electricians - Powerline Line Equipment Operator $57.02 5A 4D f Construction !Yakima l Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction !Yakima Electricians - Powerline Powderperson $50.76 5A 4D Construction 'Yakima Electronic Technicians Journey Level $23.40 1 !Yakima Elevator Constructors Mechanic $90.39 7D 4A ;Yakima Elevator Constructors Mechanic In Charge $100.22 7D 4A 'Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $11.00 1 Products !Yakima ; Fabricated Precast Concrete Journey Level - In -Factory Work Only $11.00 1 Products !Yakima Fence Erectors Fence Erector $13.79 1 'Yakima Ftaggers Journey Level $24.62 1 !Yakima Glaziers Journey Level $22.43 61 1B 'Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 ;Yakima Hod Carriers Et Mason Tenders Journey Level $38.73 7A 31 'Yakima Industrial Power Vacuum Journey Level $11.00 1 Cleaner 'Yakima Inland Boatmen Journey Level $11.00 1 !Yakima Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $11.00 1 Of Sewer Et Water Systems By Remote Control !Yakima Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer Et Water Systems By Remote Control https://fortress.wa.gov/lni/wagelookup/pniWagelookup.aspx 10/12/2017 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 Yakima Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Technician $11.00 Page 3 of 16 Yakima Inspection/Cleaning/Sealing Tv Truck Operator $11.00 1 Of Sewer £t Water Systems By Remote Control Yakima Insulation Applicators Journey Level $42.32 5D 4C Yakima Ironworkers Journeyman $59.40 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $37.63 7.4 31 Yakima Laborers Airtrac Drill Operator $38.73 7A 31 Yakima Laborers Ballast Regular Machine $37.63 7A 31 Yakima Laborers Batch Weighman $35.34 7A 31 Yakima Laborers Brick Pavers $37.63 7A 31 Yakima Laborers Brush Cutter $37.63 7A 31 Yakima Laborers Brush Hog Feeder $37.63 7A 31 Yakima Laborers Burner $37.63 7A 31 Yakima Laborers Caisson Worker $38.73 7A 31 Yakima Laborers Carpenter Tender $37.63 7A 31 Yakima Laborers Cement Dumper -paving $38.27 7A 31 Yakima Laborers Cement Finisher Tender $37.63 7A 31 Yakima Laborers Change House Or Dry Shack $37.63 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $37.63 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $38.27 7A 31 Yakima Laborers Choker Setter $37.63 7A 31 Yakima Laborers Chuck Tender $37.63 7A 31 Yakima Laborers Clary Power Spreader $38.27 7A 31 Yakima Laborers Clean-up Laborer $37.63 7A 31 Yakima Laborers Concrete Dumper/chute Operator $38.27 7A 31 Yakima Laborers Concrete Form Stripper $37.63 7A 31 Yakima Laborers Concrete Placement Crew $38.27 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $38.27 7A 31 Yakima Laborers Crusher Feeder $35.34 7A 31 Yakima Laborers Curing Laborer $37.63 7A 31 Yakima Laborers Demolition: Wrecking a Moving (incl. Charred Material) $37.63 7A 31 Yakima Laborers Ditch Digger $37.63 7A 31 Yakima Laborers Diver $38.73 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $38.27 7A 31 Yakima Laborers Dry Stack Walls $37.63 7A 31 Yakima Laborers Dump Person $37.63 7A 31 Yakima Laborers Epoxy Technician $37.63 7A 31 Yakima Laborers Erosion Control Worker $37.63 7A 31 https://fortress.wa.gov/Ini/wagelookup/pniWagelookup.aspx 10/12/2017 Page 4 of 16 Yakima Laborers Faller Et Bucker Chain Saw $38.27 7A 31 ;Yakima Laborers Fine Graders $37.63 7A 31 }Yakima Laborers Firewatch $35.34 7A 31 'Yakima Laborers Form Setter $37.63 7A 31 'Yakima Laborers Gabian Basket Builders $37.63 7A 31 'Yakima Laborers General Laborer $37.63 7A 31 }Yakima I Laborers Grade Checker Et Transit Person $38.73 7A 31 }Yakima Laborers Grinders $37.63 7A 31 'Yakima Laborers Grout Machine Tender $37.63 7A 31 'Yakima Laborers Groutmen (pressure)including Post Tension Beams $38.27 7A 31 'Yakima Laborers Guage and Lock Tender $38.83 7A 31 i 'Yakima Laborers Guardrail Erector $37.63 7A 31 Yakima ' Laborers Hazardous Waste Worker (level A) $38.73 7A 31 }Yakima ? Laborers Hazardous Waste Worker (level B) $38.27 7A 31 }Yakima Laborers Hazardous Waste Worker (level C) $37.63 7A 31 'Yakima Laborers High Scaler $38.73 7A 31 'Yakima Laborers Jackhammer $38.27 7A 31 Yakima Laborers Laserbeam Operator $38.27 7A 31 'Yakima Laborers Maintenance Person $37.63 7A 31 'Yakima Laborers Manhole Builder-mudman $38.27 7A 31 '';Yakima Laborers Material Yard Person $37.63 7A 31 !Yakima Laborers Motorman -dinky Locomotive $38.27 7A 31 }Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $38.27 7A 31 'Yakima Laborers Pavement Breaker $38.27 7A 31 !Yakima Laborers Pilot Car $35.34 7A 31 !Yakima Laborers Pipe Layer(lead) $38.73 7A 31 'Yakima Laborers Pipe Layer/tailor $38.27 7A 31 'Yakima Laborers Pipe Pot Tender $38.27 7A 31 'Yakima Laborers Pipe Reliner $38.27 7A 31 'Yakima Laborers Pipe Wrapper $38.27 7A 31 !Yakima Laborers Pot Tender $37.63 7A 31 'Yakima Laborers Powderman $38.73 7A 31 'Yakima Laborers Powderman's Helper $37.63 7A 31 'Yakima Laborers Power Jacks $38.27 7A 31 'Yakima Laborers Railroad Spike Puller - Power $38.27 7A 31 'Yakima Laborers Raker - Asphalt $38.73 7A 31 'Yakima Laborers Re-timberman $38.73 7A 31 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/12/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 e 1 1 1 i 1 1 1 1 1 1 1 Page 5 of 16 Yakima Laborers Remote Equipment Operator $38.27 7A 31 Yakima Laborers Rigger/signal Person $38.27 7A 31 Yakima Laborers Rip Rap Person $37.63 7A 31 Yakima Laborers Rivet Buster $38.27 7A 31 Yakima Laborers Rodder $38.27 7A 31 Yakima Laborers Scaffold Erector $37.63 7A 31 Yakima Laborers Scale Person $37.63 7A 31 Yakima Laborers Sloper (over 20") $38.27 7A 31 Yakima Laborers Sloper Sprayer $37.63 7A 31 Yakima Laborers Spreader (concrete) $38.27 7A 31 Yakima Laborers Stake Hopper $37.63 7A 31 Yakima Laborers Stock Piler $37.63 7A 31 Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $38.27 7A 31 Yakima Laborers Tamper (multiple Et Self- propelled) $38.27 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $38.27 7A 31 4 Yakima Laborers Toolroom Person (at Jobsite) $37.63 7A 31 Yakima Laborers Topper $37.63 7A 31 I Yakima Laborers Track Laborer $37.63 7A 31 9 Yakima Laborers Track Liner (power) $38.27 7A 31 Yakima Laborers Traffic Control Laborer $37.46 7A 31 8R Yakima Laborers Traffic Control Supervisor $37.46 7A 31 8R Yakima Laborers Truck Spotter $37.63 7A 31 Yakima Laborers Tugger Operator $38.27 7A 31 Yakima Laborers Tunnel Work -Miner $38.83 7A 31 Q 1 Yakima Laborers Vibrator $38,27 7A 31 Yakima Laborers Vinyl Seamer $37.63 7A 31 Yakima Laborers Watchman $32.24 7A 31 Yakima Laborers Welder $38.27 7A 31 Yakima Laborers Well Point Laborer $38.27 7A 31 Yakima Laborers Window Washer/cleaner $32.24 7A 31 Yakima Laborers - Underground Sewer General Laborer Et Topman $37.63 7A 31 Et Water Yakima Laborers - Underground Sewer Pipe Layer $38.27 7A - 31 - Et Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $11.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers� $11.00- 1 I Yakima Lathers Journey Level $42.32 5D 4C Yakima Marble Setters Journey Level $47.64 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $11.00_ 1 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/12/2017 Page 6 of 16 Yakima etat Fabrication In Shoe Machine Operator $11.32 1 ;Yakima Metal Fabrication (In Shop) Painter $12.00 1 !Yakima Metal Fabrication (In Shop) Welder $11.32 1 !Yakima Millwright Journey Level $26.05 1 ;Yakima Modular Buildings Journey Level $14.11 _ 1 ;Yakima Painters Journey Level $33.40 6Z 1W !Yakima Pile Driver Journey Level $55.84 5D 4C !Yakima Plasterers Journey Level $54.89 7�( 1R ! !Yakima ( Playground E. Park Equipment Journey Level $11.00 1 IrlStdllerS ;Yakima Plumbers a Pipefitters Journey Level $78.33 6Z 1Q ;Yakima Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P !Yakima Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P ;Yakima Power Equipment Operators Bobcat $56.90 7A 3C 8P !Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $56.90 7A 3C 8P 1 i ;Yakima Power Equipment Operators Brooms $56.90 7A 3C 8P !Yakima Power Equipment Operators Bump Cutter $59.96 7A 3C 8P !Yakima Power Equipment Operators Cableways $60.49 7A 3C 8P 1 ;Yakima Power Equipment Operators Chipper $59.96 7A 3C 8P ;Yakima Power Equipment Operators Compressor $56.90 7A 3C 8P ;Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P !Yakima i Power Equipment Operators Concrete Finish Machine -laser Screed $56.90 7A 3C 8P ;Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P ;Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P !Yakima Power Equipment Operators Conveyors $59.49 7A 3C 8P z Yakima Power Equipment Operators Cranes Friction: 200 tons and over $62.33 7A 3C 8P ;Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P !Yakima 1 Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P 'Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P !Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pry Wagelookup.aspx 10/12/2017 1 1 1 1 1 1 e 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 Page 7 of 16 Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Crusher $59.96 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 &t Under $59.49 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $61.10 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco &t Similar Equipment $59.96 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. &t Over $60.49 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $59.96 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Operator $59.96 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. &t Over $61.10 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Yakima Power Equipment Operators $59.96 7A 3C 8P https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/12/2017 Page 8 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/12/2017 1 1 1 1 1 1 1 1 1 t 1 i 1 1 1 1 Loaders, Overhead Under 6 Yards ;Yakima Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P 'Yakima Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P s !Yakima Power Equipment Operators Locomotives, All $59.96 7A 3C 8P !Yakima Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P ;Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P 'Yakima Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P !Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P ,Yakima Power Equipment Operators Oil Distributors, Blower Distribution a Mulch Seeding Operator $56.90 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P (Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P !Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over 561.10 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P :Yakima Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P !Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P :Yakima Power Equipment Operators Power Plant $56.90 7A 3C 8P ;Yakima Power Equipment Operators Pumps - Water $56.90 7A 3C 8P !Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P ;Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P `. 'Yakima Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P (Yakima Power Equipment Operators Rollagon $60.49 7A 3C 8P ,Yakima Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P :Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P (Yakima Power Equipment Operators Roto -mill, Roto -grinder $59.96 7A 3C 8P e (Yakima Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P !Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Yakima Power Equipment Operators $59.49 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/12/2017 1 1 1 1 1 1 1 1 1 t 1 i 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 Page 9 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/12/2017 Scrapers - Concrete Et Carry All Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $60.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $60.49 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $59.49 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P Yakima Power Equipment Operators Welder $60.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer Et Water Yakima $59.96 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/12/2017 Power Equipment Operators - Underground Sewer & Water Batch Plant Operator, Concrete Page 10 of 16 Yakima Power Equipment Operators - Underground Sewer & Water Bobcat $56.90 7A 3C 8 'Yakima Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P 1 Underground Sewer & Water Equipment 1 Yakima Power Equipment Operators - Underground Sewer & Water Brooms $56.90 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Bump Cutter $59.96 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Cableways $60.49 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Chipper $59.96 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Compressor $56.90 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P 'Yakima Power Equipment Operators - Underground Sewer & Water Conveyors $59.49 7A 3C 8P 'Yakima Power Equipment Operators - Underground Sewer & Water Cranes Friction: 200 tons and over $62.33 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P ;Yakima Power Equipment Operators - Underground Sewer & Water Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P 'Yakima Power Equipment Operators - Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P ;Yakima 1 'Yakima Power Equipment Operators - Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P Power Equipment Operators - Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P 'Yakima Power Equipment Operators - Underground Sewer & Water Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Yakima https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx $59.49 7A 3C 8P 10/12/2017 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 Page 11 of 16 https://fortress.wa.gov/1ni/wagelookup/prvWagelookup.aspx 10/12/2017 Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons Underground Sewer & Water Yakima Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $56.90 7.4 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/1ni/wagelookup/prvWagelookup.aspx 10/12/2017 Page 12 of 16 Yakima Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P 1 t Underground Sewer a Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer Et Water ;Yakima Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P Underground Sewer Et Water ,Yakima 1 Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P Underground Sewer a Water !Yakima I Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer Et Water {Yakima I Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer Et Water haps://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 10/12/2017 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 Page 13 of 16 Yakima Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- • - . �. • Backhoes: Over • 1 Metric $61.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/12/2017 Page 14 of 16 Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P i Underground Sewer & Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P ► Underground Sewer & Water Yakima Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers Yakima Refrigeration & Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Journey Level $18.00 1 Applicators Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Journey Level $20.55 1 Pipefitters Yakima Residential. Refrigeration & Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $42.52 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $11.00 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $11.00 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 10/12/2017 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 Page 15 of 16 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $57.81 5A 1X Yakima Sign Makers It Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers a Installers (Non- Journey Level $14.65 1 Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $11.00 1 Yakima Sprinkler Fitters (Fire Journey Level $26.43 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $47.64 5A 1M Yakima Street And Parking Lot Journey Level $11.00 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P Yakima Surveyors Chainman $58.93 7A 3C 8P Yakima Surveyors Construction Site Surveyor $60.49 7A 3C 8P Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer 11 $38.03 5A 2B Outside , Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $38.84 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $36.09 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson /Installer $27.21 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $32.55 5A 2B Outside Yakima Telephone Line Construction - Television Technician $29.18 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside Yakima Terrazzo Workers Journey Level $40.90 5A 1M Yakima Tile Setters Journey Level $40.90 5A 1M Yakima Journey Level $33.33 5A 1M https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/12/2017 Page 16 of 16 (Fiile Marble Et Terrazzo nishers 'Yakima Traffic Control Stripers Journey Level $44.93 7A 1K !Yakima Truck Drivers Asphalt Mix $14.19 1 [Yakima Truck Drivers Dump Truck & Trailer(c.wa- 760) $41.41 61 2G !Yakima Truck Drivers Dump Truck(c.wa-760) $41.41 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $41.41 61 2G ;Yakima Truck Drivers Transit Mixer $38.96 1 'Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers 'Yakima Well Drillers Et Irrigation Pump Oiler $11.00 1 Installers ;Yakima Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/12/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 ************************************************************************************************************ 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. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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. 1 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 1. 0. 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. 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 hours worked on holidays and 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. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 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. 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. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. 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. 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. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. 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. C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. 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. 3 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. 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. 4. 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 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. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1- l/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays 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. H. 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, and all hours on Sunday 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. 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). 5 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). 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). 6 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 6. 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). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 7. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid I-Iolidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. 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). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Q. 8 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 9 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $ 1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. 10 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 fora 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 08/31/2017 Edition, Published August 1st, 2017 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017 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. 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). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 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. 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). 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.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 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. 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 Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017 5 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 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 I 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. j I 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. X Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017 5 34.ITEM DESCRIPTION YES NO Cantilever��ign Structure - CantileverSign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono -tube Sin Structures - Mono -tube Sin Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X X 36. Steel Sin Bridges - Steel Sin Bridges fabricated from steel tubing meeting AASHTO-M-1 38 for Aluminum AIIoys. See Std. Plans, and Contract Plans for detalis. The steel structure shalt be galvanized after fabrication in accordance with /ASHT{}-W1-111. 37. Steel Sign Post- Fabricated Steel Sign Postsosde��i|od in Std - Plans. Shop drawings for approval are to be provided prior Xto � � fabrication 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. 39. Light Standards - Lihting Standards for use on highway illumination syatenno, 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 Sinal Standards - Traffic Sinal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings 41. pr*ooatConnrete8kooadMountab|aCurb(Sing|ennd DualFaced) See Std. Plans. X Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017 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 Custom Message 43. Cutting & bending reinforcing steel Std Signing Message s X 44. Guardrail components X X Custom Standard End Sec 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) 51. Standard Dimension lumber 52. Irrigation components Supplemental to Wage Rates 7 08/31/2017 Edition, Published August 1st, 2017 ITEM DESCRIPTION YES NO 53. Fencing materials 1 1 1 X 54. Guide Posts X 55. Traffic Buttons X 1 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 1 Prefabricated items specifically produced for public works projects that are prefabricated in a , county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. ' See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 08/31/2017 Edition, Published August 1St, 2017 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. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 08/31/2017 Edition, Published August 1St, 2017 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 08/31/2017 Edition, Published August 1st, 2017 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 08/31/2017 Edition, Published August 1st, 2017 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 TABLE OF CONTENTS PAGE NO. INTRODUCTION TO THE SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK 6-3 1-01 DEFINITIONS AND TERMS 6-4 1-02 BID PROCEDURES AND CONDITIONS 6-6 1-03 AWARD AND EXECUTION OF CONTRACT 6-12 1-04 SCOPE OF THE WORK 6-14 1-05 CONTROL OF WORK 6-16 1-06 CONTROL OF MATERIAL 6-24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-24 1-08 PROSECUTION AND PROGRESS 6-31 REQUEST TO SUBLET FORM 6-34 1-09 MEASUREMENT AND PAYMENT 6-37 1-10 TEMPORARY TRAFFIC CONTROL 6-42 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-43 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-44 2-03 ROADWAY EXCAVATION AND EMBANKMENT 6-45 2-04 HAUL 6-47 2-07 WATERING 6-47 2-09 STRUCTURE EXCAVATION 6-48 2-11 TRIMMING AND CLEANUP 6-49 4-04 BALLAST AND CRUSHED SURFACING 6-49 5-03 COLD MIX ASPHALT (NEW SECTION) 6-49 5-04 HOT MIX ASPHALT 6-50 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 6-53 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 6-55 7-17 SANITARY SEWERS 6-57 7-18 SIDE SEWERS 6-59 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 6-60 8-02 ROADSIDE RESTORATION 6-61 8-04 CURBS, GUTTERS, AND SPILLWAYS 6-61 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 6-62 8-14 CEMENT CONCRETE SIDEWALKS 6-62 8-22 PAVEMENT MARKING 6-63 8-30 CONTROLLED DENSITY FILL (NEW SECTION) 6-63 G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK The project consists of the following work: Replacement of approximately 1,740 LF sanitary sewer pipe, 8 manholes, 6 doghouse manholes, and surface restoration. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2016, referenced codes and organizations, and these Special Provisions. G:1PROJECTS \2017\17083E\SPEC \17083 SPEC.Docx 6-3 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: 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, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, 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. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "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 the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. G\PROJECTS\2017\17083E\SPEC \17083 SPEC.Docx 6-4 Additive A supplemental unit of work or group of bid items, identified separately in the Bid 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 Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. 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. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. The terms defined in Section 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", `Agency" and "Owner" are interchangeable. Engineer HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 Inspector The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's performance. Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-5 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 (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications 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. During the bid period, electronic PDF plans and specifications, including any addenda will be available to download at https://hlacivil.com/bid. Following bid period, electronic PDF plans and specifications will only be available upon request. No paper copies will be provided. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General (August 15, 2016 APWA GSP Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business four (4) days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 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. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the contract. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-6 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 Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 20, 2017 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: 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 UDBE 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 UDBE requirements are to be satisfied through such an agreement. Supplement this section 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 (March 8, 2013 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; G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-7 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (June 20, 2017 APWA GSP, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Title and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires UDBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit Written Confirmation Documentation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification, form 272-056U, as required by Section 1-02.6. The UDBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "UDBE Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any UDBE confirmations or GFE documentation that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-8 1-02.13 Irregular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following: 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 an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx, or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-9 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A Criterion: The Bidder shall not have a record of prevailing wage violations as determined by the Washington State Department of Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; and • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. G \PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-10 6. Public Bidding Crime A Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. The Bidder shall sign this Bidder's Responsibility Statement as evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, and shall submit with bid. The Contracting Agency reserves the right to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider G \PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-11 the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre -Award Information (August 14, 2013 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. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 Award of Contract Supplement this section with the following: The Contract will be awarded to the apparent low bidder on the basis of the total of all bid items and schedules accepted by the Contracting Agency. The Contractor shall submit bids for all bid schedules, including all alternate and/or additive bid schedules as applicable, to be considered a responsive bidder. G.\PROJECTS12017\17083E\SPEC \17083 SPEC.Dacx 6-12 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 the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Supplement this section with 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 bid bond or deposit of the bidder in accordance with Section 1-03.5. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on a Contracting Agency -furnished form(s); 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. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties or G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-13 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 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(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect by the president or vice president). Supplement this section with the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. Repair and/or replacement of defective materials and workmanship shall be as specified in Section 1-05.12(1). 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 document is bound in these Specifications. 1-03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract 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. G\PROJECTS\2017117083E\ SPEC117083 SPEC.Docx 6-14 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 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, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes Supplement this section with 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. If oral approval is granted, it shall be documented in writing shortly thereafter. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via Section 1-09.6 Force Account of the Standard Specifications. G.\PROJECTS\2017\17083E\SPEC117083 SPEC.Docx 6-15 1-04.4(1) Minor Changes Supplement this section with the following: The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 Variation in Estimated Quantities Supplement this section with the following: The quantities listed in the unit price Bid Proposal 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: All Bid Items. Payment will be made at the unit contract price for actual quantities of work completed. 1-04.11 Final Cleanup Supplement this section with the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Supplement this section 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 accor- dance 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. At the Contractor's risk, the Engineer may suspend all or part of the work according to Section 1-08.6. 1-05.3 Working Drawings Supplement this section with the following: Working Drawings shall be transmitted to HLA with the Submittal Transmittal sheet provided to the Contractor after project award, also found at: http://hlacivil.com/forms. The Submittal Transmittal form includes certification language stating the submittal has been reviewed by the Contractor and complies with the Plans and Specifications. Catalog cuts shall include marks to indicate the specific item that is to be provided for the project. If alternate items are submitted for approval, the Contractor shall indicate the proposed location and use of the item. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-16 If PDF format is found to be unacceptable, the Contractor shall submit to the Engineer for review and approval, six copies of all Working Drawings required in the project documents. The data shown on the Working Drawings will be complete with respect to dimensions, design criteria, products and materials of construction, and like information to enable the Engineer to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifications. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Working Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Working Drawing, or other means, that he (the Prime Contractor) has checked the Working Drawing. The Contractor's stamp of approval on the Working 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 Working Drawing or sample with the requirements of the Contract Documents. Working Drawings submitted by subcontractors, directly to the Owner or sub -consultants, will be rejected for the purpose of approval. The practice of submitting incomplete or unchecked Working Drawings for the Engineer to correct or finish will not be acceptable, and Working 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 Working 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 Working Drawings have been reviewed by the Engineer, an electronic (.pdf) copy including a transmittal memo will be returned to the Contractor. No submittal or Working Drawing will be recognized without the Engineer's review attached. In case of dispute, the Engineer's electronic copy will be recognized as the accepted copy of record. Two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Working 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 Working Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Working Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Working Drawings. Where a Working 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. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-17 The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual Dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping area, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). 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. 1-05.3(3) "Or Equal" Materials (New Section) The following new section shall be added to the Standard Specifications: The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Contract Documents, including "or equal" materials and equipment as specified in the Technical Specifications, or those substitute materials and equipment approved by the Engineer and identified by Addendum. The materials and equipment described in the Contract Documents establish a standard of required type, function, and quality to be met by any proposed substitute or "or equal" item. Request for Engineer's clarification of materials and equipment considered "or equal" must be received by the Engineer at least five (5) days prior to the bid opening date. The burden of proof of the merit of the proposed item is upon the Bidder. Engineer's decision of approval or disapproval of a proposed item will be final. If Engineer approves any proposed substitute item, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner. The Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal. The Engineer may require the Contractor to furnish additional data regarding the proposed substitute item. The Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until the Engineer's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Working Drawing for an "or equal." The Engineer will advise the Contractor in writing of any negative determination. The Engineer will record the Engineer's costs in evaluating a substitute proposed or submitted by the Contractor. Whether or not the Engineer approves a substitute item so proposed or submitted by Contractor, the Contractor shall reimburse the Owner for the charges of the Engineer for evaluating each such proposed substitute. The Contractor shall also reimburse the Owner for the Engineer's fees of making changes in the Contract Documents (or in the provisions of any other direct contract with the Owner) resulting from acceptance of each proposed substitute. 1-05.4 Conformity with and Deviations from Plans and Stakes Add the following new sub -sections: 1-05.4(1) Roadway and Utility Surveys (New Section) The following new section shall be added to the Standard Specifications: The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-18 set of offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. The Engineer will provide slope staking one time only in areas of significant sloping, establish the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed, but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.4(2) Construction Staking Requests (New Section) The following new section shall be added to the Standard Specifications: All staking requests shall be made on the "Construction Staking Request Form" found in Appendix B. The form shall be emailed, faxed, or delivered to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking requested, the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. 1-05.5 Survey Monuments (New Section) The following new section shall be added to the Standard Specifications: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. G:\PROJECTS\2017\17083E\SPEC117083 SPEC.Docx 6-19 1-05.6 Inspection of Work and Materials 1-05.6(1) Testing (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material and compaction testing required by these Technical Specifications. The cost of testing shall be considered incidental to the various bid items. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing firm shall provide a test report to the Engineer within 24 hours of any test completion. Test reports shall become the property of the Owner. Testing frequencies listed below may be modified to assure compliance with the Specifications. Roadway Subqrade Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 3,000 square feet of subgrade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Subgrade compaction shall be as specified for Roadway Embankment. Trench Backfill Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot, and 3 -foot depths below finish g rade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Ballast and Crushed Surfacing Copies of the moisture density curves and gradation for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer or Owner as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 3,000 square feet of surface area for each lift of ballast or crushed surfacing. The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities. G:\PROJECTS\2017117083E\SPEC\17083 SPEC Docx 6-20 Portland Cement Concrete for Curbs, Sidewalks, and Pavement Sample the first truck and each load until two successive loads meet specifications, and then randomly test one load for every five loads. If at any time one load fails to meet specifications, continue testing every load until two successive loads meet specifications, and then randomly test one load for every five loads. For total daily quantities less than four (4) cubic yards, testing requirements shall be at the discretion of the Engineer. Asphalt Paving Copies of the reference maximum density test for each class of Hot Mix Asphalt pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 3,000 square feet of surface area for each lift of asphalt concrete pavement. The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities. Compaction of Hot Mix Asphalt pavement shall be 'as specified in Section 5-04.3(10)A. 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-21 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, in writing, 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 therefore. 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. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time G PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-22 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. 1-05.12(1) One -Year Guarantee Period (New Section) (March 8, 2013 APWA GSP) The following new section shall be added to the Standard Specifications: The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. Supplement this section with the following: The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-23 1-05.16 Water and Power (New Section) The following new section shall be added to the Standard Specifications: Water Supply: Water for use on this project 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 regula- tions. The Contracting Agency reserves the right to deny the use of fire hydrants where deemed inappropriate by the Contracting Agency. Power Supply: The Contractor shall make necessary arrangements, and shall bear the costs for power necessary for the performance of the work. Measurement and Payment: No separate measurement and payment for water and power will be made. This pertains to water required for dust control, water settling trenches (when approved by the Engineer), 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. 1-06 CONTROL OF MATERIAL 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 APWA GSP) Delete this section in its entirety. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of this project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (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\2017\17083E\SPEC\17083 SPEC.Docx 6-24 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. 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. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) 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(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) 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 60.28.051). 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(1) 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(2) 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-25 For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) 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) . 1-07.6 Permits and Licenses Supplement this section with the following: The Contractor and all subcontractors are responsible for obtaining and paying for business licenses in the City of Yakima. 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. All costs required to comply with this section shall be the responsibility of the Contractor. 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section and replace it 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 improvements. 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 Supplement this section with the following: Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: G.\PROJECTS\2017\17083E\SPEC \17083 SPEC.Docx 6-26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Utility Company Address Phone Number City of Yakima Wastewater 2220 E. Viola, Yakima, WA 98901 (509) 575-6077 City of Yakima Water & Irrigation 2301 Fruitvale Blvd., Yakima, WA 98902 (509) 575-6154 CenturyLink 8 S. 2nd Ave., Room 304, Yakima, WA 98902 (509) 575-7185 Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 (509) 962-4801 Cascade Natural Gas Corp. 701 S. 1st Ave., Yakima, WA 98902 (509) 961-7909 Pacific Power 500 N. Keys Road, Yakima, WA 98901 (509) 575-3158 Naches Cowiche Canal 5461 W Powerhouse Road, Yakima, WA 98902 (509) 930-9001 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One -Call Agency) for field location, not less than two or 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 Agency 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. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the CITY OF YAKIMA, its employees, agents, elected and appointed officials, HLA Engineering and Land Surveying, Inc. (HLA), as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-27 1. Commercial General Liability Insurance written under ISO Form C00001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain provisions for a deductible. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However, in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of a forty-five (45) day prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence - based" policy forms rather than by "claims made" forms. 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 a five working day 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. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. The Contractor is responsible for all his subcontractors' actions and omissions. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Add the following after the fourth sentence of the second paragraph: 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. Replace item 2. of the second paragraph with the following: 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the routine maintenance on such system.) Add the following to the third paragraph: 5. Maintain vehicular and pedestrian access to businesses at all times that businesses are open. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-28 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 coordinating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours Add the following to the third paragraph: The Contractor shall maintain vehicular and, pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall: 1. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; 2. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; 3. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; 4. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and 5. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. 6. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 7. Local access shall be maintained to the residents within the project limits at all times. 1-07.24 Rights of Way (July 23, 2015 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 by a duly issued Addendum. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-29 Whenever any of the work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right- of-way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given a 48-hour 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 affect ingress and egress or utility service 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 in both English and Spanish. Property owner notification requirements shall be coordinated with the Owner. G.\PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-30 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 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 conference 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. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than five (5) working days prior to the day(s) the Contractor is requesting to change the hours. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-31 If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other contracting Agency employees or third -party consultants, when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. 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. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. Supplement this section with the following: All sewer work within alley between "E" Street and "D" Street shall be completed between 7:00 p.m. and 6:00 a.m., during low flow periods. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (New Section) The following new section shall be added to the Standard Specifications: Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work, a Resident Engineer will be present and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting Supplement this section with the following: A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. G'\PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-32 Revise the eighth paragraph to read: The Contractor shall certify to the actual amounts of Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This certification shall be submitted to the Engineer, on the Personnel Inventory Form as provided by the Engineer at the Preconstruction Meeting, within 20 calendar days after physical completion of the Contract. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-33 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � Washington State �I/ Department of Transportation (Check all that apply for State ❑ Disadvantaged Business (DBE) ❑ Veteran Owned Business (VBE) Minority Owned Business (MBE 0 State Small Business (SBE Request to Sublet Work Program) ❑ Woman Owned Business (WBE) 0 Federal Small Business (FBE) (Federal Program) 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: • ❑ Lower Tier Subcontractor Subcontractor Unified Business Identifier (UBI) Federal Employer I.D. Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, Name of Corresponding Sub. Fed ID of Corresponding Sub * If no Federal Employer I.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount t 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 % DBE Status Verification Previous Requests % Sublet to Date % Project Engineer's Signature ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 04/2016 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 Progress Schedule Delete this section 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. Electronic copies of newly updated schedules shall be sent 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. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) 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. Supplement this section with the following: Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under Section 1-08.10(1) of the Standard Specifica- tions. 1-08.5 Time for Completion Add the following to the first paragraph: Forty-five (45) working days after the date set forth in the Notice to Proceed shall be allowed for completion of all Contract work. G:\PROJECTS\2017\17083E\SPEC117083 SPEC.Docx 6-35 Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay". An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. (August 14, 2013 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 filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved 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 b. Material Acceptance Certification Documents c. Final Contract Voucher Certification d. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e. Property owner releases per Section 1-07.24 f. Project record drawings per Section 1-05.3(1) g. Personnel Inventory Form 1-08.9 Liquidated Damages Replace the third paragraph with the following: If the Contract work is not completed within the times specified in Section 1-08.5, the Contractor agrees to pay to the Owner the sum of $1,800 per day for each and every working day said work remains uncompleted after expiration of the specified time. G \PROJECTS \2017\17083E\SPEC117083 SPEC Docx 6-36 1-08.10 Termination of Contract 1-08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, Option 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. Supplement this section with the following: 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 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 Resident Engineer the morning following the day's construction. The certified tickets shall have project title, 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 Supplement this section with 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. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion, the Engineer may perform verification checks on the accuracy of each bath, hopper, or platform scale used in weighing contract items of Work. 1-09.3 Scope of Payment Supplement this section with the following: Payment for work performed under this Contract will be based on the items listed in the Unit Price Bid Proposal. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Unit Price Bid Proposal and the "Payment" clauses found in each section of the Standard Specifications, the Unit Price Bid Proposal 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 Unit Price Bid Proposal, 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-37 1-09.4 Equitable Adjustment Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication 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." Supplement paragraph one of Subsection 2 with the following: Sales tax will be applied to payment made to the Contractor and shall not be included in the cost of materials provided to the Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. 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 conference. 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 payments. 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 — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-38 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), on non FHWA-funded projects; 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. The determination of payments under the contract will be final in accordance with Section 1-05.1. Supplement this section with the following: The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. The Contractor shall submit his signed Application for Payment within three (3) working days of the progress 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 approxi- mately 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: 6. 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-39 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 Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.4. 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 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 workers' 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. G'\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-40 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 Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) Final Payment (New Section) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Section 1- 09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. If a contract is funded by grant, state, or federal money, the public body shall pay the prime contractor for satisfactory performance within thirty calendar days of the date the public body receives a payment request that complies with the contract or within thirty calendar days of the date the public body actually receives the grant or federal money, whichever is later. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction (July 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that were an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the contractor asserts G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-41 against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or 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 (July 23, 2015 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, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. 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 1-10.2 Traffic Control Management 1-10.2(1) General (January 3, 2017 WSDOT GSP) Supplement this section with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. 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 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 G.\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-42 1-10.2(2) Traffic Control Plans Delete the first two sentences of the first paragraph and replace with the following: The Contractor shall be required to prepare traffic control plans required to complete the work. No work shall be done on or adjacent to any traveled way without Contracting Agency approved and Engineer - approved traffic control plans. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or modify the traffic control plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan. The signed plans prepared by the Contractor's Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plans, including any revisions required by the Engineer after review, shall be included in the unit contract price for "Project Temporary Traffic Control," per lump sum. 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP) Supplement this section with the following: The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement this section with the following: In no case shall the Contractor be required to clear and grub beyond the right-of-way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All work beyond the right-of-way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs and posts, culverts, irrigation facilities, concrete or rock walls, guardrail, 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. All clearing and grubbing includes disposal of unwanted materials, unless otherwise directed by Engineer. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-43 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup Supplement this section with 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) The following new section shall be added to the Standard Specifications: The Contractor shall be required to carefully remove all existing fencing located within or near the proposed alignments. All fencing materials to be removed and reset shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. The removal and resetting of all fencing, including any barbed wire, 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 work to the various bid items. 2-01.4 Measurement Supplement this section with the following: No unit of measurement shall apply to Roadside Cleanup. 2-01.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures Supplement this section with the following: Existing structures or installations of concrete, brick, blocks, etc., interfering with construction shall be removed by the Contractor, and shall be considered as incidental work to the various bid items and no separate payment will be made. Any pipe openings to be abandoned shall be properly plugged watertight with Class 3000 concrete. Removal and plugging of pipes shall be considered as incidental work to the various bid items and no separate payment will be made. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-44 Where structures are removed, the voids shall be backfilled with suitable, job -excavated material and compacted. All such work shall be considered as incidental work to the various bid items and no separate payment will be made. If the Engineer determines the job -excavated material to be unsuitable for backfill, the Contractor shall place ballast or crushed surfacing material as directed by the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Supplement this section 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 Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, 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 Supplement this section with the following: Unclassified excavation shall consist of removing the existing material of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross-section shown on the Plans or as staked in the field. The material to be excavated shall be classified as "Unclassified Excavation Incl. 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 loaders, 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. 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-45 2-03.3 Construction Requirements 2-03.3(3) Excavation Below Subgrade Supplement this section 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; or 3. A combination of any of the above. Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Incl. 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 Supplement this section with the following: The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material at various locations within the project limits, as directed by the Engineer. 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 at the Contractor's expense. A waste site has not been provided by the Contracting Agency for disposal of 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 State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-03.3(14)D Compaction and Moisture Control Tests Delete this section and replace it with the following: Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs associated with failed tests/testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. 2-03.4 Measurement Supplement this section with the following: "Unclassified Excavation Incl. Haul" will be measured by the cubic yard. G \PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-46 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. Copies of the ground cross-sections and notes will be available for the bidder's inspection upon request, at the office of the Project Engineer. 2-03.5 Payment Supplement this section with the following: The unit contract price per cubic yard for "Unclassified Excavation Incl. Haul" shall be full compensation for all labor, equipment, tools, and materials necessary to complete this item as specified. No separate payment shall be made for embankment compaction and all costs to perform this work as required shall be merged in the unit price bid per cubic yard for "Unclassified Excavation Incl. Haul." 2-04 HAUL 2-04.5 Payment Delete this section and replace it with the following: All haul of materials on this project is incidental to and included in other pay items of work. 2-07 WATERING 2-07.1 Description Supplement this section 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 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. 2-07.3 Construction Requirements Add the following new section 2-07.3(A) Water Supplied From Hydrants The Contractor shall contact the City of Yakima Water/Irrigation Division to secure a metered hydrant connection and comply with all requirements before obtaining water from fire hydrants. G:\PROJECTS\2017117083E\SPEC\17083 SPEC Docx 6-47 The Contractor shall only use hydrant wrenches to operate hydrants. The hydrant valve must be open full, since a partially opened valve may cause damage to the hydrant. The auxiliary valve on the outlet of the metered hydrant connection shall be used for flow control purposes. Fire hydrant valves must be closed slowly to avoid pressure surges in the water system. The Contractor shall carefully note the importance of following these directions. If a hydrant or metered connection is damaged, the Contractor shall immediately notify the City of Yakima Water/Irrigation Division so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall return the metered hydrant connection. The City of Yakima Water/Irrigation Division may inspect the hydrant for any possible damage. The Contractor will be billed for repairing the damage to a hydrant or meter if resulting from improper use. The Contractor shall convey the water from the nearest convenient hydrant at their own expense and as approved by the City of Yakima Water/Irrigation Division. Any violation of these requirements may result in fines and damage costs to the Contractor resulting from the malfunctioning of damaged fire hydrants, in the event of fire. 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements 2-09.3(3)D Shoring and Cofferdams Replace the fifth paragraph with the following: The design of structural shoring or cofferdams shall be by an Engineer employed by the Contractor and licensed in the State of Washington to perform such work. The Project Engineer will not review or approve submittals. 2-09.3(4) Construction Requirements, Structure Excavation, Class B Delete the fourth paragraph and the last two sentences of the fifth paragraph. 2-09.4 Measurement Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section. Supplement this section as follows: "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation. 2-09.5 Payment Supplement this section as follows: Delete "Shoring or Extra Excavation Class B", per square foot, and add "Shoring or Extra Excavation", per linear foot. The unit contract price per linear foot for "Shoring or Extra Excavation" shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Oocx 6-48 2-11 TRIMMING AND CLEANUP 2-11.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section will be considered as incidental work to the various bid items and no separate payment will be made. 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Supplement this section with the following: Aggregates to be paid by the ton shall not be placed in stockpiles. 4-04.3 Construction Requirements 4-04.3(5) Shaping and Compaction Supplement this section with the following: The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with failed tests/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) The following new section shall be added to the Standard Specifications: 5-03.1 Description This work shall consist of providing and placing one (1) or more layers of cold mix 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 mix asphalt trench surfacing 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 mix asphalt used on this project shall be proposed by the Contractor and approved by the Engineer. The Contractor shall use polymer -modified high-performance cold asphalt, cold plant mix recycling asphalt or cold in-place recycling asphalt. Aggregates used for cold mix asphalt shall meet the gradations in Section 9-03.8 for Class 3/8 -Inch. 5-03.2(1) General Cold mix 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 conditions, and wet to dry climate environments. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-49 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. 5-03.3 Construction Requirements 5-03.3(1) 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. 5-03.4 Measurement The length, width, and depth of "Cold Mix Asphalt" shall be neat line field measured by the Resident Engineer. The payment line limit for "Cold Mix Asphalt" shall be as shown on the Details in the Plans. No measurement or payment will be made for material beyond the payment line limit shown on the Plans and Details, or as Directed by the Engineer. 5-03.5 Payment The unit contract price per ton for "Cold Mix Asphalt" 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, surface preparation, placing cold mix asphalt, compacting, trimming, sloping, tack coat, or any other work required to complete the surfacing repair, in place. At the discretion of the Engineer, the Contractor shall repair and maintain all paved trench locations with cold mix asphalt, at the Contractor's expense, until HMA becomes available. Once HMA is available, the Contractor shall remove cold mix asphalt and crushed surfacing base course in preparation for paving. Removal and preparation shall be considered incidental work to the various bid items and no separate payment will be made. 5-04 HOT MIX ASPHALT 5-04.1 Description Supplement this section with 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. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications. 5-04.2 Materials Supplement this section with the following: The grade of asphalt binder that shall be used for this project is: PG 64-28. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-50 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment Supplement this section 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(3) Hot Mix Asphalt Pavers Supplement this section with the following: The HMA paver that is utilized on this project shall be capable of spreading and finishing courses of HMA plant mix material in a width from centerline of the roadway to the edge of the roadway or gutter in a single pass (up to 22 -foot width). 5-04.3(5)E Pavement Repair Supplement this section with the following: After the completion of trench and patch repairs, the Contractor shall seal all joints with CSS -1 and concrete sand. The cost of sealing shall be included in the unit contract price for "HMA Cl. 1/2 -Inch PG 64-28." 5-04.3(7) Preparation of Aggregates 5-04.3(7)A1 General Supplement this section 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 is listed on the Qualified Products List (QPL), having been approved within the previous 24 -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. The Engineer may require an adjustment in the asphalt binder content of the mix design by ± 0.5% at no additional cost to the City of Yakima. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: The Contractor shall be responsible for verification of the mix design. 5-04.3(8)A Acceptance Sampling and Testing — HMA Mixture 5-04.3(8)A1 General Delete this section and replace it with the following: Acceptance of HMA shall be as provided under Nonstatistical or Commercial evaluation. G:\PROJECTS\2017 117083E \ SPEC \ 17083 SPEC.Docx 6-51 Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: Sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of Nonstatistical evaluation. Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width. 5-04.3(8)A5 Test Results Delete the first paragraph and replace it with the following: Payment will be made on the basis of the unit contract price for HMA for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5-04.3(10) Compaction 5-04.3(10)B Control Delete this section and replace with the following: HMA used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level relative density. The specified level of relative density shall be a minimum of 91.0% of the reference maximum density as determined by WSDOT for AASHTO T 209. The reference maximum density shall be determined as the moving average of the most recent five determinations for the lot of HMA being placed. The specified level of density attained will be determined by five nuclear gauge tests taken in accordance with WAQTC FOP TM8 and WSDOT SOPT 729 on the day the mix is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or approximately 400 tons, whichever is less. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field within one working day. In addition to the randomly selected locations for tests of density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of five (5) randomly located density tests will be taken. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Project Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. 5-04.3(11) Reject Work Supplement this section 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. 1/2 -Inch PG 64-28" for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected, including use of HMA Cl. 3/8 -Inch. G.\PROJECTS\2017\17083E\SPEC\17083 SPEC.Dacx 6-52 5-04.3(13) Surface Smoothness Supplement this section 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. 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. 1/2 -Inch PG 64-28." 5-04.3(17) Paving Under Traffic Delete the following in the last paragraph: "except the costs of temporary pavement markings" 5-04.3(19) Sealing of Pavement Surfaces Revise the first sentence to read: "The Contractor shall apply a fog seal to all travel lanes and allow it to cure prior to opening the lane to traffic, when the wearing course is placed after October 1 and before April 1." Add the following: The cost of providing and applying the fog seal shall be incidental to the unit contract price per ton for "HMA Cl. 1/2 -Inch PG 64-28." 5-04.5 Payment Supplement this section with the following: If there are no proposal bid items for "Temporary Pavement Marking" and "Removing Temporary Pavement Marking", they shall be installed in accordance with Section 8-23 and the MUTCD, and the work shall be considered incidental and included in the unit contract prices of the other work items. If there is no proposal bid item for "Sawcutting Asphalt Pavement" or "Sawcutting Cement Concrete", then all costs, including labor and equipment, associated with cutting asphalt pavement or cement concrete shall be considered incidental and included in the unit contract price of other work items. Payment for HMA Cl. 3/8 -Inch shall be incidental and included in the unit contract price for "HMA Cl. 1/2 -Inch PG 64-28." The following sections shall be deleted: 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3 Construction Requirements 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Supplement this section with the following: The Contractor shall establish reference points for the center of each utility appurtenance before its removal for the purpose of relocation for final adjustment to final grade. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-53 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. 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 two (2) feet, or as shown in the Plan details. The frame shall be placed on cement concrete blocks or adjustment rings and brought up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed as shown in the Plans. On the following day, a tack coat of asphalt shall be applied to the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting. HMA Cl. 3/8 -Inch asphalt concrete 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 sealed with emulsified asphalt and shall be immediately covered with dry paving sand before the tack has broken. Utility appurtenances outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure and shall include a concrete collar as shown on the details. The utility cover shall be cleaned of all concrete prior to acceptance. 7-05.4 Measurement Replace the first paragraph of this section with the following: Manholes will be measured per each, regardless of height. 7-05.5 Payment Supplement this section with the following: The unit contract price per each for "Manhole 48 in. Diam. Type 1", and "Shallow Manhole 48 In. Diam. Type 3", shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the manhole to the depth shown on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement, excavation, structural shoring or extra excavation, dewatering, fittings, crushed surfacing top course, manhole, steps, adjustment rings, mortar, grout, installing city provided frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein. The unit contract price per each for "Doghouse Manhole 48 In. Diam.", shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to furnish and install the manhole on the active pipeline as shown on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement, excavation, structural shoring or extra excavation, dewatering, crushed surfacing top course, reinforcement, cement concrete base, manhole, coring for outlet pipe, fittings, steps, cutting and removing top half of active pipeline as directed, cutting and removing pipe and constructing channel as directed, adjustment rings, mortar, grout, frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein. In addition to the items listed above for measurement and payment for catch basin and manhole construction, payment per each shall be full compensation for foundation construction including crushed surfacing and cement concrete, excavation, backfilling, dewatering, compaction, adjustment of the manhole to finished grade including trimming and removal of HMA pavement, cement concrete pad, tack coat, and replacement of HMA pavement, complete and in place. Shoring or extra excavation shall be included in the unit price bid for "Shoring or Extra Excavation," as measured per linear foot of pipeline installed, and no separate payment will be made for that work required for manhole construction. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-54 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.1 Description Delete this section and replace it with the following: This work includes installing sanitary sewers. The Contractor shall also follow Section 7-17. In cases of conflict between sections, the more stringent regulation shall apply. 7-08.2 Materials Revise the second paragraph to read: Gravel Backfill for Pipe Zone Bedding The crushed gravel used for gravel backfill for pipe zone bedding shall be crushed surfacing top course meeting the requirements of Section 9-03.12(3). 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Delete this section and replace it with the following: Imported pipe zone material 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 material for rigid pipes shall be Crushed Surfacing Base Course meeting the requirements of Section 9-03.9(3), or as approved by the Engineer. 7-08.3(2)6 Pipe Laying - General Supplement this section with the following: Detectable marker tape shall be installed over non-metallic pipe lines. The tape shall be placed approximately three feet above the top of the pipe (unless otherwise noted on the Plans) and shall extend its full length. The horizontal location of the tape shall vary no more than one foot from the centerline alignment of the pipe. Detectable marker tape shall meet the requirements of Section 9- 15.18 of the Standard Specifications. The Contractor shall furnish and install at his expense all fittings for making connections to existing pipelines and services/laterals, including those necessary for horizontal and vertical deflections, regardless if shown on plans. All capped utility extensions shall be left exposed and protected until the Engineer surveys the final locations and grades prior to backfilling. Caps shall be marked with a 4' vertical piece of #4 rebar directly vertical above the cap. 7-08.3(3) Backfilling Supplement this section with the following: Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with Select Backfill meeting the requirements for crushed surfacing base course, in Section 9-03.9(3). G'\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-55 Delete the fourth paragraph and replace with the following: Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to inadequate compaction or 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 at various depths in the trench. 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 various bid items. Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of 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 three (3) working days prior to beginning trench excavation and backfill operations, and shall arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. Add the following to the fifth paragraph: Backfill around all structures shall be water settled with a minimum of 2,000 gallons of water, in addition to mechanical methods, to achieve required compaction. Payment for mechanical compaction shall be included in the unit price bid for the specified pipe. Payment for water settling adjacent to structures shall be included in the unit price bid for the specified structure. 7-08.3(6) Existing Utilities (New Section) The following new section shall be added to the Standard Specifications: The locations and/or elevations of existing utilities shown on the Plans are based upon utility information of record, visible structures such as catch basins, manholes, valve boxes, etc., and utility locate markings in the field. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans. Contractor shall call 1-800-424-5555 prior to any excavation work per RCW 19.122.030. When utility services occupy the same space as new pipelines, the Contractor shall complete necessary excavation to fully expose such services. The Contractor shall protect said services, and work around them during excavating and pipe laying operations. Any damages to services resulting from the Contractor's operation shall be reported to the appropriate utility. Such damage shall be repaired at the Contractor's expense. 7-08.4 Measurement Delete the last paragraph and replace it with the following: Shoring or extra excavation will be measured by the linear foot. 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. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-56 There will be no separate measurement or payment for sawcutting the existing asphalt concrete roadway at drainage and utility crossings. All costs for sawcutting necessary for trench excavation shall be included in the various bid items associated with the work. The length and depth of "Select Backfill, as Directed" shall be neat -line field measured by the Engineer. The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans. No measurement or payment will be made for backfill material beyond the payment line limit. 7-08.5 Payment Delete the seventh Bid item and replace it with the following: The unit contract price per linear foot for "Shoring or Extra Excavation", shall be full compensation for all labor, equipment, tools, and material required to construct the shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, and compaction, all as shown on the Plans and as specified herein. When extra excavation is used by the Contractor in lieu of constructing the shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional excavation, backfill, compaction, and other work required. If select backfill material is required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Supplement this section with the following: Payment for all pipe items shall be made as follows: 75% of the unit contract bid price for materials and initial installation; the next 15% of the unit contract bid price upon the successful completion of density testing; and the final 10% of the unit contract bid price upon the completion of pipe testing including hydrostatic, bacteriological, air pressure and mandrel testing, as well as televising if required. Payment for "Select Backfill, as Directed" will be made at the unit contract price per cubic yard per neat line as shown in details, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer. The cost for hauling and disposal of excavated material to be replaced with select backfill shall be considered incidental to this bid item. 7-17 SANITARY SEWERS 7-17.1 Description This section is supplemented with the following: The term "sewer(s)" and "sanitary sewer(s)" shall mean the same. 7-17.2 Materials Pipe approved for use on this project shall be as follows: PVC Sanitary Sewer Pipe: Polyvinyl chloride pipe with flexible gasketed joints shall conform to the requirements of Section 9-05.12(1) of the Standard Specifications. PVC fittings for sanitary sewer pipe such as wyes, plugs, caps, etc., shall be flexible gasket joint fittings acceptable for use and connection to PVC pipe. Pipe transition couplings shall be rigid Romac LSSI or approved equal. Detectable Marker Tape: Marker tape shall be a detectable type and shall be marked "SEWER," and shall conform to Section 9-15.18 of the Standard Specifications. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-57 7-17.3 Construction Requirements 7-17.3(2)A General Delete the first paragraph and replace it with the following: All sewer pipes and appurtenances shall be cleaned and tested after backfilling by either the exfiltration or low-pressure air method at the option of the Contractor. Deflection testing shall be done by pulling a steel mandrel through the pipe. All testing shall be witnessed by the Engineer. 7-17.3(2)1 Bypass Pumping (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall submit a plan for bypass pumping and/or diversion at the preconstruction meeting for the Engineer's review. The Engineer's review does not relieve the Contractor of his/her responsibilities to design an adequate system. Any damage resulting from bypass operations shall be addressed by the Contractor, at the Contractor's expense. The Engineer and Contracting Agency shall be held harmless for any damage caused by the loss of service, either mainline or lateral, during the process. The bypass pumping and/or diversion plan must be specific and shall include, but not be limited to, the following details: a. Schedule for installation and maintenance of bypass pumping system. b. Staging areas for pumps. c. Bypass pump sizes, capacity, number of each size to be on site and power requirements. d. Pump curves showing pump operating range. e. Road crossing details. f. Protection against main breaks. g. Plugging methods and bypass time duration for each section. h. Size, length, material, location and method of installation for suction and discharge piping. i. Method of noise control for each pump and/or generator (If work is performed between the hours of 10:00 p.m. and 7:00 a.m. during weekdays or between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays.) j. Emergency response plan to be followed in the event of a failure of the bypass pumping and/or diversion system. The Contractor's plan for bypass pumping shall be satisfactory to the Engineer before the contractor shall be allowed to commence bypass pumping. The Contractor shall notify the Engineer 24 hours prior to commencing bypass pumping operation. The Contractor, when and where required, shall provide diversion for flows. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. The level in the bypass pumping manhole shall not be allowed to rise more than one (1) foot above the crown of the incoming pipe. At each location, a backup pump will be required in case one pump fails. Plugging the sewer main at an existing upstream manhole or providing a temporary opening in the upstream line, and pumping the flow into a downstream manhole or adjacent system shall make the bypass. The Contractor shall be responsible for continuity of service to each facility connected to the section of pipe during the execution of the work. If backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage cost and all claims. When bypassing sewer mains, the Contractor shall: A. Identify all active laterals. Active laterals shall not be disconnected, plugged, or subject to any other service interruption during the period from 5:00 P.M. to 8:00 A.M. G'\PROJECTS\2017\17083E\SPEC\17083 SPEC Docx 6-58 B. Coordinate activities with impacted properties. Property owners shall be notified that their side sewer will be out of service at least 24 hours prior to service interruption. Written notification shall include date, time, and estimated duration of service disruption. It shall also include the appropriate information concerning the Contractor, including a 24-hour emergency number for contacting the Contractor or his representative. The Contractor shall provide piping and bridging for bypass pumping to minimize the impact to traffic. Limited flow data is available for some of the pipe sections as shown on the Plans. 7-17.4 Measurement Delete the second paragraph and replace it with the following: There will be no separate measurement for testing. No specific unit of measurement will apply to the lump sum bid item of "Sanitary Sewer Bypass". 7-17.5 Payment Add the following to the first paragraph: "C9O0 PVC Sanitary Sewer Pipe 12 In. Diam.", per linear foot. The lump sum contract price for "Sanitary Sewer Bypass", shall be full compensation for all labor, tools, materials, and equipment necessary to furnish, install, and operate the complete bypass without backup of existing sewer including, but not necessarily limited to pumping plan, pumping equipment, installation and removal of pump and lines, and traffic control associated with the bypass pumping. Delete the second paragraph and replace it with the following: The unit contract price per linear foot for sewer pipe 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, sawcutting, trench excavation, protecting, stabilizing, and supporting existing utilities, structures, and utility services to remain, dewatering, pipe zone bedding, laying and jointing the pipe and fittings, backfill and compaction, adjustment of inverts to manholes, connection to new and existing manholes, detectable marking tape, grading and fine grading, testing, and removal and disposal of excess material as shown on the Plans and specified herein. This section is supplemented with the following: Payment for all pipe items shall be made as follows: 75% of the unit contract bid price for materials and initial installation; the next 15% of the unit contract bid price upon the successful completion of density testing; and the final 10% of the unit contract bid price upon the completion of pipe testing including infiltration/exfiltration, deflection, and televising as required. 7-18 SIDE SEWERS 7-18.3 Construction Requirements 7-18.3(1) General Supplement this section with the following: Side sewers shall not be backfilled prior to inspection by the Resident Engineer. All deficiencies shall be corrected as directed by the Engineer prior to the backfilling and acceptance of the side sewer. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-59 7-18.3(3) Testing Delete this section and replace it with the following: Side sewers shall be tested up to the property line, or nearest joint thereto, simultaneously with the sanitary sewer main, for the required exfiltration test. The Contractor shall provide all fittings necessary to test the side sewers as outlined in Section 7-17.3(2) of the Standard Specifications. That segment of the side sewer between the property line and the building structure may be tested with the main line, or separately, and the Contractor may install a tee fitting at the property line to facilitate testing. All necessary test fittings shall be removed and all openings plugged at the completion of the test. 7-18.3(4) Extending Side Sewers Into Private Property Supplement this section with the following: The Contractor shall provide at least three a (3) day notice to a property owner in advance of when construction will take place on the owner's property, but no more than a seven (7) day notice. Side sewer stub ends (future connections) shall be marked with an 18" long section of #4 rebar buried vertically with the top of the rebar set 6" below the finished surface. The Contractor shall use extreme care when working on private property and minimize the extent of the on-site construction activities. All items damaged shall be repaired or replaced at no cost to the Contracting Agency or property Owner. Prior to excavating for the side sewer, the Contractor shall remove all existing topsoil to a depth of at least 6 inches and stockpile. After backfilling operations are complete, the topsoil shall be replaced and all rocks, clods, and other deleterious materials shall be removed. The ground surface shall be restored to grade, raked to a uniform surface, and left in a condition ready to accept the property owner's landscaping improvements. No payment will be made for side sewer improvements on a given parcel until the Engineer has accepted the final surface conditions. 7-18.5 Payment Replace this section with the following: Payment shall be made in accordance with Section 7-17.5 of these Technical Specifications. 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3(16) Removal Delete the first sentence of the first paragraph and replace it with the following: The Contractor shall remove and dispose of all erosion control BMPs at project completion. Removal and disposal will be a condition of granting physical completion. 8-01.5 Payment Replace with the following: All costs to comply with this section shall be considered incidental to the Contract. G.\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-60 8-02 ROADSIDE RESTORATION 8-02.1 Description Supplement this section with the following: This work consists of preparing sub -grade or topsoil and replacing landscaping material as directed by the Engineer. 8-02.3 Construction Requirements 8-02.3(17) Landscape Restoration (New Section) The following new section shall be added to the Standard Specifications: "Landscape Restoration" shall include all landscape restoration at locations as directed by the Engineer. 8-02.5 Payment Supplement this section with the following: "Landscape Restoration", by force account as provided in Section 1-09.6. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways Supplement this section with the following: Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Details. 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 6 feet. 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)A 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 20 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer. This "model" section will be referenced during construction for comparison to newly poured curb. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-61 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 Supplement this section with the following: The unit contract price per linear foot for "Cement Conc. Traffic Curb and Gutter," shall include steel reinforcement in driveway or catch basins sections. This unit contract price shall apply to all curb types including barrier driveway, spill, and pedestrian (except pedestrian curb adjacent to curb ramps.) 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.3 Construction Requirements Supplement this section with the following: The concrete driveway entrance/sidewalk shall be six (6) inches in thickness. New concrete driveways shown in the Plans shall be six (6) inches in thickness. 8-06.5 Payment Delete the first paragraph and replace it with the following: All work required for the construction of new cement concrete driveways shall be paid under the contract bid item "Cement Conc. Sidewalk 6 -Inch Thick," per square yard and no further payment shall be made. Payment for crushed surfacing top course placed under concrete driveways shall be incidental to other items of work. The unit prices bid for "Cement Conc. Panel", 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 be limited to, sawcutting, surface preparation, placement of cement concrete, rebar, tie bar, finishing, jointing and curing. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete Supplement this section 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 including wings, 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. Sidewalk ramps shall be constructed as shown on the Plans in accordance with the Standard Plans or as shown otherwise in the Details. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-62 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 Plans and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment or methods. 8-14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk -Inch Thick," per square yard. Payment for crushed surfacing top course placed under sidewalks shall be incidental to other items of work. 8-22 PAVEMENT MARKING 8-22.1 Description Supplement this section with the following: This work includes temporary pavement markings as described in the Plans. 8-22.3(3) E Supplement this section with the following: All pavement lines over 200 feet long shall be applied using a truck mounted striping machine. 8-22.5 Payment Supplement this section with the following: The lump sum bid price for "Pavement Markings" shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item of work in place, including dimensional layout in the field, cleaning pavement surfaces, removal of existing pavement markings, and furnishing and installing all painted markings, as shown on the Plans. Partially impacted lines shall be repainted in full. 8-30 CONTROLLED DENSITY FILL (NEW SECTION) The following new section shall be added to the Standard Specifications: 8-30.1 Description Controlled Density Fill (CDF) shall be used in locations as shown on the Plans. It shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures proportioned to provide a non -segregating, self -consolidating, free-flowing material which will result in a hardened, dense, non -settling fill. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-63 8-30.2 Materials Materials shall meet the requirements of the following Sections of the Standard Specifications: Portland Cement 9-01 Type II Fly Ash Class F or C Aggregates 9-03.1 Water 9-25 Admixtures 9-23.6 8-30.3 Construction Requirements 8-30.3(1) Construction Materials The CDF shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures which has been batched and mixed in accordance with Section 6-02.3 of the Standard Specifications. The following table provides a guideline for proportioning the Controlled Density Fill for this project. The final mix provided by the Contractor shall result in a material which is excavatable by machine with a maximum unconfined compressive strength of 300 psi. Water 50 gals per cubic yard Cement 50 lbs per cubic yard Fly Ash 250 lbs per cubic yard Aggregate 3,200 lbs per cubic yard The above table provides a guideline for the CDF mixture. The weights shown are only an estimate of the amount to be used per cubic yard of CDF. Actual amounts may vary from those shown as approved by the Engineer or approved mix data from similar projects which provided proper strength, workability, consistency, and density. 8-30.3(7) Placing Controlled Density Fill The flowable CDF shall be placed in the trench area where directed by the Engineer and brought up uniformly to the top of the pipe zone backfill as shown on the Plans. In the cases where existing concrete slabs have been undermined by excavation, the Contractor shall ensure that the CDF is flowed completely under the slab. Mixing and placing may be started if weather conditions are favorable, when the temperature is at least 34°F and rising. At the time of placement, CDF must have a temperature of at least 40°F. Mixing and placing shall stop when the temperature is 38°F and falling. Each filling stage shall be as continuous an operation as practicable. CDF shall not be placed on frozen ground. The trench section to be filled with CDF shall be contained at either end of trench section by bulkhead or earth fill. 8-30.4 Measurement The length and depth of "Controlled Density Fill" shall be field measured by the Resident Engineer. The trench width payment line limit for "Controlled Density Fill" shall be as shown on the Plans. No measure- ment or payment will be made for fill beyond the payment line limit. 8-30.5 Payment The unit contract price per cubic yard for "Controlled Density Fill", shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place including but not necessarily limited to furnishing, hauling, placing, and compacting the material where directed by the Engineer. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx 6-64 APPENDIX A AMENDMENTS TO THE 2016 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2017117083E\SPEC\17083 SPEC.Docx 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2016 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 1, 2016 19 1-01.3 Definitions 20 The following new term and definition is inserted after the eighth paragraph: 21 22 Cold Weather Protection Period — A period of time 7 days from the day of concrete 23 placement or the duration of the cure period, whichever is longer. 24 25 1-02.AP1 26 Section 1-02, Bid Procedures and Conditions 27 June 1, 2017 28 1-02.4(1) General 29 The first sentence of the last paragraph is revised to read: 30 31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 32 shall request the explanation or interpretation in writing by close of business on the 33 Thursday preceding the bid opening to allow a written reply to reach all prospective 34 Bidders before the submission of their Bids. 35 36 1-02.6 Preparation of Proposal 37 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized 38 Disadvantaged Business Enterprise", and "DBE" is revised to read "UDBE". 39 40 1-02.9 Delivery of Proposal 41 The last sentence of the third paragraph is revised to read: 42 43 The Contracting Agency will not open or consider any Proposal when the Proposal or 44 Bid deposit is received after the time specified for receipt of Proposals or received in a 45 location other than that specified for receipt of Proposals unless an emergency or 46 unanticipated event interrupts normal work processes of the Contracting Agency so 47 that Proposals cannot be received. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 The following new paragraph is inserted before the last paragraph: 3 4 If an emergency or unanticipated event interrupts normal work processes of the 5 Contracting Agency so that Proposals cannot be received at the office designated for 6 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the 7 Proposal will be deemed to be extended to the same time of day specified in the 8 solicitation on the first work day on which the normal work processes of the Contracting 9 Agency resume. 10 11 1-02.12 Public Opening of Proposals 12 This section is supplemented with the following new paragraph: 13 14 If an emergency or unanticipated event interrupts normal work processes of the 15 Contracting Agency so that Proposals cannot be opened at the time indicated in the 16 call for Bids the time specified for opening of Proposals will be deemed to be extended 17 to the same time of day on the first work day on which the normal work processes of 18 the Contracting Agency resume. 19 20 1-02.13 Irregular Proposals 21 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized 22 Disadvantaged Business Enterprise", and "DBE" is revised to read "UDBE". 23 24 1-04.AP1 25 Section 1-04, Scope of the Work 26 June 1, 2017 27 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 28 Specifications, and Addenda 29 The following new paragraph is inserted before the second to last paragraph: 30 31 Whenever reference is made in these Specifications or the Special Provisions to 32 codes, rules, specifications, and standards, the reference shall be construed to mean 33 the code, rule, specification, or standard that is in effect on the Bid advertisement date, 34 unless otherwise stated or as required by law. 35 36 1-04.3 Reference Information 37 This section is supplemented with the following new sentence: 38 39 If a document that is provided as reference information contains material also included 40 as a part of the Contract, that portion of the document shall be considered a part of the 41 Contract and not as Reference Information. 42 43 1-04.4(2)A General 44 Item number 4 in the third paragraph is revised to read: 45 46 4. Provide substitution for deleted or reduced Condition of Award Work, Apprentice 47 Utilization and Training. 48 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1-06.AP1 2 Section 1-06, Control of Material 3 August 7, 2017 4 This section is supplemented with the following new section and subsections: 5 6 1-06.6 Recycled Materials 7 The Contractor shall make their best effort to utilize recycled materials in the 8 construction of the project; the use of recycled concrete aggregate as specified in 9 Section 1-06.6(1)A is a requirement of the Contract. 10 11 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working 12 Drawing within 30 calendar days after the Contract is executed. The plan shall provide 13 the Contractor's anticipated usage of recycled materials for meeting the requirements 14 of these Specifications. The quantity of recycled materials will be provided in tons and 15 as a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E 16 Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a 17 Contract does not include Work that requires the use of a material that is included in 18 the requirements for using materials the Contractor may state in their plan that no 19 recycled materials are proposed for use. 20 21 Prior to Physical Completion the Contractor shall report the quantity of recycled 22 materials that were utilized in the construction of the project for each of the items listed 23 in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete 24 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. 25 utilization of on-site material and aggregates from concrete returned to the supplier). 26 The Contractor's report shall be provided on DOT Form 350-075 Recycled Materials 27 Reporting. 28 29 1-06.6(1) Recycling of Aggregate and Concrete Materials 30 1-06.6(1)A General 31 The minimum quantity of recycled concrete aggregate shall be 25 percent of the 32 total quantity of aggregate that is incorporated into the Contract for those items 33 listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of 34 Recycled Material that allow the use of recycled concrete aggregate. The 35 percentage of recycled material incorporated into the project for meeting the 36 required percentage will be calculated in tons based on the quantity of recycled 37 concrete used on the entire Contract and not as individual items. 38 39 If the Contractor's total cost for Work with recycled concrete aggregate is greater 40 than without the Contractor may choose to not use recycled concrete aggregate. If 41 the Recycled Material Utilization Plan does not indicate the minimum usage of 42 recycled concrete aggregate required above, or if completed project quantities do 43 not meet the minimum usage required, the Contractor shall develop the following: 44 45 1. A cost estimate for each material listed in Section 9-03.21(1)E that is 46 utilized on the Contract. The cost estimate shall include the following: 47 48 a. The estimated costs for the Work for each material with 25 percent 49 recycled concrete aggregate. The cost estimate shall include for AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 each material a copy of the price quote from the supplier with the 2 lowest total cost for the Work. 3 4 b. The estimated costs for the Work for each material without recycled 5 concrete aggregate. 6 7 The Contractor's cost estimates shall be submitted as an attachment to the 8 Recycled Material Utilization Plan, or with the Reporting form. 9 10 1-07.AP1 11 Section 1-07, Legal Relations and Responsibilities to the Public 12 August 7, 2017 13 1-07.1 Laws to be Observed 14 The second paragraph is deleted. 15 16 In the second to last sentence of the third paragraph, "WSDOT" is revised to read 17 "Contracting Agency". 18 19 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax 20 The last three sentences of the first paragraph are deleted and replaced with the following 21 new sentence: 22 23 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 24 or rental of tools, machinery, equipment, or consumable supplies not integrated into the 25 project, in the unit bid prices. 26 27 1-07.3(1) Forest Fire Prevention 28 This section is supplemented with the following new subsections: 29 30 1-07.3(1)A Fire Prevention Control and Countermeasures Plan 31 The Contractor shall prepare and implement a project -specific fire prevention, control, 32 and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor 33 shall submit a Type 2 Working Drawing no later than the date of the preconstruction 34 conference. 35 36 1-07.3(1)A1 FPCC Plan Implementation Requirements 37 The Contractor's FPCC Plan shall be fully implemented at all times. The 38 Contractor shall update the FPCC Plan throughout project construction so that the 39 plan reflects actual site conditions and practices. The Contractor shall update the 40 FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is 41 available for inspection on the project site. Revisions to the FPCC Plan and the 42 Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project 43 safety meetings. 44 45 1-07.3(1)A2 FPCC Plan Element Requirements 46 The FPCC Plan shall include the following: 47 48 1. The names, titles, and contact information for the personnel responsible 49 for implementing and updating the plan. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 2. The names and telephone numbers of the Federal, State, and local 3 agencies the Contractor shall notify in the event of a fire. 4 5 3. All potential fire causing activities such as welding, cutting of metal, 6 blasting, fueling operations, etc. 7 8 4. The location of fire extinguishers, water, shovels, and other firefighting 9 equipment. 10 11 5. The response procedures the Contractor shall follow in the event of a fire. 12 13 Most of Washington State is covered under the IFPL system which, by law, is 14 managed by the Department of Natural Resources (DNR). It is the Contractor's 15 responsibility to be familiar with the DNR requirements and to verify whether or not 16 IFPL applies to the specific project. 17 18 If the Contractor wishes to continue a work activity that is prohibited under an 19 industrial fire precaution level, the Contractor shall obtain a waiver from the DNR 20 and provide a copy to the Engineer prior to continuation of work on the project. 21 22 If the IFPL requirements prohibit the Contractor from performing Work the 23 Contractor may be eligible for an unworkable day in accordance with Section 1- 24 08.5. 25 26 The Contractor shall comply with the requirements of these provisions at no 27 additional cost to the Contracting Agency. 28 29 1-07.8 High -Visibility Apparel 30 The last paragraph is revised to read: 31 32 High -visibility garments shall be labeled as, and in a condition compliant with the 33 ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with 34 manufacturer recommendations. 35 36 1-07.8(1) Traffic Control Personnel 37 In this section, references to "ANSI/ISEA 107-2004" are revised to read "ANSI/ISEA 107". 38 39 1-07.8(2) Non -Traffic Control Personnel 40 In this section, the reference to "ANSI/ISEA 107-2004" is revised to read "ANSI/ISEA 107". 41 42 1-07.9(2) Posting Notices 43 Items 1 and 2 are revised to read: 44 45 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment 46 Opportunity IS THE LAW published by US Department of Labor. Post for projects 47 with federal -aid funding. 48 49 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal 50 Highway Administration (FHWA). Post for projects with federal -aid funding. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 Items 5, 6 and 7 are revised to read: 3 4 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The 5 Family And Medical Leave Act published by US Department of Labor. Post on all 6 projects. 7 8 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by 9 US Department of Labor. Post on all projects. 10 11 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by 12 Washington State Department of Labor and Industries. Post on all projects. 13 14 Items 9 and 10 are revised to read: 15 16 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State 17 by Washington State Department of Labor and Industries (L&I). Post on all 18 projects. 19 20 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington 21 State Employment Security Department. Post on all projects. 22 23 1-07.15(1) SpiII Prevention, Control, and Countermeasures Plan 24 The second sentence of the first paragraph is deleted. 25 26 The first sentence of the second paragraph is revised to read: 27 28 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and 29 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. 30 31 Item number four of the fourth paragraph (up until the colon) is revised to read: 32 33 4. Potential SpiII Sources — Describe each of the following for all potentially 34 hazardous materials brought or generated on-site, including but not limited to 35 materials used for equipment operation, refueling, maintenance, or cleaning: 36 37 The first sentence of item 7e of the fourth paragraph is revised to read: 38 39 BMP methods and locations where they are used to prevent discharges to ground or 40 water during mixing and transfer of hazardous materials and fuel. 41 42 The last paragraph is deleted. 43 44 1-08.AP1 45 Section 1-08, Prosecution and Progress 46 June 1, 2017 47 1-08.1 Subcontracting 48 The eighth and ninth paragraphs are revised to read: 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 On all projects, the Contractor shall certify to the actual amounts paid to all firms that 2 were used as Subcontractors, lower tier subcontractors, manufacturers, regular 3 dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, 4 Small, Veteran or Women's Business Enterprise firms. This Certification shall be 5 submitted to the Engineer on a monthly basis each month between Execution of the 6 Contract and Physical Completion of the Contract using the application available at: 7 https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every 8 month between Execution of the Contract and Physical Completion regardless of 9 whether payments were made or work occurred. 10 11 The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011, 12 39.76.020, and 39.76.040, in particular regarding prompt payment to Subcontractors. 13 Whenever the Contractor withholds payment to a Subcontractor for any reason 14 including disputed amounts, the Contractor shall provide notice within 10 calendar days 15 to the Subcontractor with a copy to the Contracting Agency identifying the reason for 16 the withholding and a clear description of what the Subcontractor must do to have the 17 withholding released. Retainage withheld by,the Contractor prior to completion of the 18 Subcontractors work is exempt from reporting as a payment withheld and is not 19 included in the withheld amount. The Contracting Agency's copy of the notice to 20 Subcontractor for deferred payments shall be submitted to the Engineer concurrently 21 with notification to the Subcontractor. 22 23 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 24 Withheld 25 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 26 27 The last sentence in item number 11 of the first paragraph is revised to read: 28 29 The Contractor may also require any documentation from the Subcontractor that is 30 required by the subcontract or by the Contract between the Contractor and Contracting 31 Agency or by law such as affidavits of wages paid, and material acceptance 32 certifications to the extent that they relate to the Subcontractor's Work. 33 34 Item number 12 of the first paragraph is revised to read: 35 36 12 If the Contractor fails to comply with the requirements of the Specification and the 37 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor 38 will be subject to the actions described in No. 7 listed above. The Subcontractor 39 may also seek recovery against the Contractor under applicable prompt pay 40 statutes in addition to any other remedies provided for by the subcontract or by 41 law. 42 43 1-08.5 Time for Completion 44 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports". 45 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1-09.AP1 2 Section 1-09, Measurement and Payment 3 April 4, 2016 4 1-09.6 Force Account 5 The second sentence of item number 4 is revised to read: 6 7 A "specialized service" is a work operation that is not typically done by worker 8 classifications as defined by the Washington State Department of Labor and Industries 9 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 10 municipal construction. 11 12 1-10.AP1 13 Section 1-10, Temporary Traffic Control 14 January 3, 2017 15 1-10.1(2) Description 16 The first paragraph is revised to read: 17 18 The Contractor shall provide flaggers and all other personnel required for labor for 19 traffic control activities that are not otherwise specified as being furnished by the 20 Contracting Agency. 21 22 In the third paragraph, "Project Engineer" is revised to read "Engineer". 23 24 The following new paragraph is inserted after the third paragraph: 25 26 The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times 27 except when Work requires closures. Ramps shall not be closed on consecutive 28 interchanges at the same time, unless approved by the Engineer. Lanes and ramps 29 shall be closed for the minimum time required to complete the Work. When paving hot 30 mix asphalt the Contractor may apply water to the pavement to shorten the time 31 required before reopening to traffic. 32 33 1-10.3(2)C Lane Closure Setup/Takedown 34 The following new paragraph is inserted before the last paragraph: 35 36 Channelization devices shall not be moved by traffic control personnel across an open 37 lane of traffic. If an existing setup or staging of traffic control devices require crossing 38 an open lane of traffic, the traffic control devices shall be taken down completely and 39 then set up in the new configuration. 40 41 2-03.AP2 42 Section 2-03, Roadway Excavation and Embankment 43 August 1, 2016 44 2-03.3(7)C Contractor -Provided Disposal Site 45 The second paragraph is revised to read: 46 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall acquire all permits and approvals required for the use of the 2 disposal sites before any waste is hauled off the project. The Contractor shall submit a 3 Type 1 Working Drawing consisting of copies of the permits and approvals for any 4 disposal sites to be used. The cost of any such permits and approvals shall be included 5 in the Bid prices for other Work. 6 7 The third paragraph is deleted. 8 9 2-06.AP2 10 Section 2-06, Subgrade Preparation 11 January 3, 2017 12 2-06.3(2) Subgrade for Pavement 13 The second sentence in the first paragraph is revised to read: 14 15 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of 16 maximum density as determined by the compaction control tests for granular materials. 17 18 3-04.AP3 19 Section 3-04, Acceptance of Aggregate 20 January 3, 2017 21 3-04.5 Payment 22 In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is 23 revised to read "$15.00". 24 25 4-04.AP4 26 Section 4-04, Ballast and Crush Surfacing 27 January 3, 2017 28 4-04.3(5) Shaping and Compaction 29 The first sentence is revised to read: 30 31 Immediately following spreading and final shaping, each layer of surfacing shall be 32 compacted to at least 95 percent of maximum density determined by the requirements 33 of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is 34 placed. 35 36 5-02.AP5 37 Section 5-02, Bituminous Surface Treatment 38 April 4, 2016 39 5-02.3(2) Preparation of Roadway Surface 40 This section is supplemented with the following new subsection: 41 42 5-02.3(2)E Crack Sealing 43 Where shown in the Plans, seal cracks and joints in the pavement in accordance with 44 Section 5-04.3(4)A1 and the following: 45 46 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 2. Cracks greater than 1 inch in width — fill with sand slurry. 3 5-05.AP5 4 Section 5-05, Cement Concrete Pavement 5 January 3, 2017 6 5-05.3(1) Concrete Mix Design for Paving 7 In last sentence of the second paragraph of item number 1, the reference to "Section 9- 8 01.2(4)" is revised to read "Section 9-01.2(1)B". 9 10 The following is inserted after item number 2: 11 12 13 14 15 16 17 18 Item number 3 is renumbered to 4 and revised (up until the table) to read: 19 20 21 22 23 3. Mix Design Modifications - The Contractor may initiate adjustments to the aggregate proportions of the approved mix design. An adjustment in both the fine and coarse aggregate batch target weights of plus or minus 200 pounds per cubic yard will be allowed without resubmittal of the mix design. The adjusted aggregate weights shall become the new batch target weights for the mix design. 4. Conformance to Mix Design - Cement and coarse and fine aggregate weights shall be within the following tolerances of the batch target weights of the mix design: Portland Cement Concrete Batch Weights Cement +5% -1% Coarse Aggregate +2% -2% Fine Aggregate +2% -2% 24 25 5-05.3(3)B Mixing Equipment 26 The last sentence of item number 4 is revised to read: 27 28 Plant -mixed concrete may be transported in nonagitated vehicles provided that the 29 concrete is in a workable condition when placed and: 30 31 a. discharge is completed within 45 minutes after the introduction of mixing 32 water to the cement and aggregates, or 33 34 b. discharge is completed within 60 minutes after the introduction of mixing 35 water to the cement and aggregates, provided the concrete mix temperature 36 is 70°F or below during placement, or 37 38 c. discharge is completed within 60 minutes after the introduction of mixing 39 water to the cement and aggregates, provided the mix contains an approved 40 set retarder at the manufacturer's minimum dosage rate. 41 42 5-05.3(6) Subgrade 43 This section, including title, is revised to read: 44 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 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 1 1 1 1 1 1 1 1 1 1 5-05.3(6) Surface Preparation 2 The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond 3 each edge of the area which is to receive concrete pavement in order to accommodate 4 the slip -form equipment. 5 6 Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: 7 8 1. The surface shall be moist; 9 10 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the 11 surface. 12 13 3. The surface shall be clean and free of any deleterious materials. 14 15 4. The surface temperature shall not exceed 120°F or be frozen. 16 17 5-05.3(7)A Slip -Form Construction 18 The second sentence of the first paragraph is revised to read: 19 20 The alignment and elevation of the paver shall be regulated from outside reference 21 lines established for this purpose, or by an electronic control system capable of 22 controlling the line and grade within required tolerances. 23 24 7-08.AP7 25 Section 7-08, General Pipe Installation Requirements 26 January 3, 2017 27 7-08.3(1)A Trenches 28 The second sentence of the last paragraph is revised to read: 29 30 The embankment material shall be compacted to 95 percent of maximum density and 31 the moisture content at the time of compaction shall be between optimum and 3 32 percentage points below optimum as determined by the Compaction Control Tests 33 specified in Section 2-03.3(14)D. 34 35 8-01.AP8 36 Section 8-01, Erosion Control and Water Pollution Control 37 August 1, 2016 38 8-01.3(8) Street Cleaning 39 This section is revised to read: 40 41 Self-propelled street sweepers shall be used to remove and collect sediment and other 42 debris from the Roadway, whenever required by the Engineer. The street sweeper 43 shall effectively collect these materials and prevent them from being washed or blown 44 off the Roadway or into waters of the State. Street sweepers shall not generate fugitive 45 dust and shall be designed and operated in compliance with applicable air quality 46 standards. 47 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 Material collected by the street sweeper shall be disposed of in accordance with 2 Section 2-03.3(7)C. 3 4 Street washing with water will require the concurrence of the Engineer. 5 6 8-22.AP8 7 Section 8-22, Pavement Marking 8 August 7, 2017 9 8-22.3(6) Removal of Pavement Markings 10 This section is revised to read: 11 12 Pavement markings to be removed shall be obliterated until all blemishes caused by 13 the pavement marking removal conform to the coloration of the adjacent pavement. 14 15 Grinding to remove pavement markings in their entirety is allowed in areas designated 16 for applications of either Hot Mix Asphalt (HMA) or Bituminous Surface Treatment 17 (BST). Pavement marking removal shall be performed from April 1st through 18 September 30th and only in those areas that shall be paved within the same time 19 window as the grinding, unless otherwise allowed by the Engineer in writing. 20 21 For all cement concrete pavement and areas that will not be overlaid with hot mix 22 asphalt or BST, grinding is allowed to a depth just above the pavement surface and 23 then Water blasting or shot blasting shall be required to remove the remaining 24 pavement markings. 25 26 If in the opinion of the Engineer, the pavement is materially damaged by pavement 27 marking removal, such damage shall be repaired by the Contractor in accordance with 28 Section 1-07.13(1). Sand or other material deposited on the pavement as a result of 29 removing lines and markings shall be removed as the Work progresses to avoid 30 hazardous conditions. Accumulation of sand or other material which might interfere 31 with drainage will not be permitted. 32 33 8-22.4 Measurement 34 The first two sentences of the fourth paragraph are revised to read: 35 36 The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled 37 Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", 38 "Painted Stop Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or "Plastic 39 Wide Dotted Entry Line" will be based on the total length of each painted, plastic or 40 profiled plastic line installed. No deduction will be made for the unmarked area when 41 the marking includes a broken line such as, wide broken lane line, drop lane line, wide 42 dotted lane line or wide dotted entry line. 43 44 8-22.5 Payment 45 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch 46 Marking", per linear foot: 47 48 "Painted Wide Dotted Entry Line", per linear foot. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 "Plastic Wide Dotted Entry Line", per linear foot. 2 3 9-01.AP9 4 Section 9-01, Portland Cement 5 August 7, 2017 6 This section's title is revised to read: 7 8 Cement 9 10 9-01.1 Types of Cement 11 This section is revised to read: 12 13 Cement shall be classified as portland cement, blended hydraulic cement, or rapid 14 hardening hydraulic cement. 15 16 9-01.2(2) Vacant 17 This section, including title, is revised to read: 18 19 9-01.2(2) Rapid Hardening Hydraulic Cement 20 Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. 21 22 9-01.2(3) Low Alkali Cement 23 This section is renumbered as follows: 24 25 9-01.2(1)A Low Alkali Cement 26 27 9-01.2(4) Blended Hydraulic Cement 28 This section is renumbered as follows: 29 30 9-01.2(1)B Blended Hydraulic Cement 31 32 In the first paragraph, items number 3 through 5 are revised to read: 33 34 3. Type IT(PX)(LY), where (PX) equals the targeted percentage of pozzolan, and 35 (LY) equals the targeted percentage of limestone. The pozzolan (PX) shall be 36 Class F fly ash and shall be a maximum of 35 percent. (LY) shall be a minimum of 37 5 percent and a maximum of 15 percent. Separate testing of each source of fly ash 38 at each proposed replacement level shall be conducted in accordance with ASTM 39 C1012. Expansion at 180 days shall be 0.10 percent or less. 40 41 4. Type IT(SX)(LY), where (SX) equals the targeted percentage of slag cement, and 42 (LY) equals the targeted percentage of limestone. (SX) shall be a maximum of 50 43 percent. (LY) shall be a minimum of 5 percent and a maximum of 15 percent. 44 Separate testing of each source of slag at each proposed replacement level shall 45 be conducted in accordance with ASTM C1012. Expansion at 180 days shall be 46 0.10 percent or less. 47 48 5. Type IL(X), where (X) equals the targeted percentage of limestone, and shall be a 49 minimum of 5 percent and a maximum of 15 percent. Testing shall be conducted in AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 accordance with ASTM C1012. Expansion at 180 days shall be 0.10 percent or 2 Tess. 3 4 9-01.3 Tests and Acceptance 5 The second paragraph is revised to read: 6 7 Cement producers/suppliers that certify portland cement or blended hydraulic cement 8 shall participate in the Cement Acceptance Program as described in WSDOT Standard 9 Practice QC 1. Rapid hardening hydraulic cement producers/suppliers are not required 10 to participate in WSDOT Standard Practice QC 1. 11 12 9-03.AP9 13 Section 9-03, Aggregates 14 August 7, 2017 15 9-03.1(1) General Requirements 16 In this section, each reference to "Section 9-01.2(3)" is revised to read "Section 9-01.2(1)A". 17 18 This first paragraph is supplemented with the following: 19 20 Reclaimed aggregate may be used if it complies with the specifications for Portland 21 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from 22 plastic concrete by washing away the cementitious materials. 23 24 9-03.1(2) Fine Aggregate for Portland Cement Concrete 25 This section is revised to read: 26 27 Fine aggregate shall consist of natural sand or manufactured sand, or combinations 28 thereof, accepted by the Engineer, having hard, strong, durable particles free from 29 adherent coating. Fine aggregate shall be washed thoroughly to meet the 30 specifications. 31 32 9-03.1(2)A Deleterious Substances 33 This section is revised to read: 34 35 The amount of deleterious substances in the washed aggregate shall be tested in 36 accordance with AASHTO M 6 and not exceed the following values: 37 38 Material finer than No. 200 Sieve 2.5 percent by weight 39 Clay lumps and friable particles 3.0 percent by weight 40 Coal and lignite 0.25 percent by weight 41 Particles of specific gravity Tess than 2.00 1.0 percent by weight. 42 43 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass 44 color standard procedure and results darker than organic plate no. 3 shall be 45 rejected. A darker color results from AASHTO T 21 may be used provided that 46 when tested for the effect of organic impurities on strength of mortar, the relative 47 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 48 95 percent. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 2 This section is revised to read: 3 4 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, 5 or combinations thereof having hard, strong, durable pieces free from adherent 6 coatings. Coarse aggregate shall be washed to meet the specifications. 7 8 9-03.1(4)A Deleterious 9 This section, including title, is revised to read: 10 11 9-03.1(4)A Deleterious Substances 12 The amount of deleterious substances in the washed aggregate shall be tested in 13 accordance with AASHTO M 80 and not exceed the following values: 14 15 Material finer than No. 200 1.01 percent by weight 16 Clay lumps and Friable Particles 2.0 percent by weight 17 Shale 2.0 percent by weight 18 Wood waste 0.05 percent by weight 19 Coal and Lignite 0.5 percent by weight 20 Sum of Clay Lumps, Friable Particles, and 21 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 22 23 'If the material finer than the No. 200 sieve is free of clay and shale, this 24 percentage maybe increased to 1.5. 25 26 9-03.1(4)C Grading 27 The following new sentence is inserted at the beginning of the last pargraph: 28 29 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least 30 two separate sizes. 31 32 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 33 This section is revised to read: 34 35 As an alternative to using the fine aggregate sieve grading requirements in Section 9- 36 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a 37 combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A 38 may be used. 39 40 9-03.1(5)A Deleterious Substances 41 This section is revised to read: 42 43 The amount of deleterious substances in the washed aggregates 3A inch or larger shall 44 not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than 45 3/s inch they shall not exceed the values specified in Section 9-03.1(2)A. 46 47 9-03.1(5)B Grading 48 The first paragraph is deleted. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 9-03.8(2) HMA Test Requirements 2 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read 3 "Statistical" 4 5 9-03.8(7) HMA Tolerances and Adjustments 6 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. 7 8 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read 9 "Visual Evaluation". 10 11 9-03.11(1) Streambed Sediment 12 The following three new sentences are inserted after the first sentence of the first 13 paragraph: 14 15 Alternate gradations may be used if proposed by the Contractor and accepted by the 16 Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 17 power maximum density curve of the proposed gradation. The alternate gradation 18 shall closely follow the maximum density line and have Nominal Aggregate Size of no 19 less than 11/2 inches or no greater than 3 inches. 20 21 9-03.12(4) Gravel Backfill for Drains 22 The following new sentence is inserted at the beginning of the second paragraph: 23 24 As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 25 03.1(4)C. 26 27 9-03.12(5) Gravel Backfill for Drywells 28 The following new sentence is inserted at the beginning of the second paragraph: 29 30 As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 31 03.1(4)C. 32 33 9-03.21(1)B Concrete Rubble 34 This section, including title, is revised to read: 35 36 9-03.21(1)B Recycled Concrete Aggregate 37 Recycled concrete aggregates are coarse aggregates manufactured from hardened 38 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 39 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate 40 shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) 41 or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), recycled 42 concrete shall: 43 44 1. Contain an aggregated weight of less than 1 percent of adherent fines, 45 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 46 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 47 deleterious substance(s) not otherwise noted; 48 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Be free of components such as chlorides and reactive materials that are 2 detrimental to the concrete, unless mitigation measures are taken to prevent 3 recurrence in the new concrete; 4 5 3. Have an absorption of less than 10 percent when tested in accordance with 6 AASHTO T 85. 7 8 4. Be considered mechanically fractured and therefore be considered part of the 9 total fracture calculation as determined by the FOP for AASHTO T 335. 10 11 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 12 13 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 14 any surface water of the State. 15 16 9-03.21(1)D Recycled Steel Furnace Slag 17 This section title is revised to read: 18 19 Steel Slag 20 21 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 22 Material 23 24 In the Hot Mix Asphalt column, each value of "20" is revised to read "25". 25 26 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag". 27 28 The following new row is inserted after the second row: 29 Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0 30 31 9-04.AP9 32 Section 9-04, Joint and Crack Sealing Materials 33 January 3, 2017 34 This section is supplemented with the following two new subsections: 35 36 9-04.11 Butyl Rubber Sealant 37 Butyl rubber sealant shall conform to ASTM C 990. 38 39 9-04.12 External Sealing Band 40 External sealing band shall by Type III B conforming to ASTM C 877. 41 42 9-04.1(2) Premolded Joint Filler for Expansion Joints 43 This section is supplemented with the following: 44 45 As an alternative to the above, a semi-rigid, non -extruding, resilient type, closed -cell 46 polypropylene foam, preformed joint filler with the following physical properties as 47 tested to AASHTO T 42 Standard Test Methods may be used. 48 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 Closed -Cell Polypropylene Foam Preformed Joint Filler Physical Property Requirement Test Method Water Absorption < 1.0% AASHTO T 42 Compression Recovery > 80% AASHTO T 42 Extrusion < 0.1 in. AASHTO T 42 Density > 3.5 lbs./cu.ft. AASHTO T 42 Water Boil (1 hr.) No expansion AASHTO T 42 Hydrochloric Acid Boil (1 hr.) No disintegration AASHTO T 42 Heat Resistance °F 392°F± 5°F ASTM D 5249 1 2 9-04.2(1) Hot Poured Joint Sealants 3 This section's content is deleted and replaced with the following new subsections: 4 5 9-04.2(1)A Hot Poured Sealant 6 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in 7 accordance with ASTM D5329. 8 9 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 10 Hot poured sealant for cement concrete pavement shall meet the requirements of 11 ASTM D6690 Type IV, except for the following: 12 13 1. The Cone Penetration at 25°C shall be 130 maximum. 14 15 2. The extension for the Bond, non -immersed, shall be 100 percent. 16 17 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 18 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM 19 D6690 Type I or Type II. 20 21 9-04.2(1)B Sand Slurry for Bituminous Pavement 22 Sand slurry is mixture consisting of the following components measured by total 23 weight: 24 25 1. Twenty percent CSS -1 emulsified asphalt, 26 27 2. Two percent portland cement, and 28 29 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B 30 Class 2. Fine aggregate may be damp (no free water). 31 32 9-04.2(2) Poured Rubber Joint Sealer 33 The last paragraph is deleted. 34 35 9-04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes 36 "AASHTO M 198" is revised to read "ASTM C 990". 37 38 9-04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe 39 In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990". 40 41 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 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 1 1 1 1 1 1 1 1 1 1 1 1 9-23.AP9 2 Section 9-23, Concrete Curing Materials and Admixtures 3 January 3, 2017 4 9-23.9 Fly Ash 5 The first paragraph is revised to read: 6 7 Hy ash shall conform to the requirements of AASHTO M295 Class C or F including 8 supplementary optional chemical requirements as set forth in Table 2. 9 10 The last sentence of the last paragraph is revised to read: 11 12 The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to 13 fly ash used in Controlled Density Fill. 14 15 9-23.12 Metakaolin 16 This section, including title, is revised to read: 17 18 9-23.12 Natural Pozzolan 19 Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to 20 the requirements of AASHTO M295 Class N, including supplementary optional 21 chemical requirements as set forth in Table 2. 22 23 9-30.AP9 24 Section 9-30, Water Distribution Materials 25 August 7, 2017 26 9-30.6(3) Service Pipes 27 This section is supplemented with the following new subsection: 28 29 9-30.6(3)C PEX-a Tubing 30 PEX-a tubing shall be a minimum of 3/4 -inch or a maximum 2 -inch in diameter and shall 31 be manufactured in accordance with AWWA C904 and ASTM F876. The tubing shall 32 have a minimum materials designation code of 3306 in accordance with ASTM F876, a 33 pressure rating of 200 psi at 73.4 degrees using a design factor of 0.63 as outlined in 34 PPI TR -3, Part F-7, and shall have a minimum SDR of 9. Tubing color shall be blue in 35 accordance with APWA Uniform color standards. 36 37 9-30.6(4) Service Fittings 38 This section is supplemented with the following new paragraph: 39 40 Fittings for PEX-a tubing shall meet the requirements of AWWA 0904. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 APPENDIX B CONSTRUCTION STAKING REQUEST FORM G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx CONSTRUCTION STAKING REQUEST FORM EMAIL TO: eherzog@hlacivil.com and tfries(c,hlacivil.com OR FAX TO: ERIC HERZOG, P.L.S. at (509) 965-3800 CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 Contractor: Date of Request: Time of Request: The Contractor shall provide at least three (3) working days' notice as required by the Contract Technical Specifications. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1. 2. 3. 4. SIGNATURES STAKING COMPLETED Contractor HLA Engineering and Land Surveying, Inc. (HLA) Item By Date/Time 2. 3. 4. The Contractor is responsible for providing traffic control for the survey crew at their own expense. G:\PROJECTS\2017\17083E\SPEC\17083 SPEC.Docx .tv wm1 NOB k ,\I PROJE'C-1- OCATIFQt I i l Iry _ i WASHING:ION-AVEE'-'1-=.--7:771 '' = �ryl- - ,,, rrr- i hyo t ,�;�lilill I FTET-A '141,11 If ill :1 l !In �\ N I X3-1"! _.., ; ' — , N �,� , VICINITY MAP NOT TO SCALE DATUM ELEVATION ELEVATIONS SHOWN HERON ARE BASED ON WASHINGTON STATE REFERENCE NETWORK (WSRN) (NAVO88). CITY OF YAKIMA YAKIMA COUNTY WASHINGTON WASTEWATER COLLECTION SYSTEM IMPROVEMENTS - PRIORITY 1 CITY OF YAKIMA PROJECT NO. 2459 HLA PROJECT NO. 17083 OCTOBER 2017 SHEET INDEX SHEET 1 SHEET 2 SHEETS 3 SHEETS 4-8 SHEETS 9-11 SHEET 12 SHEETS 1 3-1 4 COVER LEGEND AND GENERAL NOTES SHEET MAP PLAN AND PROFILE MANHOLE PLAN AND DETAIL W. PIERCE ST. BYPASS EXHIBIT DETAILS Know what's below. Call before you dig, LOCATION OF ALL UNDERGROUND UTILITIES SHOWN HEREON ARE APPROXIMATE AND ARE BASED ON FIELD LOCATIONS OF ALL VISIBLE STRUCTURES SUCH AS: CATCH BASINS, MANHOLES, WATER GATES, ETC. AND COMPILING INFORMATION FROM PLANS SUPPLIED BY VARIOUS UTILITY COMPANIES. ALL CONTRACTORS SHOULD CALL 509-248-0202 OR 1-800-424-5555 PRIOR TO ANY EXCAVATION WORK. +4.40. Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com /0 /5T '-''1ONAAL E' JOB NUMBER: 17083 DATE: 10-19-17 FILE NAMES: DRAWING: SHEETS dwg PLAN: 17083 dwg PROFILE: 17083 dwg CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH COVER SHEET 1 OF 14 w 55 0 CULV OHP CHF UP FO - CATV GG Y RS SL - i9W JD VENT WAS LEGEND W SS D ,.JLV .,HP CHT 1P FC ,ATV aw RR -M .,W HW - W N' RS SL TBW - -R VENT WAS Illlllllll:�ll�ililill�ll;l sa 55 Ol EXISTING RIGHT-OF-WAY EXISTING FENCE EXISTING WATER EXISTING SEWER EXISTING STORM DRAINAGE EXISTING NATURAL GAS EXISTING CULVERT EXISTING OVERHEAD POWER EXISTING OVERHEAD TELEPHONE EXISTING UNDERGROUND POWER EXISTING TELEPHONE EXISTING FIBER OPTIC EXISTING CABLE TV EXISTING IRRIGATION EXISTING BLACK WATER EXISTING CHLORINE EXISTING DIGESTED SLUDGE EXISTING EFFLUENT EXISTING IRRIGATION EXISTING FORCE MAIN EXISTING GRAY WATER EXISTING HOT WATER SUPPLY EXISTING INDUSTRIAL WASTE EXISTING INFLUENT EXISTING GUY LINE EXISTING RAW SEWER EXISTING SLUDGE EXISTING TREATED BLACK WATER EXISTING TREATED WATER EXISTING UNDER DRAIN EXISTING VENT EXISTING WASTE ACTIVATED SLUDGE EXISTING RAILROAD EXISTING SEDIMENT FENCE EXISTING DECIDUOUS TREE EXISTING EVERGREEN TREE EXISTING SHRUB EXISTING STUMP //1.27/1 ASPHALT AREAS //////////2 //////////// CONCRETE AREAS BUILDINGS Ira®000©000 9 �o= eo 5 OO 0 0 0 �C( EXISTING MONUMENT FOUND EXISTING PROPERTY CORNER FOUND 5/8" REBAR WITH CAP 133132 SET EXISTING WATERMAIN BLOWOFF EXISTING IRRIGATION VALVE EXISTING FIRE HYDRANT EXISTING PIV EXISTING FDC EXISTING WATER VALVE EXISTING WATER METER EXISTING WATER MANHOLE EXISTING SANITARY SEWER MANHOLE EXISTING CLEANOUT EXISTING STORM DRAIN DRYWELL EXISTING CATCH BASIN EXISTING STORM DRAIN MANHOLE EXISTING TELEPHONE MANHOLE EXISTING POWER MANHOLE EXISTING IRRIGATION MANHOLE EXISTING GAS METER EXISTING GAS VALVE EXISTING SIGN EXISTING MARKER SIGN EXISTING ANCHOR POLE EXISTING PULL BOX EXISTING TELEPHONE PED EXISTING UTILITY POLE EXISTING LIGHT EXISTING PEDESTRIAN/YARD LIGHT EXISTING TRAFFIC SIGNAL EXISTING PUSH BUTTON SIGNAL EXISTING WOOD POST EXISTING STEEL POST EXISTING HOSE BIB EXISTING SPRINKLER EXISTING STAND PIPE EXISTING WELL EXISTING MAIL BOX EXISTING FLAG POLE EXISTING WIND MACHINE NEW HMA NEW CURB AND GUTTER NEW CEMENT CONCRETE SIDEWALK NEW HANDICAP RAMP NEW SEWER UNE NEW WATER LINE NEW STORM DRAIN PIPE NEW AND/OR RELOCATED CHAINUNK FENCE NEW MANHOLE NEW CATCH BASIN NEW DRYWELL NEW JUNCTION BOX NEW STREET LIGHT NEW FIRE HYDRANT NEW WATER VALVE NEW WATER METER GENERAL PROJECT NOTES 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF SITE IMPROVEMENTS SHALL MEET OR EXCEED THE OWNER'S SITE WORK STANDARDS AND THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE CITY OF YAKIMA PUBLIC WORKS REGULATIONS AND APPLICABLE STATE AND FEDERAL REGULATION. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE HIGHER QUALITY STANDARD SHALL APPLY. ALL WORK WITHIN PUBLIC RIGHT OF WAY OR EASEMENTS SHALL BE INSPECTED AND APPROVED BY THE CITY OF YAKIMA. 2. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICIION/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. 3. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON-SITE AT ALL TIMES. 4. 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. 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)8, 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. 6. 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. 7. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 8. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA AND ENGINEER 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 ACTVITES. 9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS. SAFETY DEVICES, PROTECTIVE EQUIPMENT. FLAGGERS, AND ANY OTHER NEEDED ACTIONS 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. 10. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS SHOWN ON THESE DRAWINGS OR DESIGNATED TO BE PROVIDED, INSTALLED, CONSTRUCTED, REMOVED, AND RELOCATED UNLESS SPECIFICALLY NOTED OTHERWISE. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 12. 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 AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 13. 14 DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO 8E SCALED FROM ANY DRA\MNG. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE ENGINEER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE AS -BUILT RECORD DRAWINGS. 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. 15. THE CONTRACTOR SHALL SUBMIT A PHASING PLAN FOR ALL WORK IN PUBLIC ROADS AND RIGHTS OF WAY TO THE CITY OF YAKIMA AND ENGINEER BEFORE BEGINNING ANY WORK WITHIN THESE AREAS. CONTRACTOR SHALL BEGIN WORK ONLY AFTER THE CITY OF YAKIMA APPROVES THE PHASING PLAN, AND A PRECONSTRUCTION MEETING IS HELD BETWEEN THE CITY, THE ENGINEER, AND THE CONTRACTOR. 16. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY. 17. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE ALL UTILITY RELOCATIONS CONSISTENT WITH THE CONTRACTOR'S SCHEDULE FOR THIS PROJECT, WHETHER SHOWN OR NOT SHOWN AS IT RELATES TO THE CONSTRUCTION ACTIVITIES CONTEMPLATED IN THESE PLANS. 18. EXISTING UTILITY LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND FIELD LOCATES, BUT MAY NOT REFLECT ACTUAL LOCATIONS. 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. 19. THE CONTRACTOR SHALL PROTECT ALL WATER, IRRIGATION, AND WASTEWATER MAINS IN ADDITION TO ALL WATER SERVICES AND SIDE SEWERS IN PLACE. NO UTILITY MAIN RELOCATIONS WILL BE ALLOWED WITHOUT AUTHORIZATION BY THE ENGINEER. ANY UTILITY MAINS DAMAGED DUE TO CONTRACTOR'S OPERATIONS SHALL BE REPLACED AT HIS EXPENSE. ANY WATER SERVICES OR SIDE SEWERS DAMAGED DUE TO CONTRACTOR'S NEGLIGENCE SHALL BE REPLACED FROM THE MAIN TO THE METER/PROPERTY LINE BY THE CITY AT THE CONTRACTOR'S EXPENSE. DURING TRENCH EXCAVATION ADJACENT TO AND BEHIND A WATERLINE FITTING, THE CONTRACTOR SHALL PROTECT THRUST BLOCKING WHERE ENCOUNTERED AND MAINTAIN UNDISTURBED EARTH BEHIND THRUST BLOCKING. AT WATER MAIN CROSSINGS, THE CONTRACTOR SHALL PROVIDE AND INSTALL COMPACTED GRANULAR BACKFILL OR CDF WITHIN WATER MAIN PIPE ZONE. IF CDF IS USED, WRAP WATER MAIN WITH LAYER OF PLASTIC. 20. 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 BY POTHOLING OR OTHER METHODS PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER, 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. 21. 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. 22. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. WATERLINE SEPARATION FROM NONPOTABLE CONVEYANCE SYSTEMS THESE STANDARDS APPLY TO WATER MAIN LINES, WATER SERVICES 3 -INCH AND LARGER AND NONPOTABLE PIPELINES INCLUDING SANITARY SEWER MAINS, SANITARY SIDE SEWERS, IRRIGATION MAINS AND STORM SEWER MAINS. THE MOST COMMON SEPARATION SCENARIOS ARE ADDRESSED BELOW. CONSULT THE WATER/IRRIGATION DIVISION AND WASTEWATER DIVISION FOR GUIDANCE WHEN OTHER SCENARIOS ARE ENCOUNTERED DURING DESIGN AND CONSTRUCTION. ALL DEVIATIONS FROM THE STANDARD SEPARATION REQUIREMENTS SHALL BE APPROVED BY THE CITY. ADDITIONAL STANDARDS AND GUIDANCE CAN BE FOUND IN THE LATEST EDITION OF THE DOH WATER SYSTEM DESIGN MANUAL, DOE CRITERIA FOR SEWAGE WORKS DESIGN, AND DOH/DOE PIPELINE SEPARATION DESIGN AND INSTALLATION REFERENCE GUIDE. ALL HORIZONTAL SEPARATION MEASUREMENTS NOTED ARE THE EDGE TO EDGE OF PIPES AND VERTICAL SEPARATION FROM INVERT TO CROWN OF PIPES. ... 7 • . .11,• - .a, , :1i: • I .4 1• •••� ..3 . WATERLINES HALL BE INSTALLED A MINIMUM OF 10 FEET HORIZONTALLY AND 18 INCHES VERTICALLY ABOVE OTHER NONPOTABLE PIPELINES. WHERE THIS IS NOT POSSIBLE, A WATERLINE MAY 8E INSTALLED A MINIMUM OF 5 FEET HORIZONTALLY AND 18 INCHES VERTICALLY FROM OTHER NONPOTABLE PIPELINES, AS LONG AS THE WATERLINE IS PLACED IN A SEPARATE TRENCH AND ON A BENCH OF UNDISTURBED EARTH. 3 • :1.. - .a, .••"• _ .. . Ii. 1. ,111 • NONPOTABLE PIPELINES SHALL BE INSTALLED A MINIMUM OF 10 FEET HORIZONTALLY AND 18 INCHES VERTICALLY BELOW EXISTING WATERLINES. WHERE THIS IS NOT POSSIBLE, A NONPOTABLE PIPELINE MAY BE INSTALLED A MINIMUM OF 5 FEET HORIZONTALLY FROM AN EXISTING WATERLINE, AS LONG AS THE NONPOTABLE PIPELINE IS INSTALLED A MINIMUM OF 18 INCHES VERTICALLY BELOW THE WATERUNE AND THE NONPOTABLE PIPELINE IS PLACED IN A SEPARATE TRENCH. IF THE VERTICAL SEPARATION CANNOT BE MET, THEN THE NONPOTABLE PIPELINE SHALL BE CONSTRUCTED OF OR ENCASED IN MATERIALS EQUAL TO WATERUNE STANDARDS WITH A MINIMUM PRESSURE RATING OF 150PSI (C-900 PVC, DUCTILE IRON). .. L. :16. - . , ,:1 . I31. 1. .�...� ..� WATERLINES SHALL BE INSTALLED A MINIMUM OF 18 INCHES VERTICALLY ABOVE NONPOTABLE PIPELINES. WHERE THIS IS NOT POSSIBLE, OR THE WATERLINE PASSES UNDER A NONPOTABLE PIPELINE, THE WATERLINE SHALL BE INSTALLED IN A PRESSURE RATED PIPE CASING EXTENDING 10 FEET EACH SIDE OF THE CROSSING. IN ADDITION, WHERE THE WATERLINE PASSES UNDER AN EXISTING NONPOTABLE PIPELINE, SUPPORT SHALL BE PROVIDED FOR THE NONPOTABLE PIPELINE BY BACKFILLING THE NONPOTABLE PIPELINE TRENCH WITH CONTROLLED DENSITY BACKFILL OR OTHER APPROVED METHODS. A MINIMUM OF 6 INCHES OF SEPARATION BETWEEN THE CROSSING PIPELINES MUST BE MAINTAINED IN ALL CASES. :• • . :I4. - . , .6:.. ..p , A .1 I. ,: 13: • NONPOTABLE PIPELINES SHALL BE INSTALLED A MINIMUM OF 18 INCHES VERTICALLY BELOW EXISTING WATERLINES SUPPORT SHALL BE PROVIDED FOR THE WATERLINE BY BACKFILLING THE NONPOTABLE PIPELINE TRENCH WITH CONTROLLED DENSITY BACKFILL OR OTHER APPROVED METHODS. WHERE THE MINIMUM CLEARANCE IS NOT POSSIBLE, OR THE NONPOTABLE PIPELINE PASSES ABOVE A WATERLINE, A FULL LENGTH OF NONPOTABLE PIPELINE SHALL BE CENTERED AT THE CROSSING. IN ADDITION, THE NONPOTABLE PIPELINE SHALL EITHER BE INSTALLED IN A PRESSURE RATED PIPE CASING EXTENDING 10 FEET EACH SIDE OF THE CROSSING, OR BE CONSTRUCTED OF ONE STANDARD LENGTH OF PIPE MATERIAL EQUAL TO WATERLINE STANDARDS WITH A MINIMUM PRESSURE RATING OF 150PSI (0-900 PVC, DUCTILE IRON). A MINIMUM OF 6 INCHES OF SEPARATION BETWEEN THE CROSSING PIPELINES MUST BE MAINTAINED IN ALL CASES. 04.+ H L A Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 17083 DATE: 10-19-17 FILE NAMES: DRAWING: SHEETS dwg PLAN: 17083 dwg PROFILE: 17083 dwg CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH LEGEND AND GENERAL NOTES SHEET 2 OF 14 \-----\„, , **** •\-----\ •----•.-A-c:::;\ ' • „___....; \ 0 , -----\ \ ,--- 10 t. -S.••-----, .----- ' \ / \ __...--•, ,........--\ : .:, -•-k \ ----- \ \------' I \\\-------•, -------' ,--, \,-----\ -v..\r. •---- \---"._-:,--.‘-\ \ \ \ \ LE AST —2\7-7\ I I --\ \ • \ \ '\ \ \ \ E YAKIMA AVE. \z" -,S-•\ • \ TARGET -PIPELINE I !!I I I \ c"-----\,____\\-____.-----,. ---„,._-,-,c-tIr..-:---.• \ ......---,,,,_•,•,_--_-----'`.____., •1.--_-%_,\:-.----,_____,\. II!`",,_ --------------I \----I__---,---.. ----•N 1----\•_,--j---- \ \____•._._--- ,________---,,,,---\!.. ,__..---__\ _---__,A '•.---_\ , ----. _•,,,-;:.---'----_____,----- —_____$ 40,--......_.,—........ .---- ---„\„, _--,‘ .,------,-H , ,,, , ,,......._-, ;,,,____, ___.... „...-„, , „--„, , •... ,..,..-- -- -,A.-.,--k\-L'"„-----'-- ';-',‘:-.-------\ • ' i•A ;\ \ '\---__‘, ,_-' :----- ----' -__\ , • -- --C\ - 1--' \ \, _ i‘- \\''--,,,,-,-,-,-, -. \ •„::,.\_..,-.\._-- .- --, .---" \------>'\---------'\ '-------- --..--L • '..5•• `-----' ‘,....----\ \--' • \ `. \ ,, ,S. -C-: ---\\-_----- '----**":. • •Ilj\\ ,, ' ,...A. '----> , ! .----''-:\ c. -G......---- ‘' _;• ‘,---;•--‘ . \ •"..;,\\_____....: \ „„---- _..---' r.....--. . .....s, • , , _---• _----;\ ------, \ '' ,-;:----\,' \ \ -,;-----‘, \ . ' \ * \ ' \ \ '-----• \ \ -• ,,...--, \ ! • \ r•-----''---- \,11"' • Ot- \ • , , A ' , •A, , - ' • '3\.> \ \ E(Ei St. PIPELINE" . Hil :Lill 1 --1: I N - H W._ MEAD_E-AVE. ' 14-, 7 r--77771 I__Idt 1 •--, .1----U.J 1—. I: w I 1(5 I< ,z -1 1, I :LLI 1 1-11-0 > W7PIE-RCE-STH =111111 I I I LJ I •f --I „ „-SHEE- •5•=6 • W_PIERCE ST. PIPELINE 1 1 I I I I ' , [ I I — 1 : ' ' ,----1 • 1 : . I I • ; i— ' ! 1 .1 j -SHEET, p _ _.-...-••. , . , _____. 1 s--„ -I I :1I , . : v\FLoGAN-Avc. 1 ' I • ' , , , . , • , - . , , •w a .r. Irr r•-• •• 1— __H > I ! 1 ! ! , ,J 1--, , : : • . ! 1 1AC-MEAD-AVE. 1 I > L,!, :=t 1 , • z---1 ! ' ' ! •-j CP (13 ' • i 1 ,- ;I :----C 1' 1 1 , _ WJ__H• ! 1 ! 7— ,. I • I : 1 --'---- I : : Fl- ., [ • 1 : H • LWOODLANFH- DJA:;V.E. LoGAWAVE. MANHOLE ' I ! , • I , 1=1 s \ \ \ n\ \NI 1 Irr , \ \ w • •••E''''' -----VV-__Si____, TEWARTS-T-- ! ! ; 1 ! r--. ! I 1---1-- 1 \ \, \ \• \ \ \ .,.,' `., • , 1 I ) \ '‘' \ ' I : 1 1 SHEET 4 • , -_-W.-140 trAtt_BEV-----1-D _ ., \\,, , \ \ •,,,7_ , 1 I ' I ,___H• 1•1 1,----I V‘I\ \ \ \ ; ! !I >• ! 1 I , •-----• --•?• H! w Z _11 i 1 < cni , • 1 <c. 1 1_> • ! <r, 7----' , ,. co , co I ! I ! ! . cN 17-1: ' ! 1; BAMBOO=TERRACERIPELINE— W=ORASOH-AVE. \ \ ' IwIMEADIP•NE.! • 1 1 1 ! I ' 11 ,L________ ,IIIIIIIII I 1 H 1, 1 , , , ! •li, 1 , :___= vv, I • • I I I I --r- : I • 11 . , , 1 I I--'• I I--7-- ! , . ! ! 1 il !•11 ,--1, SHEEL9TSFJEEr10 ,--=-WKINGLST; ' • I I •:------: ' I ' Ii --j_ I •----I •!—I,--1 I I I I ! ! :.. .. ! . : . ' :: I I I I ! •' H—I 1 I .1 I! II I ! ! 1 ' I 1 II I ! I I • I ! ' cd,___!— ! I I 1 1 ' ! ' ! i ' i. : < >, = - Tr! .;-•H-i 1 i , I : , I " ' I W-PIERCEISTj I • (I) 1, • , 1 • I i ! • BROADWAY ' l• I 1 ' 1 II 1 , , t ! ! ! . . ,,,,‘,1 ! • 1 ! II ! n'i I i , I: CO I ' I PARK 1 I I ! KINGI-ST. MANH-OLES • 1 1 hj, "-±L=-1 llp--i; 1 . — H---1,— '----IF---. • 1- —. 1 --II—! ,W- - • E --•---F 1 _-_ri•-• s iii[ ---------</ L —nI _I i_H !____• _I : 1_ ! 1 . 1 ) • • i 771_ W. NOB RILL BLVD. —ILL_ _ 1 ! li.j H ! il 1 1 ! 1 zlt L____ I ! •t2I, I 1 • H 1 , 1 1 11 .0IH_;,LP'; --1 74-1 r 0 I ! !,—(/)1 CP ' • : :I; ii j,1! i,,-•—•! ! f 1 SHEET;10 SHEET:11 I—SHEETil, i , i • . i.•..,.•. .., , . ! ,•1 1 :, 1 • : W7PRASCH-AVE. . . • • !!= • •Is-ri • a - •• • • •• • • • •r , • , • 11 • ! ! • ! ! , i 'Ti I 1 1 ' " W. VIOLA -AVE. - • , • ; I IF-9A-SCH-AY -E-I.IMANH.OLES , 4.4+ H L A Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 17083 DATE: 10-19-17 FILE NAMES: DRAWING: SHEETS.dwg PLAN: 17083 dwg PROFILE: 17083 dwg CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 REVISION DATE DESIGNED BY: ENTERED BY: BAA AJH SHEET MAP SHEET 3 OF 14 1 E46MH28 I - - I STA. 4+08.58, NEW MH-SS #3 REMOVE EXISTING MANHOLE AND INSTALL - 01M 1 RIM 15E) 10 I w IE 1035.56 I I 1 En 10 20 40 I NEW SANITARY SEWER MANHOLE DETAIL 1.2, SHEET 13. IE OUT (N): 1035461 , /N . Z �/v� r I I . Z -� I MH-S0 ./ '.:I 1048 F I ,-. RIM:1044.96 1T1 lE IN (NW/SW).1042.2 X°°`' I_ I CONSTRUCTION NOTES: A � � 4+62 IE OUT (5):1040.36, - 1 / / I o DUNSTANFAMILYLLC 1 //tee j• Ak FEx 12 Pecs$ Ew�ER sss� N1 ADJUST TO FINISH GRADE, DETAIL 3.1, „. (191318-44027) 1 roN _ '' / i oe ss ss SHEET 14. 115 N 10TH ST �LSaP-'' °_� /f - LAWN I s, I 1 ss --____s, .�.=i I / W -� ." �_ I U no/ /,>;.'. r/ Ex s' wA "� � N2 PROTECT AND PRESERVE UNDERGROUND ®,,-''; , � / � TER "�" O UTILITIES. STA. 1+07 RT, INSTALL SIDE SEWER WYE AND 4" SEWER LATERAL, C900 PIPE, S=0.02 FT/FT., DETAIL 3.4, SHEET 14. STA. 2+13.20, NEW MH-SS #2 REMOVE EXISTING MANHOLE AND INSTALL NEW SANITARY SEWER MANHOLE PLUG ABANDONED SEWER PIPE TO SOUTH WITH ! o / / JI 'i/ i J/ / tAwN 1 i<Khl'. �' a X11 �: �Y�I�I/ I "gym I I N3 CDF BACKFILL AROUND WRAPPED WATER I ___ I MAIN. DETAIL 3.1, SHEET 13. ®' ----___I I CONCRETE. DETAIL 1.2, SHEET 13. I r ey 1. /_-. I � / •;;/ / III I r- N4 PROVIDE ASPHALT CONCRETE SURFACING. O STA. 1+00, NEW MH-SS #1 �, ce"� , ,f� /,g1t : RIM:104255 y?i5� I •y� I / I I I ALL TRENCH EDGES SHALL BE NEAT LINE - - - - - INSTALL NEW SANITARY SEWER MANHOLE, TYPE 3 SHALLOW. DETAIL 1.2, SHEET 14. STA. INSTALL AND 1+73 RT, SIDE SEWER WYE TEE 4" SEWER LATERAL, C900 ._. I IE IN (NW).104035 • I / /, ! IE OUT (NE): 1040.2511 ; f - -.i; �+ / 1 30• I I CUT PRIOR TO REPAIR. DETAIL 2.3, 1-� ' �ri I ! I a UnUTYEASEAENO I I I SHEET 13. / I - - - 30' PIPE, - DETAIL SLOPE TO CONNECTION. 3.4, SHEET 14. CB RIM-1042 IE: 1038.48 I i ` (' i/ o ° I I I I NS APPLY WHITE PAINT MARKING, 4" WIDE, 47 t / r " - / I I I 0 ` is- t.°9 F+/r I PARKING STALL. UnuTY --__ EASEMENT _ -_---_-loaa_�L -- loaz- b' r I _ -0+00 - -- _ _ _ ®I� �� - I I�-ice , - -�-�-- UTILITY - VAULT z cns I j y ® / /P \�P// 2r/ e60 �/ // Pr / s Q .' y\ �° r "� /•s G'i / Ps I / / STA. 2+13.20 TO STA. 4+08.58 REMOVE EXISTING SANITARY SEWER MAIN AND INSTALL NEW 12" MAIN IN SAME I N6 SAWCUT AND REMOVE AS NECESSARY. REPAIR WITH NEW CURB WHERE NEEDED, DETAIL 3.2, SHEET 13. ! -17°44-----61:4 � X043_ Wim_ %. 1 LOCATION AT DEPTHS SPECIFIED IN PROFILE. CONTRACTOR 4, 1 ® +:■. L=,----GAS / L�Aui-TJTILITY _ C / o��� N7 RECONNECT SIDE SEWER LATERALS, `'y �'� � f �_7 ! :i -- - Di i�� °�D _� \ ! ' i c �° _ ��/ __11,-- SHALL PROVIDE BYPASS FOR BOTH ACTIVE SEWER LATERALS. MATCH EXISTING SIZE, DETAIL 3.4, 1 SHEET 14. NEW SIDE SEWER PIPE SHALL " _ MH-sD�WIE. 1. _ - - - _ _ RIM: 1040.59 1,401#-�1 -- __ _ I0 w (N) 1037.25 .149' �" _'----+E--nu-LAI10372 6,. 1 N '/"=--l7IL"" 1% �_ `'� NEW- �^ __ N. oo'20"E,",-.•“...-7:44. V; SANIT D'U/A G�� c o° O w �!, I EXTEND 5 FEET FROM SEWER MAIN _ i -� / ' r \ I I OUTWARD. CONNECT TO EXISTING WITH _ SO LF. INFILTRg710N •• �,"°/ IE103551 \.�'-1i •,• / D �/ 1_ -7 I�' • RM1039.67r E A�-,(--"-' '-_'r r--a-IE:1o3ze7 anW ^SEWER C�s ?#00- a i/ SS -, %/d' // SPEED \ ':N_�, ,� BUMP \ STA. 2+13.20, RECONSTRUCT SPEED BUMP INCLUDING PAINT, MATCH EXISTING. RIGID COUPLING TO PROVIDE WATER I I TIGHT CONNECTIONS WITH MATCHING INVERTS. ( :,.'J..\ ��.I N 3'O ss -f-O � 55-�5���_SS _'11-1,1 - 4_ Ex. 12 PVC SEWER IL1-- N r , I - Y/ 1 1 N8 REMOVE EXISTING CAPPED LATERALS STA. 0+76, 34' RT. INSTALL 4" 30' ELBOW, CONNECT TO EXISTING LATERAL APPROXIMATE IE: 1037.3±.',17 .". '� \ ' NOT 4' CLEANOUT P IE: '1 36. f IE 1037.5± � ° MH-SS ���I \ I 7. I4 a- �� I'a -_- I - AND DO NOT REPLACE. I I I / I 1 E46MH27 MH-SS I ° RIM:1042.48 NOTES: REMOVE AND RECONSTRUCT CEMENT CONCRETE PANEL,eO MATCH EXISTING DEPTH AND SEPARATOR �� CB `� I5 `\ 111,11),V \ST NG E IN (S) 1036.03 1 E OUT (NW):1035.93 1 1. REPLACE SEWER LINE IN EXISTING LOCATION. REINFORCEMENT. PLUG ABANDONED SEWER PIPE TO RIM 1041.00 E 1038 03 , ` - �n I EX nNN 1111110L''' ° \ 4' mANSInoNs SIDE SEWER To 10' STA. 1+00 TO STA. 2+13.20, SANITARY SEWER MAIN AND LATERALS I I 2. ALL EXISTING UTILITIES IN PROFILE ARE I NOTE: SHOWN FOR REFERENCE ONLY AND DO NOT REPRESENT ACTUAL NORTH WTH CONCRETE. 0�to / CLEANOUT E: 103e9t SHALL BE C900 PRESSURE RATED PIPE. LOCATIONS AND PRIOR TO INSTALLATION OF NEW DEPTHS. I SEWER MAIN, CONTRACTOR SHALL 3. ETCONTRACTOR IS RESPONSIBLE FOR ALL REMOVE CLEANOUT FRAME AND STA. 1+73, INSTALL 34' RT. 4" 11 1/4' ELBOW, WRP GATEWAY LLC / I I EXCAVATE/POTHOLE EXISTING SEWER SANITARY SEWER BYPASSES INCLUDING SIDE COVER, PLUG ABANDONED \ LATERAL. CONNECT TO EXISTING APPROXIMATE IE: 1038.5± (191318-44410) 1 / LATERAL CONNECTION LOCATIONS TO SEWER LATERALS DURING CONSTRUCTION. SEWER PIPE WITH CONCRETE, AND PATCH WITH HMA. \ REMOVE AND RECONSTRUCT CEMENT CONCRETE PANEL, 128NFAIRAVE VERIFY SIZE AND INVERT ELEVATIONS. BYPASSES SHALL BE MAINTAINED BY THE I CONTACT ENGINEER IMMEDIATELY IF CONTRACTOR 24 HOURS PER DAY UNTIL ALL 10'x13' MATCH EXISTING DEPTH AND REINFORCEMENT. INVERT ELEVATIONS OR SIZE ARE • CONNECTIONS ARE MADE AND THE SEWER DIFFERENT THAN PRESENTED. SYSTEM IS BACK ONLINE. pmm■m■■w■■■ M■mmomomo■mm ■wwm■ i --■■mw■ m o MN■gY�®■mm MOM wwI ■■S wOmm■ II W , '■mee■■ ■ wm■■mmmmmm■ m_��mm�■ ■ mtlm T wm■m■ - ■Eww wYm■. w■■ www■m•mmm■wmmmm■w■wwm : ;�� ®!mm■11a■tlmw mtlw ■mom ■w®mmtl ■ :.=MEMO= mmowm : mo w : Ow:mm mmm■■■■ mm®wmom w ff MAMIE mmww ■•wm■i■mao ■■i®omru 2®••"'",•,•••,..•!11•== : : 31 !!�! mumml ■• • i_yL ■o■■o1u tl■w■■uom®mo■o■i■■tl ■wm>mow■w■ � 111 masm10501050 1045 Mal....._..•••10111.._,_,_____Bill Y ■�■imm■m®m ■ ■■�i■m ■ ■i■ ■ '■ momm.Mm■m■ ■ mw■w i EI T1N GROU TSE -1 D Tr mm ■ T ■meM ■momT_•■Cmmomm ■■ m®mom wwwmow■ww w.wm' ■m tlun■rn•• w■mL____. uu0■■■ o�tliiwwtl■Imm■m■ i F■w mo w�1111111E111 ■oto IS M ENJ tl m ■■w■ow■� . tl � �■oi iw �■■amm mw mm■m Tn : ■ tl■ NE ■1■i ®wwmw■w■ ■■�i■'mi■i w ISILm■tl mmmw■g ■■■wM1111 ■m■m■moww■mm"■■■tltlm■ wo ■ m ■■■ ■tl■tl■■ itlwtltl■mtltl ■Cw Cu mw wwo■■m■ MNtl C�w■■ ■Cmmtl ■ • m!■■ mwwm mmmo ®m ■ ■mmo■m w■ 2-)�tt LfdrtYrTST wm ��I mmm�tl■ ■miimmo ■ am um, aa indmmowm 4-I-H ■ •, i-I-' 1045 ■Em■■m m . Mt =mammals : r i m 'Otlnm■■■■www■ ■ 1040 J aoo�a■■mama■ ■�■Omw■m ®m■m■®m�■m■■tltli■OIm' mmmmm■w■■m■■■ mtlmY 2/_1_-G- ' �mOm■ - �` T:-r m®■m�■m■ ■mmm■ mom vm _Y J NM ■■m■■m�m■ mm■wm■m■®mtl®■ C■mimm■�tl■mmo■■mmmm■m ..-�� mamma= ■tlwwmmwuw■ - ®■m■■m®■ mm ■wtltlm . i®o■� ■■> u■_�m■�mm■■mow■■ - _• ■■w■ ■ : 2�'GA ■mCCmm�� :8---,OR m�mm■■■w ®' ro 1�� .J Mao®■■m■m■■ mw , , o .T � ■mmwm■■mwmo■mmo■mmo■ mmmm•m : 1040 Imam= ■,+, ■■� ` 0■ ,-i-T-, ■ Ti�, ■w ■ EMM ■�wmmammm■w■mmau® ■ mm mom■ m �w w wm0Mmw■■■■m ■Yw ■M ■ ■ 1035 ■ _ mmutl ■�� �■ wmm0 _ ■i ■ •■ : • �■m■ mmwp ■■■■■ mo ■■ ■ : i■.Cimmmii�■■��wC w■w■■mom■■®■w ■ ■ mo■i■ mom ■■■■tlr■ u■ ■ wm■■wCwwmm ■■ m T r j Cm■m■■mo■wwmomii■■iim■■mm■wm■m m■■m■mom■■mm■■■■m■■mmwmo■■ mo■mtl■■i WM mom■■®■■■m■■p■■mw ■m ■mmmmmm■■mm mw■■ w n ■ ■�a■■ii■'�i ■■■■mmmmm■wmmm■m■ imo:■�■m■■■i■=.ii■■i0■�.i■ w ■ ■ QHS€WE• tlmw ■m ■m :: ' om m ■ommm ■■w■■w■■■ ww■m■■■w■w■■■mw■ ■tlmom �m■■■■■■ w■ ■■■Nww■■C mo■ ■■■mii■iwwwmm■tltlwm■■■■■w 4-_'_ 1-,_., _. _ . _,. - . - _.--,-,-...... r ■m I mom ■iCi■wC■■mm®■mC�CCm ■wtl■lI■w w�io.mm■■m ■ mmmw�■ ■■m■ ■ mm■tl��■ mm®■m■■■ mm■ mmm■ 1035 ■ ■■ . •-- ,.,....�, -. .. . t ' .. .=I.i! .- .. - ,,.. 1 �-+ mmaou■ w�■■■■■■■ - _ 0fl27TFT-FT / dE§l' i 1 i7.'=Pi, - o • - : u. a i o mi ■ „'�+ .i�.PV&-S-S= _ 900 PIPE 1- FF 1030 ■�ao�■awmmummmmmwmmammsmom aningninalinil, ■wmm■mmwm■ ■m■■wm■m■■mm■■m . ■ u■.w■■ NEWTMH�SS #vo■■mv■■mm®w■mwmmo ■wmo■■w■■mmw■mowwmw 1 :. w■mm■ 1QEW MH-EN" + ■w■■moo■■iomm■mm� r: mmowmom ■■wOOm ■mu.■w■m■mmmmmwwm 'm 'www■■wwwa■ C3 MC S`Q. .aowa m■ w_____ ■■w ■■miioe.oamo ■w■■m■mww■wmmmmm�iui mmowm■m®m00■ ■mmowm■mmw■m■mm®mmmo ■ m -�: +STA + k 9 ! eT9 ■pmmp■mommmmmwm m w■■■o• wmmw2+1130, ■mmm■m0•m■mm tlo■E■m■momm■m■■w ■tlmo■m■®■■mmomo■ w■mmow®„mmmm 1 STA: ■(18. Sa' aw■■w■■ mmowm ■mm® �- i- _ mmm000■■■■ wmmm 1030 ■ mmm■■■mmmmwmv■■ oo�m■■m■■mw■■mmmmm■��g� ■mm■■m�m■ m■m®■mmmom ! iw■miii i■im� ■wimo■■■wm■ ■mommm■ m RM=11041Z',Sswmm® ° f mw • ■■■�m■m■�■■ w■■■wmo■w■■m■■■ m ■mmo�wmo■i m■m■ : .■ ■m mow■ ■ ! SRI-'719'4 48 mmiii■■mm mmwm ■mmowm mw■w■ ■ w■■m ■■m RIM-1047:60 • ! ... ,' o •j' i■tlm■■mmm■■mm illFE ■ ■ ■mo■ w w�o■�■� LES N-lU:1J.5b�(1"L�}' GI-T +. Jt 1025 GSi■'i�iiim ■ wwCCiI ■mow■■■■ ■CCm•■■ =NM wwoi■ • w ' : ■i �■m� maitl■ mm■� m m u m i : r Io_' U Ft03�^95 (12 } m mm m �imoi■ MIIM m■■mmmiMMM■ m■ m■mom■■■�■' m iCC"�i■ ■ 163546�1-2" m m Bi■i■■ MEd ■mom■ m iii■Giro° ■ ■ ■ m m■ww m■ ■mnTiii■ ■r�■■■■■tlm■ ■ m>.■mom■mmi■m■■■m■____ mmm�■■m■wm■■■®■mm■sw■mwmmo■■■ ■m�mm■■mm•mmm■■■■■m m!®!m ■mm®■mmw■mo■■m� ■ mw■ m■■ww■■m■�i'■u■i wwtlm■�■■m■■m mw■...ra �mmmm m■■■mmm■mow mmw■■wwC'i■■i■■im1o■■mtlmw■ : raar.m■a•, m■ ■mmmw■mm■■m n.n.mw■u..... m■■CCmmmmmmmimmm�C■■■■■mCm ■N mm■m■wmw■■mtl■ ■■Cmm■mmwm■mw■■mm■m■mC ■■e■■■�w■■a�■M■w mm■ ■■o.■■w�mmoCm m mimm■mmtlmo■Ci �CuCiu ■■■m■ ■mm�m■mm ■®mw ■m■■mow■ m■■mmm ■oia'�motlmo ........"=............j....■ ■w■■Cm■■■ mm mm�w wmmmon■w mwm omw.... H moww ■mm _ �: o wtl m..0= mi ■imom !■!®maws■■ wtl i ! ■ 1025 1020 l i I l mmmm■■■m■w 1 i ®m■■ mmmOmm■ sommion ®Vi mi w® amwm�� mmm■ 0•■Y■OOY� omo ■ iT,i ammam mom aI w■ m0■ :: -�_i 1020i jmn�®m•m■■ . f 11 �n I i ; �i I' SEE DLT� '4 SHEEli3-" .I1i :■■mowm'. FOBLYPC� TRENC ECSC N o I i i� I r-Fm-■ I 1 :: i�_F i i �-F-- 1+00 2+00 3+00 4+00 + HI J 2803 River Road Yakima, WA 98902 509.966.7000 N;1 k 4,3_ 4,..;. � °-/-- '-i = ie 51523 O - f C p�r1, i 0`,`� f `' M JOB NUMBER: 17083 AT DATE: 10-19-17 CITY OF YAKIMAilk WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 SHEET 4 OF 14 FILE NAMES: DRAWING: SHEETS.dwg PLAN: 17083.dwg PROFILE: 17083.dwg • Engineering and Land Surveying, Inc. Fax 509.965.3800 www.hlacivil,com DESIGNED BY. BAA ENTERED BY: AJH PLAN AND PROFILE - TARGET REVISION DATE I I 1 I I I 1 CONSTRUCTION NOTES: - - - 0 10 20 40 I I I W i E N1 ADJUST TO FINISH GRADE, DETAIL 3.1, 1 - _ I 1 SHEET 14. *3W ,-. F ,o w N it I I I L _ _ I I ,. ( g I N2 PROTECT AND PRESERVE UNDERGROUND UTILITIES. JORGE & ALICIA SANCHEZ SANC21 Z o=ma 0 O rn `�� JOSE & ADOLFINA VALENCIA I I VICTOR MANUEL & JANET ORTIZ I I • N I '1 — TWO N3 CDF BACKFILL AROUND WRAPPED WATER MAIN. DETAIL 3.1, SHEET 13. CD N4 PROVIDE ASPHALT CONCRETE SURFACING. (1 K (191331-21490) ( 191331-21492 DEBRA POTTER I RENE ANGELINA LLJ ALL TRENCH EDGES SHALL BE NEAT LINE 31 W PIERCE ST 29 W PIERCE ST ) 1624 LEDWICH Q I ( PRADO I ( = CUT PRIOR TO REPAIR. DETAIL 2.3, AVE 1623 LEDWICH AVE 1624 VOELKER AVE 1 (n SHEET 13. I �` '2§.,i/ / U N N �vl \ N5 APPLY WHITE PAINT MARKING, 4" WIDE, PARKING STALL. / x �� STA. 14+80.1±, LT. / MH -SD r J Q\ I \ p N6 SAWCUT AND REMOVE AS NECESSARY. O �a RIM:102622 0 REPAIR WITH NEW CURB WHERE NEEDED, �S>SE^� I i, .....-----L---) A-1027 • I E• w + DETAIL 3.2, SHEET 13. ,. a X T I __ J1 n x---x-----x cAE in J J' X .I• /W —x_ \ X x� x--- L - / n ¢ - T - O� o. / /I E e" I. I 0• OF NUT. \ ,, x x x / 1027'' 1 `N„ IR.R I IRR RR �.� P:�_ , ==3, 4? Or?OI-P0" N7 RECONNECT SIDE SEWER LATERALS, 3.4, / / . / / 0 /6�r� N W H N W W ` 23�q,' �/ LAWN h U'� 0-- MATCH EXISTING SIZE, DETAIL Q ° � / W YI 3 ®" T- / m oB f!/ o TOP of NUT: X.12 E D.I. 3� ~ SHEET 14. NEW SIDE SEWER PIPE SHALL o TOP NOT: / / / /RI .102561 /I / j1022ao/ !(/ 1 / j ./ / / / / / "_�-W"—`-'i' N N w. l0 1 a 2 w W 0 w w N VI EXTEND 5 FEET FROM SEWER MAIN / xl j / / o mz6-IE aorto -77, ' / W/ Pierce S / / 10+00 / ; .. / ; / , r„pr .'a, 'tt4b0 /,.� ; / / / / / /. z / / OUTWARD. CONNECT TO EXISTING WITH ��1027-EX,8/SEWER O2 17,7 4:..-, _.- .n..�.>.;.:. , ; V -,..w, ,.: ,. =r' '-,.�' • - r. '.�,,,,..-7.--B"..'EX. / - / / / RIGID COUPLING TO PROVIDE WATER : / ;' '% '.. 71', 10 SEWER W/ CONTINUOUS HDPE :LINER <. .C”-/ray.a."1 x194-�Iz } �'.!E%.:10' E32-MI-PV------ 32MFf4— 'T,3 ' S 17 E -i9..,C 89•ST - .- NEW. �o I PV;SEWERw1AIN _13(r - SEWER Wf„CONTINUOUS HDPE LINER';" _ -- - ,2.-•,•415-4 : 1 TIGHT CONNECTIONS WITH MATCHING MH-SS MH -ss RIM 1026 92 I L /�__ ' - ' / / / / / / / / / / / XS 89 o7sz:+e::-z.; .NEW:.10 VC'S�ER.MAId / / /I / / / / / � INVERTS. IE IN (=):1018.22 I--�"�, - _`= - _ _ T �_'--' - T - w REMOVE EXISTING CAPPED LATERALS IE OUT (E}1017.22 - 1027--���' -CHAINJJNENCE_'N ----------_____.--,SLATS _ - r PRIVACY NS Z D2a =P o P o2s- HP _r ? ' --__ozs 8, BARBED WIRE ON TOP 1027 �� -. .0-, ®m -'-1026- J AND DO NOT REPLACE. 1029 - X X X X X 111:0`R _ - X r —� x �_ _ _ _ 1029- X X1028 X X X x ��-x--�� X --1027- 1 1G--_ X X X % STA. 10+50.00, NEW MH -SS #1 E32MH] 1 - REMOVE EXISTING MANHOLE AND REMOVE STA. 13+92.09, NEW MH -SS #2 RIM. 02577 Q NOTES: INSTALL NEW SANITARY SEWER N7 STA. 11+51.4±, LT.REMOVE STA. 13+06.2±, LT. EXISTING MANHOLE AND 10 IN (N)-101622 1. REPLACE SEWER LINE IN EXISTING LOCATION. MANHOLE DETAIL 1.2, SHEET 13. INSTALL NEW SANITARY SEWER 10 IN (W):1015.22 I0 OUT (E):101512 2. ALL EXISTING UTILITIES IN PROFILE ARE MANHOLE DETAIL 1.2, SHEET 13. SHOWN FOR REFERENCE ONLY AND DO NOT REMOVE EXISTING SANITARY SEWER MAIN AND CONTINUOUS HDPE LINER AND INSTALL NEW 10" MAIN IN SAME LOCATION AT DEPTHS SPECIFIED IN PROFILE. CONTRACTOR SHALL PROVIDE BYPASS FOR SEWER SYSTEM AND ALL ACTIVE LATERALS, SHEET 12. BROADMOOR MOBILE PARK LLC (191331-23412) 55 W WASHINGTON AVE. REMOVE AND NEW DEPTHS SHALL AND EXISTING SANITARY SEWER MAIN CONTINUOUS HDPE LINER AND INSTALL 10" MAIN IN SAME LOCATION AT SPECIFIED IN PROFILE. CONTRACTOR PROVIDE BYPASS FOR SEWER SYSTEM ALL ACTIVE LATERALS, SHEET 12. REPRESENT ACTUAL LOCATIONS AND DEPTHS. 3. THE CONTRACTOR IS RESPONSIBLE FOR ALL SANITARY SEWER BYPASSES INCLUDING SIDE SEWER LATERALS DURING CONSTRUCTION. BYPASSES SHALL BE MAINTAINED BY THE CONTRACTOR 24 HOURS PER DAY UNTIL ALL CONNECTIONS ARE MADE AND THE SEWER SYSTEM IS BACK ONLINE. 1040 T ■o -- I 1 'F N:■1■m■■mN■_ '■■�■m ®mo■i' mmN miN■_Nm�■m� NNN■■■■m 'nilMO. +1 1040 MN M■ ■o■ i F 1 ��i NN■Nm_m mB�m■ &' mmm m■ IME= ■mimmtl�i � �MNNN MUM ■ • r I 1 I r--- ■m r--i- T �■ I �-- NN MI ■■m mi ' r I rT- 1035 �NITh m■mNN■■■N■N■■NmNNNN ®N�N■■ N■■■®mm N■ B■Bm ■N®N1mmO•■m�NNmmN ■N■■mNmNNN■�■ NNmNNNmNtl Nm N■■mmmNNmm■NNN mmm■ __ ■mN■■ ■mN■ : �Nm N■m Ntl■N■N1111MX NNN■N�■pmp�m■■N■m■w NME ■mss■ mfmN■m■■mi ■ ppmm ■ ■ssN ■ 1035 �!- I LI m■NNmm■ ■Nmm■ l J :: ■N®■N■■■■tl■Ill ��I NN■■■N■m■■N■NmmNN mm■m =ammo ■m■■mNNNm ;� F' -r I ain :: = :. Ntl®■NNNNmm■mN■m■■®■m■ N : II !ii mNtl■■N fil i : 1 : mNm= ■�■■■NNm■Nm■■� mmm : �'y'T" = ... : 1 1 I ■NtlNN zumA ■■NmmNtl■ -'-'--T H � ■ NY ■N■■ 1030 1025mN� 1020 1030 �NNmNNmN■11 11 ' ' _L__N TTI : r ■■ �: NN■ 'I NN ■ �L'- L T tl~ ■■■N■■ ■ I Nmom= ■■■■ppmmmmNNYNN Nom+ mN■■Np■m C■■NN�a m■■ ■ PM ■■ N ■mmm ■m■■■■�NNNmNN■■■NN■ ■■ ■NN Nm ■■■■■ : mm■■�NNNNN=■ N■Nn�■�pm�� MIME= ■ NONNNNNN■■NNNm■N'7 r 10011111=11111511 ■NNNNN■■=MEMO : ■-�N■■■■—■N■mm�Nll��m��pp■= N■■ _■■�■�_ : .:: mN mN : m■■N■■N■■O 1-'-� ::: N■N■■■■ �■NB■■��=N m■■Y■■ ■ C■O FXtSTT1NG EMI= ■ ■ ■ ■�■ 7_1_ �■ • , �����p��■p�■N■■■■■ N■■ ��pm�p■ mm■■■ mmN■■N■�tl■■�■■N■■Nm■NMB NmN■tlN■ •"'"..---1.. : NNBNN■Ni,.NNB■■NN=MENB■■■■ANN■tl■ fR0 ND APr■■■, ■p■ pBBB■mm■=■■■■NBm■®N■■NME'■NB N ■tl ■■�■ ■NN■■■■■■■m■mB ■m■■■ ■■■■■Nmn ■MME■m�Nm■ ■■■■■BN■■m■C■ ■■�� ■tl■N■■■■ ■■■ NN ■■�� -qr. ■ ■ ■ ::.: ••0 i Nm MEM minima ■■■N■ ._ , :-1- ' ■■■■■� :Emma' mN m■m m=■mm■■■■m ■N/ AMNO NNBmN■Y ■m■■BN■ ■ ■ ■ NONNpO■■■■ m■mY■m■■=m ■■ :wiammamil ■mNNH ' 1025 V SEWE't�NM+Ei N ••••••••••••■,•••••• ��NYY■ mammon® ■om tlm■�■Nmmm mm NmmmsN■aNBomB■ d ME= =MEW= ■■ 00•N ■■■8m=N=: B■■movNB ■ N00O■mY M®®t m m■■itlo ■m■O■■i�■m®Oms ®■ ■■■�■■=omNI ■m■ B■ ■ om■o■m'mmoi■■ •oevoNo• i I MN�oi■o �■ ■�m ■ N iI■ , •••=r•••=•••••••• •Y� Im®o: ■ NN■wo■■®mm■m Boommo N■N■ME■■N■■BmmN m■o■Bi ■ N■m■=mmBm■�m■■Nm■N ® ■ ■BESIIINNNN Nm'=■■s■m■i i ''TiI -i-T'-T �- _-NE !_!_i_ u=u -- Tr• .i =■Nm■ B■mN ==ME=Ttlp■N■■m■N■■BNBN■■■mmmNo■N amNN■ Nm BN�NN■m� m.� mT ■■B■■ MEaoI�uI m B 2N BBmNN■�■=■B■ _■■UOMNITMAKUrm■m■N=1Mm ■m■INNII ■7■ tl we■m■ 1 1020 ! : I "4P " ■■■BN ■ : : ■ im �L1'Tp■NN � I ■ ■■�_:Bm.-f■ B � MUi 1 1 ■ p �_ ppmmY■B■■tl aiNNNm■� ■■■ NmN■m N■B •B • ■■ =N■■Btl■N ■mN�■N■tlp�■ Nm.Mo� :■ BA�11J == ■■■N■ ■■ NtlN ==�■B,..- ■ �NN■ NN=: ■HIM q■■B H■NN Nm O 0■V■ :� 1 1 1 1 : '=r1 111111101.11111111m= mN®Ba'= m_ ■ m■M■■: ■■ T a ■LIFT Narssom l umilm :um mN■■■ m■■'pi■o m I 1 ■■m■ME■■m=�■B■■■ •■ ;_r_1_,_;____++ : ■=N mown ==Nm■ 1 l :=■ i■immi "■ .Y == N B■N■■B 1 01 5 1015 ,:: ■•0 mimeo iNE 110'1 P C-S1-�1PF-4 �E■N■■m=N N■■N m■NOON■■NMN■ NN1■tl■■;PVC - -j-■-'1 ■N [ Nm■mNmNBmB■ N=NBBN� NSW■O■ ■ S.S.;RIPE-Si-- 0.0029-�-F ■m um ■_m■ Ern • m�m ®o_i■ . • " - -'m'-■-Nm f=="s- -Sa;�"ME _, - o■■=w m NM I msa1 m MOM N• ®■mm ■■ 1010 sms sammmi�mmsmm NN MIM■ ! SYA. 13+92 WI IF 9 ■�tl�' OM ®S:B = ■= ■� "_.■ EN ■ ■■■Nm ■B NmwNm ■ mm■■■■ ,��i■ ■Bmmmmm■mtl■B ■ ■mN m■NB �■o■m ■i�■w■oN■o•®ouNm�o®mEm m■Y�■■N■■■ B,■umOCN■■® mN■■mm oB ■�u■o m®■Nm■mBm®miilmm■ =s E�'SS-MH n■n N ■®N■mN■B■m■mmmmmm=mmmm■ B �p■mp ma NE ■N : mo wan S!iATfiO±Sf0 mm=mmn= • N==■mm■m==mtlBBmmN mm■ I 1 I : �T .■_■: IM=j1O26,19- 1 • NN mNdN■ m ;I LI i I 1 ■■■r Ik'SIN-Io-r7T T,, t�B -,i' a r.-:' ,w, ,••• � ' • -= = ■■ m ibtNNm B■■tl=B1010 tR1M :N0257,,mNtlNm�m■ �■W , ■■■m M■= � VQBm ■tltl=■ ■N==�NmN■■m■ ■■�■mNY'I■■m— NB■ m BN n u■= 1IH+IN-1016 ' 28 iN. n■■ ru■21I, Nm , I :-Fi't'--60#4144-#104'-■■■.■ 1t20"1W = � mXN , . N=■■ Ili ImNN■Ell ®mN= EO - 0 6t12 _FF._ 00 .E ne.m or-: mos'!MOWII . N■ Bso■■NBo0s , Tlam= I_h/■ 'ECF, --m: SH MEms 11CNi ■N m EE_140-46, -tttFO&_TLPIC" 10+00 11+00 12+00 13+00 14+00 15+00 +44+ HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima,WA98902 509.966.7000 Fax 509.965.3800 www,hlacivil.com .f�ti` >�°' Aa�:\/5'N:::: ! '-.OVALE` JOB NUMBER: 17083 ,DATE: 10-19-17 CITY O F YAKI MA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS 1 SHEET 5 00 FILE NAMES: PLANTDRAWING: 51�083.dwg9PRIORITY PROFILE:17083.dwg515 DESIGNED BY: BAA ENTERED BY: AJH PLAN AND PROFILE — W. PIERCE ST. 14 REVISION DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 N CONSTRUCTION NOTES: - - I we.. E N1 ADJUST TO FINISH GRADE, DETAIL 3.1, SHEET 14. •S N2 PROTECT AND PRESERVE UNDERGROUND a) Q IRRIGATION PIPE LOCATION S APPROXIMATE, PIPE DIAMETER UNKNOWN. KLAINE & ROSEMARY EATON UTILITIES. D&H PROPERTIES BACKFILL AROUND WRAPPED.WATER YAKIMA LLC 0 10 20 40 N3 CDF CONTRACTOR TO LOCATE, ( (191331-21517) N / / ' - 1625 VOELKER AVE-NC LA / PROTECT AND PRESERVE. UN -ASSIGNED, WA N4 PROVIDE ASPHALT CONCRETE SURFACING. 10 ,o .✓ I O \ > TOP/OFt / ,,I, \t', •, •N N /ALL / iCUT 1;; , STA. 15+64 TO STA. 17+96 REMOVE LARGE TREES AND VEGETATION AS FOR NEW SEWER PIPE LINE. RESHAPE IRRIGATION DITCH FOLLOWING SEWER INSTALLATION. TRENCH EDGES SHALL BE NEAT LINE PRIOR TO REPAIR. DETAIL 2.3, SHEET 13. I /V'\_�\ ".,%, \ LAWN .41',9 NS APPLY WHITE PAINT MARKING, 4" WIDE, UJ -/g1-.P -L. \ — IRRIGATION PIPE LOCATION IS PARKING STALL. -0,4R ,,HP APPROXIMATE, PIPE DIAMETER (n /TOP TOP / I�R OF NV: ,OF / CB) `i ,CB) i v `�i e .y , l /; LARGE `'''�{�' '�,I /,TREES - y �' �-- UNKNOWN. CONTRACTOR TO LOCATE, PROTECT AND PRESERVE. �''• N6 SAWCUT AND REMOVE AS NECESSARY. SII \� REPAIR WITH NEW CURB WHERE NEEDED, / / W /- ° t• om. I / :-- 1.11\ X X _ X DETAIL 3.2, SHEET 13. TOP/OF NUT: pz E �" r i`^„ry ^7v I �_ 1026 N7 RECONNECT SIDE SEWER LATERALS, O �O ^"^ x=7' =.,.' ' - J"fz X - , \��02,°wz- "'^,� MATCH EXISTING SIZE, DETAIL 3.4, :--7---,,-;7.-,-, _/ .._-''.-,- - =="' x- �_ --- i=-�;._. 4\tE±00 - -� IE�L}O" SE19ER W/:�CIN•1TIN000S -� Ot! tet- 1022 + = US HD' _� HDPE LINER _ {�_ - �- __ -_ p �I . IQ� c0'r'%—. "X —,rye" --<_' ' ---'4`\---`-'1,,,,,,„,---_,I. I'� �_ '' SHEET 14. NEW SIDE SEWER PIPE SHALL 7 ---___--77 ®® -- Vntu,.. \ `ate? NEW 10" PVC SEWER-',1A{N! 5 89'°7'52" E — _ — - c !'I ` L.� 1, {,^ — —1°v - ,i �Lc ^ ^.. '"T "1 �� \ I'��',,, DITCII E32MH2 .� EXTEND 5 FEET FROM SEWER MAIN OUTWARD. CONNECT TO EXISTING WITH Q - ® 2'/ 025 ''aa , A. •. . , + •, "ami.- 1�r/r,1 �\ �'<+f 020 MH -s3 \ RIGID COUPLING TO PROVIDE WATER I-\=� ->' .5e,----- -,---- ,, IC'rdYl. , > 1 Tom- RtM 1021.55: _��`I ;� —1021—___ — — 8,_:,-..,,/,,,,,H,-",-2._, TIGHT CONNECTIONS WITH MATCHING N -eFtama -- �ptZ w BARBElw �/ _ ..,-=RESET FENCING FOLLOWING _ '�' -�� l INVERTS. _ �_,...../1../', ,a -SEWER INSTALLATION. ".I=;>'Y'-`/"'L� Ig_aLT_(E}i01'483 ' ' '--.-^� 1022 - - _ _ I �r•.iS 1-211, � \ �; I I - '-1),/ ',"' STA. 17+43.4±, LT. STA. 17+95.89, NEW MH -SS #3 0 REMOVE EXISTING CAPPED LATERALS AND DO NOT REPLACE.•' W X a - \\ ^: v CDF BACKFILL AROUND WRAPPED WATER MAIN. DETAIL 3.1, SHEET 13.��_.!;'..4 , "//! " - 1 ;/' ? +'•-.A,INSTALL y-, • ,^ / INSTALL 4" SIDE SEWER STUB TO 1625 VOELKER AVE. CAP AT PROPERTY LINE INCLUDING : REMOVE EXISTING MANHOLE AND NEW SANITARY SEWER MANHOLE DETAIL 1.2, SHEET 13. Z - " 7 REBAR AND GUIDE POST. �� \ NOTES: 11 0 Q \ ,� \ i,' \ _ . •' �i ' ,' -7 I 7 1 '>''‘01: ,. > MDM REALESTATELLC �. REMOVE EXISTING SANITARY SEWER MAIN AND CONTINUOUS HDPE LINER AND INSTALL NEW 10" MAIN IN SAME LOCATION AT DEPTHS SPECIFIED IN PROFILE. CONTRACTOR SHALL PROVIDE BYPASS FOR SEWER SYSTEM 1. REPLACE SEWER LINE IN EXISTING LOCATION. 2. ALL EXISTING UTILITIES IN PROFILE ARE SHOWN FOR REFERENCE ONLY AND DO NOT REPRESENT ACTUAL LOCATIONS AND ( 191331-21421) AND ALL ACTIVE LATERALS. DDEPTHS. ..".-..,-.^..",/s...-' 1616 PRESSON PLACE 3. HSNTRACTOR IS RESPONSIBLE FOR ALL SANITARY SEWER BYPASSES INCLUDING SIDE NOTE: SEWER LATERALS DURING CONSTRUCTION. IRRIGATION DITCH IS ACTIVE WITH FLOWING BYPASSES SHALL BE MAINTAINED BY THE WATER BETWEEN MARCH 15TH AND OCTOBER CONTRACTOR 24 HOURS PER DAY UNTIL ALL 15TH. ANY DEWATERING OR IRRIGATION BYPASS CONNECTIONS ARE MADE AND THE SEWER WILL BE AT THE CON'TRACTOR'S EXPENSE. SYSTEM IS BACK ONLINE. 1040 ■ mmmIw■NNS■■ B■ i maim®®q®E■■ua�NUNm '■ �dmgmNmm■■MEZIEW N■�■ n ■mN■■mgm■■gq I■mgmmNm■ i 11 eNN■NN mNm■■N mil '1 ! ■ .. ■ON0■■■■NwO■NNm■■■q0 .m.umgm®■■®qm ..■gggm■qqqm 111■■■mgmmm ■ N■■d■■ ■■o®■®a NY�m■ : u F! li ! ji'I ill pili ILII -H-Hr ! :I;HI •N IINL■ Ili �� i!�if'I 1040 m■N T N■■ ■ : J ` I �� N f ■ i ■ ®■N■mmmdmm mm■■■■g0om■Nmq ��.�■mmmmpp��ggmmm■q■m■■qmm■®■■■mmN■m®wmddN■NNLm■ I�mmuw i ■q■Omm o. L N�ggq J t I-: q m■NN u■ BEE -1--. 1 1' 1 11 I — T : � f -F �- : - , .o i rr-r-I r 1 ■Nu q 1035 m�I 'w"dlm mm■u■■ ®omm______ ■■■mm•NN■■Nm11 N■■___ B■www■ ■so■■m m N _ ! ::: m.mmg11® '■m■' 1035 �mi®■m■mNm■■N■m®q■■■■�m a• ■O�m m momma IM. ! : iia ■■■qqq■®■m■ d■ggmgmun■Nm■■m®■msgo■�■■■ ■IgmOlm®m ! ! ! 1 ! I Iii ■N®�■■®m■■®■ ; 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 w 0 10 20 40 CONSTRUCTION NOTES: smo mum N1 ADJUSTSHEET14. TO FINISH GRADE, DETAIL 3.1, 1 I XIN WEN ZHEN 1 / I N2 PROTECT AND PRESERVE UNDERGROUND JUAN ALBERTO SANCHEZ UTILITIES. MONTER SOFIA BACA MELD ( 191330-32019) (191330-32002) 0 CDF BACKFILL AROUND WRAPPED WATER 54 W NOB HILL BLVD. 11 1106 ROCK AVE. MAIN. DETAIL 3.1, SHEET 13. N4 PROVIDE ASPHALT CONCRETE SURFACING. ALL TRENCH EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.3, STA. 30+23 TO STA. 31+28, REMOVE EXISTING SANITARY SEWER MAIN AND INSTALL NEW 8" MAIN IN SAME LOCATION AT CONSISTENT SLOPE TO MATCH NORTH AND SOUTH CONNECTIONN6 POINT INVERT ELEVATIONS. SHEET 13. e APPLY WHITE PAINT MARKING, 4" WIDE, PARKING STALL. SAWCUT AND REMOVE AS NECESSARY. REPAIR WITH NEW CURB WHERE NEEDED, \ I \ •\ \ `,l \ i'\\ {\ \j \\ \, \ I DETAIL 3.2, SHEET 13. 12' EASEMENT PER ci 1 1 A.F.NO. 1198208 \�\ \ ` , L \ '\ � 0 a w ws EX. BUILDING ao. SUPPORT UTILITY POLE IN PLACE. N7 RECONNECT SIDE SEWER LATERALS, MATCH EXISTING SIZE, DETAIL 3.4, SHEET 14. NEW SIDE SEWER PIPE SHALL Ca \, TOP'OF N1 \ 1\ n \ / \� aw\ \\\\�\\\\ \\\\ \\\\N , \y -- \-- \ \,\� \ ` 'S �- ,,,� o y/ \6 \ \ \ \ \ >, s\ EXTEND 5 FEET FROM SEWER MAIN OUTWARD. CONNECT TO EXISTING WITH \,* l'\ i 1 \ \ TQPJ atm--,RRE \I \ 6, �E\PgR R\ \ Ewe, RIGID COUPLING TO PROVIDE WATER 1.\ \ \‘ \ 30+00 '� � N 4-, {�, -\. z r`\'. \ oso7o : `\['�`_�� iE%�B�,CONC.; } SEWER' i ��.'F-_I.�:•I,\ri: �1•� 31+50 TIGHT CONNECTIONS WITH MATCHING -10 \ Z \� E31K8 ftIM.1105313Iz\ ,IE (S): 44 1044.63,, I�\ \,\•.,\/ _ _ _ \ \I s\.�'.n_Z: ;;� .r \ ` \`:. s X INVERTS. NS REMOVE EXISTING CAPPED LATERALS AND DO NOT REPLACE. \{r I' .,J \ oI� V ` '\ \ ^\�° I 0 STA. 31+277, LT. \5.\\ \ 1 ' \ `H, \ �\ \- 8\WIDE HMA. \ \ , ' - \ /0 .\ \ I\\ : \ N. N5` \ \ \ \ \ \,g`\ STA 30+80;5±,. >', NOTES: \ INSTALL GAP ;--' STA. 30+23, \ \ AT'S; RT,, 1. REPLACE SEWER LINE IN EXISTING LOCATION. BEGIN REMOVAL AND REPLACEMENT OF SEWER MAIN IN SAME LOCATION. \ \i 2. ALL EXISTING UTILITIES IN PROFILE ARE COLIN REXROAT NOTE: SHOWN FOR REFERENCE ONLY AND DO NOT CONTRACTOR TO EXCAVATE/POTHOLE NORTH AND SOUTH CONNECTION POINT INVERTS PRIOR TO PIPE REPLACEMENT TO CONFIRM SLOPE. (191330-32017) PRIOR TO INSTALLATION OF NEW REPRESENT ACTUAL LOCATIONS AND 1105 LANDON AVEDEPTHS. SEWER MAIN, CONTRACTOR SHALL 3. THE CONTRACTOR IS RESPONSIBLE FOR ALL EXCAVATE/POTHOLE EXISTING SEWER SANITARY SEWER BYPASSES INCLUDING SIDE LATERAL CONNECTION LOCATIONS TO SEWER LATERALS DURING CONSTRUCTION. VERIFY SIZE AND INVERT ELEVATIONS. BYPASSES SHALL BE MAINTAINED BY THE CONTACT ENGINEER IMMEDIATELY IF CONTRACTOR 24 HOURS PER DAY UNTIL ALL INVERT ELEVATIONS OR SIZE ARE CONNECTIONS ARE MADE AND THE SEWER DIFFERENT THAN PRESENTED. SYSTEM IS BACK ONLINE. 1070 MENS iN■ EMMIu : aw■oa .i■■■ q■ ■i■�■■■ .: ■Wti■ ■L... goo ��■W�Wm ■iu■ MENNuxq■�u REMBES ■o •� ■i■i■n■LC■ Will ■■i■u■a i f I i f i I H 'III . : 1070 wmm■ : MINIMMIIMMMI mggm■nWn■■mu®WgNO■■m■mW®tWNN■■nw E ■gnwu■■mwYWmwtp�■■W■mnW■mnw■■u■Y■■■■ III■w■■■■q��wu■®p■■NNgw ....min■��■m■®:. gm■xNnw■■■n®Ww■ Nn■n■■■■■.■MIIIII ■ggWW®■■■■wn■wtwNn®N■ ■■■W■■W■■■■gW■■Nw■■w■N■■Na■m®m ■O■NNnw®mw■n■■u■N■■■■■tt ■1111MI a■ q■n■■■■ ■quNNx■■ngN■a■n■■mW■q■ wnn■■■n®n■■■ l EM ■ l -I.l-; `-'- ... w ■Nq■■u■N■Nnu■®■Nwq■®n■■®nw®■®■wngn■ =. u■■■qq■1WOMW■W■■m■■gggN■ wquwWWIONIII ■nww■u■®■■■®■■■tWN®■�■■.q■■■■■ W■■gww�p ■ rEMil ■tWttwwn w■® q■ wgm■mNtWn ■W■■■WWWm■■W■gW■tW■■n■■NN®■C■NWw■■ggNq� ■nggn■wu®mNNu■u■■n■w■NWm■ww■N■ Nn■■ngNN■■N®W■■.nm■■�ww■a■wn■N■NOON■wgw■■n■naW ■ ■qmW■mW■WWN■■q■t■�t■■EIN ■■W■■n■■■qq■®wOnW■■tgma wnNn■m®■■■■■nn■■■Om■n■ ■■n■®■®n■wNY■q■■mW■■mann■ ■�■■�� ■■wnW gWNW ■ Nt■■■■Wm®■wm■■ NmENBENmWS Wt■YO■ O■■■■mt.N Nm m ; wwmm � per■ ■■■WnN■Y�q■■■■n■■■■ WN MOMi i mEa wW■■n EmNSN■NE■n■NNENBYE N■nnu■■m■■w■ ■®nww®W■■■nw■■■Ww■■■wnm■■■n■■NWwNNm■t.■WWWN ■Wwm■■N®■wWNN : W■■N■■■w ®a■ � i ; 1065 1060 ■ :. Wmmwnm■u■■■ONO■�■�■■■■ ■�W■n■n■■n ■N■m■t■■q�■■®■®N�wWppWp■�■�N■■■nw ■■N■qw■ p�m�■wpgp■naramm WW■ Ww■q ■wgNa■�p�NN� wW■m ommosa m ■C®qW t■gNOW■ p o : Wnnw W ■WNwt�■WNWwNmgm■■SNOW : : .:: :iii ■W■Nm .::: ww■ ■�a■®■■■wx■■W WWw■■nnWnNu■®■wW■W� : MERMEN= 1065 ■BOSON■W■n■ ■wnnmNNNWtmNWq■ nwnngN■■W■■mN■ ■■mW■�wqumtWRIIWII IMMEM m■w 1110=■nw■W ■■NN■■N w■ENEWM .. :: r :: ■NNnq■ W■WW■®NW�■■■N■■W■■■1n■■w■ ■■WnN■■uNn■N®■m■wxwN®nW MEEM ■Om■WO■■■■■N■■WNN■®N■■■■■■N■■■NW■■NWgn■■■■■■nn■■■N®nWgt■■■■■■■■■■NN mm®■■NNn■■■x■ /■■NnnW■nN■■N.ggwq■■nnnn Wm■q■■gNNm WW■�p�■�w■■■�I•M nnN ■NNtta■■NmNn■®■■ ■n■■■Sq■■111 wqt■n■■BONN■■n■■■m■wa■■W■n■Nm■■n ■�■■11WLEM■mmn■m■111MWE■■®■W■■ SON■w■■un■■®■■waNq ■nn■gn■m®■■ N■■■ww■qNN■■■■q■m ttt MEMME_ Nm ■N ■■■n■ ■WYum■Wmu■x■■■■W■nWNmN■®■■■nnwnwn■■■ mwuN w mm N■■ ■ ::: wWn■■■■®NWNN■■■n■■■ ■■■■nq■n■■ra WNNu■W■xnN■ngwN■■■ ■uWaN o___ ■ ■Nmm■■ ■ ■■MMEN _'' '-H ■■��■■■MI mNB off" N�■x.■ ■■■■■■■■Cq■■■Om ■C.■■WWWNNN■NNwN■■gNNWNNWWWgnn■■■q®■n■■■■■■■■■■■Nm■gggNtmNnn■■n■■gw■NNNq■■NW■n■■NNNm■pNm�■Wq■■n■■■■N■®■wn ■ C■_Wm C:�•R NWWSN®BmamN■ ■ EmNEBmEWNgWEgMEMINEMIINNNWqmS■■■■WN■n■■■n■N®Ww■■■■Ww■N■MIIIIIIIIIIIEM ■■MIR �pwWt■■■��■�C■■nu�� m■■■■W■■■m■m m■■■■n■■■■■■■St■■W■■N■W uNwa■■■■■■w■■■■■YNW■■� W N■ NW ISIMII ■O ■m ■=+.00 .- ■x■m umNI ■■ ■ O. �� ■■nNNEIMIN ■ pp�n-■ ■ ■ Wx■ ■■■ ry■NO■■■■nn■® N■m■■■■ ■S■a W ■ ■■j� ;_ 'N'o m�■N ■w■W�■■ =7.• ■W uW ■n ■q �■■p���,■�xw, UN ��p■tN■®WNNm i®■ 1060 rars : :: ■■ : � NN -Ti -7 -IM �■w: CO mnwO�B;�WSNNCC■�■ q■■■m■■■■n■nn■p�W■■■■�■�■CNaaq■ ��� eller pW■pN EE mann q ■EN I ..: C■■ Nw■■ ■S■■■ gBCq■■■■ m■■■ ■ C■� N■W ■Np NWq■n■■p�■E WSx ■a■®■N ■N ��■pq■�n�q ■■NtmmW■Wn■mow■N■ W W u■■■ ■q■■■gmm■ mNN■■■Wq■ON WwW■■t■NONE ■a■■mE IMsWO ■W■■MEZE mN■w■W■■nwa■m�■m■gm■■W w■nnN■■■■w■MMEME ■■■ MI olmuMIIIIE IIM=I■■■■■® ■■m. CC■gnn■tN®■nin"��1x■ q■m■■mN EmNIEW m ■®EEEEEmNWNC■■n ■■maEUMMALEM EM ■H W■NWCm�mN■■■■■■NWW■nC mNgw W gw■n■NNnq a n MN■W En■■■■■. Wnn■■ MEM q ■n■■mEE nNE uW ■■■■■■EgEEEEu ■■■■I ■N EN■E NC■NW■ ■ �Et■■■gnC�E C.■ N�MIMI rnimm q W®■■NOMM■■w■m.•w�0■ ■■■■ EW■W1111 �1 E!WwEmn■N ME ■�nW nn■■nq ■ n■i q 1055 ONE ENNnnE®NIxE'a■Emm ■Ea EMNIMM Y ■q■■ ■mENW EEEENNE 1055 umuamEEmOtOI®000■WaEEOE ■O�EEE®EEmn : : ®OppE�Oa EESMERMI N1MMIMI : MIN. W� WWNE gEgNNE■ 11111 gEEOE®�OON■■E■O mN mmm■E ENnNN■ EEWaW■n :. EmYNEENEq■EENWq ON�■. Ei, XS-TKG-GRO 1 4; ::: ' . ■ : : W WNEENS mow= :: : EA■ExgwEENNMIEMEM w OINI EWEmgmE■NxgqE ■■nEmE MMEMIW■wwWm . .: EgOE■n■W■■Nm MaWmmm® EEWNNEENNNWWNEWEm�E�pEMEME ■ .. ;A1 tJMEPfT {1 ■ IIMMIEll; ::: m EE wC_p__ nmanE ® w�Wum®ii■■wn■wW ::.. M WnnnE■■wwNmm■NEEEENEEw■ ■WNEEwmN®mEEEEE■E B■Bn® mIMWM MEMINE E�■I•■a SE EWfSE�V€R W�E�nE E■ wEEEEmEOiECCCOmNEEmm®EENgEEEEEENq®EEWNNENEEWw■w®Wwn■■wpp��ENnnNEWNEEa■muWEE®�■E Em ENaaNEWgm■EEENWWNWSE■■n®mEwmE EmNESII AMEN E®®ENEWgMENEEM EwWw■EmEWENWEwEWq�E Ener.,EtY■®.Wgw■EEEO�EE■�■EaNtEEEaEEEu�mE E■®®wp■w� '®' 'E �WWwENtEIThilM EONEEWWWWE E®mEEEmwWEE■■mWNawW NENaEEEWnnNEEEWEEWWEWW muNWEWEOm nn ■EEOO.N■ wEWMIM ■ 1050 ■.mEmWmn■mm■■Wmu■■YnnNR EN■u■EN wnNBE■nn NEBO■■E■wWNENmgwE Em .. wwmm E■ii■aENEMII MIEM•ME wNE■iw i®oW : : : EOE ■■nnNwmaE EOOm sEN ME ME �E®o N■m■®EEwaw■anmand muum■niEi®iE ®IMENEW■ioE® NWNW■■En■■■®EEaE ..:. . S .000o.E::E OEEEE® =mammas 1050 1045 YEEEENgwEEEWEE®W■E■EaE■■EnEEEEEENNNW EN MMIrE■EE�mn■WEw■■waEEN®® gmm•=111 wnEwEEgwEEEEW■WEEEWNEn■E ____ mgEWE n q■gngn OENn■■n ■n■■anE ■■■WEN EMIM a q■ NaC■aEENu■■gmMIN EEa■B■■■■■EW■EEEE■IIMI ■gaE.E■nnWnpENN EMI=Mal ■�pNEE�WE ■au■ ■aq■CgaE■ ■ '�-L�' 1 � : �- ./��_- dnE�gnN�EE q■ a nEENW Ew Los : uEEE : Wmn■NNN■am■mm■MIM ■nua■Sm aNWMMIMIEEO ■ ENENEwEawE®agaNE■NNEEEEN■WEWNE■W■u■■EmEWw®EEEpnw■nNaWE®NnEW■ENNEa EgaN EEWWW11 p �EEEEp��p��WEEW®EENW■W■NNEENEN■nNEEEEW■N■N■■EEENNE trWEEE ■ IENWOM HRE■■��ENwNEEmE■■ IN m���IREMEMwmNEq■NNEN■ENE■■■■MIHIMNWE■nEWwEEEEwEmENnwEWEI_momil mWN WN®■a EEWEWEWEW11•111 MIINEVAIM na■mEW I � - I Na■■ qa ■E■■SECCO■■ENNE S■���p�p ■ ■�uxq■WWW■E■■W■EEE■quEEYE�gE� ENW■NE xuEm NE■ 11111 NnEEEWRRNN ■ .■■W ■ � ■ :EMU EYE■.■E■ m NUN ENOSSEM EEEm N■NE■ E■■ �E OI EA EN n x EWE®EUNEE■N■si ■nq®Emm■nq � �I ■ i � E NEEWWE■WmE■E�E■�EEEEn®■NUREEEx■�q W �EEEWENR■ERNNW mu ■ERRE �E�EpN�� aE■ ■ �■NE®EEEEnEEEENEmNaW�EE■wn■■■E� immum m�OENE W EWYngW■ npW q Wa ■ ■O:CpEo OM. �■ mmEMBEEMBIE 'I E1i�' SNC■ ■nlar ■ NEON■W■EEEpN�EEEE�UEEEEEW■■w■■E 11.1 IMIII 1045 1040 EN HEIM ■N WwENE W■E■�EtEEpE�E:CNSNWCEE■WEEn■■CC�� EN■E q■Nw■ AKI 1 l I. E�CpCCpC�CEq O:p MIIMM�w■■0■A■■E monmo E uuow■■Wma uw� ILB••=wwwnRRn�■YgEE■ Cn Wumnann■■■mCBE■monom �Y EMMIIIENCEOj EEREE■uCmwiYWl.ExxaEYN/owoom ■Ew■ mannom ann am Lir ■n■E■® EEN/pN�E®W�EWEEC■ NE�EEEEO�EV mum CCluEEN�CEENN q Y■ NEWW ■■EgEEE Ramo E■Nw■gE■nNgiENu■gV �NgEEEEEEEW®EEEENNEE■■CE■EE■ENE■nNNUEEgq■■n■ExgWEEm�C■EE■NRu umm�B■�NEUEEE■NW�E■■■■■■Wn■Wn ■■■wNwEgENmmEBB_—gm�NC�ENECEmEEnWE■E�EEW Wnnw E■BEER ■m w ■ m■tl■RaNEEq ■ xE wgwnwEntm■wEENmm�gw EnW■EnfE®■■wnEEE■�EwwWW� IEEE m■m EwmENE0m0E NNE■ BNBgE■�EEBE■EBEB�7 NOOW 1=y' -SEX'. 8" m �'VCrSS EN■QOux RIP, 10. : 6F Sr-' 00050 EW■fin■xaa■■■■■B FT* EX • _■Co ■per ■E■N■�mC�■ EEv■EgEREUYR IINIIMIMEN ®E■Eamq EimE�o■EwN■NEmEumm■mum : :: r MOMMEMEMIIMIIIMEMMEN mama■WEENSW ,T, CONC SEWERS �tEW 8" t - = ._-- -;<, :.''"'.. F 1-' " • ., WWWEEBq EWEE■EEEngIIMMIN NEq q■N■xBEEIMIIMMgEWYEEw 1040 '"-r'''''----"-- • , , . _, .._.- WBBWENNaEN EENEEEWWaBEu�wWWE MIIMMI a®NRaNEEN■W WWEW■ E®EIMMO= ■BBE■■ ■�EEEngwSNBWENn■mRl WO®EWmEW■aNwNNEnnnlfEN■EmE B■Nnq■ 1 ENE■■EENmW �■NwWEWEmN■■■mWEEE■■■■NW EaNwn EYYBWRNmN•W11EMU EnEE®nEma■ECEwEumWBnnEEmMMII SEWR111111 E mNEWEmn BNS■wm■Ewn® ZERMWEEn■■nEEB ■ IMI= emEBW■■E■■■Nn mRmE m■Em W■NNEEmmEEUN®EnnmEE EI�I amoman® •Emgwwmm Ew■W■NNENBNE■nELEE ■nmwmmW■mNW WnnnEEBBE® Nm®n■wgmE N W CIMMIICCNCIII�NI■E■n. CNB.. CEWEEI®II• CRHNCB alliMI R C�IIICNCNBIIC �I� ICC nmENBENEEENwNWEmNmMMINUM IBICNIN I ■mNWE®m■■naE■t■wmm� NIHHMI= I I1111111111111111 : ono EE■■Nn■E■■En■umm momma E ■aCCC■mE Wa ■■mEEamonsiRE■WgW MENIII MBEIN EmENEEq■BE■EEE EEmEEawaW■ : ■ T . : .30+ - fillEq�®�EIImENEWugmWEwWWBBEEENmuWmnmENmw■ _ NNmgWEEEugm RmEmmEEmmnEmnm ENOmEwngm ages■ ■BEEm■u■NNNRENO® EONNS= gEmMEMMN ENE EN WM= ■ SW■wwENOOm 1E.r T=1 44-,6'31 W.- iminma mess St O■mmq■Egn■m EEB■■0M■�O'■■�E■IINmEW EEE■•■w•NWn■■E■■nERWE �N®EEm■gW■O W■■unEWnmEWmBEWEMMSmm EmgOBEEE■oOEEE■Amm 1 H -r, 'E�NEERS W�EE��EEWmW�E�EE�mENW�EE��W■■mE■xnBnE ■ ■milr' N WIEEENBNEaENE IIMMw■N■■.■WE : pp�mEBEE NE■■nANAI Rm EmEEp■ mWBE ■N : WEEN ENgE■lli=■nNWa■ ismmo EBB■■mEEW.mm■ ran• NESE■■■■■x BNE■NBENN wnWNEm■mENE■nWEEEYEW■wE■NEBEBm Tfi; Epp■mE N EO■■■aq■■■ CC W O Mild -"I-l- ■ BN C -. �- : mNE■pp■E EEE■ C NM EEaSEE W RgNNq E■E YE:•i q■ J ■ ���p� =Min m■ NE a •■EEEE�Emwq ■ EEEmBEwNN�EgB■■■■w •EBq COB NE■E�E m EE� x a■EEn■Ntgmm Enu■■■■■Em■m EB■E�■EE�EEEBNW Nm ■ : : gNpN : 1 �Bp� ■mEE■nE ■■W MEM EBBn■E■EWwW■ NmBwmEEam NIMMII NE■anEEm ����p■�E■■�N���� q■EmEm EN�B■n■BwE■EBE mNEEEO : �umN pE1,,w Ea uw -H, w'IQiC ■E n Eq� mum � � � � w E€�D T7ct �FtEETrt13fFORC ICfS TRENC ECSIQJa� I �� CR m N■m ■ ■ q ■q m■n ■u ■® 30+00 31+00 32+00 44 11 L A Engineering and Land 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800` www.hlacivil.com 01N d. ��>R + '..-� %0 • ,, r51523o r..so`,,11 EV. JOB NUMBER: 7083 DATE: 10-19-17 CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 SHEET of 14 LEN M DRAWINGEETS.dwg PLAN: 17083.dwg PROFILE: 17083.dwg DESIGNED DBYY BAA PLAN AND PROFILE — BAMBOO TERRACEENTERED REVISION DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I t tu CASEY FAMILY = o ,o 20 40 CONSTRUCTION NOTES: NORTH THIRD ST. PROPERTIES PROGRAM 0* ( 191318-33455) C 191318-33413) \ N1 ADJUST TO FINISH GRADE, DETAIL 3. 1, 1 414N3RDST I 404N3RDST 1 SHEET 14. REMOVE EXISTING ASPHALT AND BASE 20' WIDE AND PROVIDE ASPHALT CONCRETE SURFACING OVER NEW ALLEY BASE. ALLEY EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.2, SHEET 14. s� 0 PROTECT AND PRESERVE UNDERGROUND UTILITIES. 0 CDF BACKFILL AROUND WRAPPED WATER STA. 44+65.00, MAIN. DETAIL 3.1, SHEET 13. I STA. 41+29.34, LT. STA. 41+79.11, LT. 1 STA. 42+34.50, LT. STA. 42+45.00, NEW MH -SS #2 STA. 43+75.00, LT. STA. 44+41.70, LT. INSTALL NEW SANITARY SEWER NEW MH SS #3 N4 PROVIDE ASPHALT CONCRETE SURFACING. ® ® ® MANHOLE DETAIL 1.2, SHEET 13.STA. 0 N7 !STA. 43+29.10, LT. 44+02.00, LT. REMOVE EXISTING CLEANOUT SANITARY ALL TRENCH EDGES SHALL BE NEAT LINE Ez7MHae /-4-; MH -55 v1 0 AND INSTALL NEW SEWER MANHOLE. DETAIL CUT PRIOR TO REPAIR. DETAIL 2.3, RIM.107226 BUILDING `. •\ ® STA. 42+62.20, LT. ® 1.2, SHEET 14. SHEET 13. IE (N).1063.93 \��,,,I-(\ 1 ,\\\\\\\\\\\ {{\\ \\\\\\\\\\\\\\\\\\\\\ \ \ \I \ \\ \\ \ \\ '\ ` \ 1 IE (5):1064,57 ,l \ \11 \ \,, \ \ \ \ \ \: \ \ \ \\ \ \ ', �I \ NS APPLY WHITE PAINT MARKING, 4" WIDE, IE (E) 1063.21 ., \ I \; \ t \ \ "�'^' \ ` \ \ \ \ J wl - \ PARKING STALL. IE (W)' 1063.3 \ \ \ \ j \/' \lrn' \ \ ,l ` \ \ `l i\ \ I ' \ \ \ \ \ '\ a,�7s'^, \ � \ \ \ w. \ `\ 1\ BUILDING , \ \ \ \ =� '\w \ , I �I 01 wo TOP OF NUT' w w 1 ^ `\ J \ \ \ \\�\ \o \ I \ i 11 ` `\ �\ \� \ \ OIl \ \ 2 '-:--(')\_,..\--"\ ,! \ \ \ ;,4,,A \ \\ qtr. �_-�- A TO\ 0\NUT\ \ y, \ JO 91)971'25 \ \ \ c� I 1070 54 N x v''r k',. wwNLAWN � \ N6 SAWCUT AND REMOVE AS NECESSARY. I\ a� \ \ \ ,"n\ \ :'-(')\ \ GATE \ Kn" x 'ag;f .. -t': : ;\a-. I / >\y:;i�i;-.'a`i Iil '''-`A-1, ,`:MSL --+-\VI;'', '' \ REPAIRTH NEWCURBWHERENEEDED \ \ I \ \ \ \ \ _ :=3 \ ���'• '`S A a Ex.3"'PVC' 'ti'.'^'+,\`:-;� �\„\e-`i.� •\:}.,+\.-�. ,l' � 7:c\"\, �-. :•\ 7:' ..\'-> y '\'. .\e. \� .,,,,-.. )V.,' }. ,� _' \ �.� 1.>,\'h,,\ ;� 4\: < ,\ -�\ •''' it \ _T \ •.R IRR :IRR - \r iRR o/ '� xb\'.:r`•'\ �f .iRft-„ ,.,IRF - _\:.\">':\'i�x --- ' I"\'4A.,:' . cw:. .RR :RR \ \ DETAIL 3.2, SHEET 13. \ — I RR ,R. s \ __'.R3. r•- _ �`a°"\•._.a1 IRR 4100 � RR i�.' - f IRR, I 1 - ,\' :—�- - .h - - \'. 42+00 '' \c I -f�' 'C' RR R '.\.4\ _.\- '\'' IRR:.' IRRu .1 ir•• r - '''R RA - - \��• �\ ...+ .1. 1 • '43 00 ` "`�:a'-:• \. PVC W€R -\_•\ C\.,. '=�s.x, Ex:a'LCON�d. 3NEW 8"1 ;\':' 4\_..•:.,.• •IN. _ \.>.. .'- � '2:s\= .5 1825'44'•,E?\.. , l -'\. 3�l .I:I 27FE48A�'i�:: "�'d, •'.S+E '' •\ , \... /_� CLEANWT \ \ . \ \ 'y`. \ -. flz s;, CON ': NEW;B' P.YC SBWER'M _\.:,� ..a.\'.. \s''...- a.en. �+:-- f . -, ':,., 1, `5 • _ �Y \ N7 RECONNECT SI E S R LATERALS, EWE L L 1.\\''1\-\'1\--. .,-/ sY mss---_ �� \�._:. G'" � -:\s• A"V .j -`G*- G'•" G` \G -'G—G .Cr \ \ -i c, fit.. _1 la+:.'\ \^.:\d."\ .D .\^�c� \a. Fo ' , MATCH EXISTING SIZE DETAIL 3.4 —\' OLi \ II �` l .��, \p `\-< `'•::�. I �a \. :e.:\¢ q 11�IP \- � o y 1\ •.'\ \ �� ■ { ..NP' NI OriP r, H �- _OHP. . ..\. - "OH. E OHP. , -0 '0 .N. � \ ^ OyP � •'' � Fa ma. a ° v � ,OFI �� ✓• �: \�' SHEET 14. NEW SIDE SEWER PIPE SHALL �\/ \\ \I _ /'. 1' �,� \ I'` \ - '�"I \ \ ' �� -\ \\ \ \TOP OF, NUT. '\ 'TOP NUT.' \ ' •I \ \ \ TOP OF NOT: \I \ / ' \ r \.. , _ _ . _4/; EXTEND 5 FEET FROM SEWER MAIN f UTILITYJ LAWN ^\ 'i '\ iv \ w \ \ \ \ , \ •. .,I j, 1, \ \ \ \ \ I \ \ RTA" 0, I \ '' i �, I\. Ali\ \ '0 \I \ \ \ 2 �pt:' ` r iS \ 510E SEWE- 1 CAPPED 0 FIDE \ \ ' \ `\ \ �, \ : \ I \ r \ \, '" i' 's 1071.53 , t �I \. P \ `\ (\\ \\ ®\ p 1' '\ P -‹—r( \, 1 \ I'\\ \ 1 1070,90' i\ 'I, —\ \I�\. !^ \ \ \ ; �� \ II \ :gm \1 1070.60 `\ , \ !'\ y /( I\\ f f \ 'N ' k i \. �I ® o -t \1� , V'/ LAWN [.s.0', J J \ OUTWARD. CONNECT TO EXISTING WITH Q RIGID COUPLING TO PROVIDE WATER TIGHT CONNECTIONS WITH MATCHING F 9 VAULT - \ \ _ \ '\', '\. \l�I \, I \ \ L 0 0 W. INVERTS. STA. 41+98.20, RT. ® A. 4 ® ✓� 1 I STA. 44+21.70, RT. STA. 44+60.51, LT. N8 REMOVE EXISTING CAPPED LATERALS STA. 40+95.34, RT. I AND DO NOT REPLACE. -INSTALL STA. 41+76.6± TO 41+85.11 6" THICK CONCRETE SHEET 13. I I NOTES: DRIVEWAY, DETAIL 2.1, STA. REMOVE NEW SPECIFIED FULL 40+50 SANITARY 8" MAIN IN DEPTH TO STA. 44+65, SEWER MAIN AND INSTALL IN SAME LOCATION AT DEPTHS PROFILE. INSTALL SELECT BACKFILL WITHIN THE "E" ST. LIMITS. 1. REPLACE SEWER LINE IN EXISTING LOCATION. 2. ALL EXISTING UTILITIES IN PROFILE ARE SHOWN FOR REFERENCE ONLY AND DO NOT REPRESENT ACTUAL LOCATIONS AND RICHARD & HOWARDHURLEY & STEPHANIE & LARA DARRYL & BECKY I DEPTHS. STA 40+50, ENTERPRISES STEWART BENNETT OSBORNE 3. THE CONTRACTOR IS RESPONSIBLE FOR ALL GDAB LLC BARTHELD ( 191318-33497) SANITARY SEWER BYPASSES INCLUDING CONNECT NEW SEWER MAIN ( 191318-33456) ( 191318-33494) ( 191318-33495) ( 191318-33496) SIDE SEWER LATERALS DURING TO NON EXISTING -SHRINKING MANHOLE WITH GROUT. 415 N 2ND ST 413 N 2ND ST 411 N 2ND ST 407 N 2ND ST 201 E D ST. CONSTRUCTION. BYPASSES SHALL BE MAINTAINED BY THE CONTRACTOR 24 I HOURS PER DAY UNTIL ALL CONNECTIONS ARE MADE AND THE SEWER SYSTEM IS ■■�■ i tl ■ mmltia■■�nmv miui■tl�m■uu i■ s�■o■m■u ®oi■s■ma■■o■m®om■am�■■tl■ m■11m ■ u�oav■■ia■umum000■�■a�■■■ioo•o� BACK ONLINE. Emomtl■ tl iiivv ■CCC ■CC v ■■i■tltl ■ ■in■mv '■■iutlmCCCtlw�tl'�r■tlmtli�"■■"'•C■�1 my m ■■vmm v■m v■■m■C■ Cmvvmm■■■■■ v■mvmm■ ■ inm.-- wm■■■■■■■■■m ■ "�"ivvvC■■tl my � ■tl■tlm■■mtltl■mw nvvtlmgm11■■■ ...... mtl■■v■■ ■.....m■■■. tl■■uvtiv■m ' 4. ALL SEWER WORK WITHIN THIS ALLEY ■■i■■■tl v ■ima otivv m■Ymtl■mtiv■ tivv Mr. ■v■ ■�tl■Y■■�■m ■■ ■ C■iitltl■■■ ■ m ■ ■ ntivvmm■ti■ qq■■■ ■■ tlm■tlgtltl■Cggv�iuvtl tl■atl ■mtl11 ■■ SHALL TAKE PLACE BETWEEN 7:00 PM AND vavmvm tl■tl■ri'■■ rsam ummo ■vw Loamm� ussma uu Ctliiiam NAM! iC■i■v C■vmCCv■m■■tl■vS ■wiaw iC tl■ mmm ■■u=====111ov■ ■w m■ CT■■"I�■Bi■G■viigC" v■ v mmtl■tl■ II ■4■■ ■■■tl ■■ills i 6:00 AM DURING LOW FLOW PERIODS. 1085 umv ■ ■ v mono mmum ■■mv■■v■!■v®' ■■■■■v■■a ■N■■■vmmv�m■'■'■■ ■■v■■■ v■omomm■ ■■■ ■ tl■■■■■v om■ ■ MA MAMA IA SEWER SHALL BE RECONNECTED AT THE ®oi■vu ;' 1 : m•mm■lovm■um wiv■■mom■vtlABM ■ ov■m■■vm■■■ otiv■mmmm■ ONM v■■■■v■ m ■■■v■■MA CONCLUSION OF EACH WORK NIGHT FOR mtltlmtlmmmm■mvv : MAMA ■ : : ' : ' : MAMMA ■mvtlmmmmmm ■■®mm■tl■tl■tl■ ■u MOM mvvm■®v■■■■■■O■®■ v®v■vm■mvm tl■w ��ss�■■ O v■■mtl ■111111■■■■■m■■■■■ momtiv m tl®Omm®■ v ■mtivtltl■■mtl■mm■■mmv�u mvm■m®tl■■m■tlmnm■■■ mm■m■■m■m■m■mm■■m ■vnmv■■vm■ W ■tlatl■■■�mmvBaamm mn ■■■■mm ■■Yvtlm■y■ymq■®■■■ ivw .........1■mmm■am■mm v mm anim■m■■m■tlY■m■mm UNRESTRICTED DAY USE, OR BYPASSES ■■■■om■■m■m tlnvm■mmtl am v■�Ivmatlmtlwm■m■mmtl■mom11m =!IMM om■m■■vm® ■itlnmitl ■vm■vmm®m■m■■vv■■■v■■m■motl■ vwmvm■m■m■mv■■■■®■ mmvvm■v■■v v®vmv SHALL BE MAINTAINED BY THE ■vm■mvm■■mv■mtl■■■■■m®■rMM ■mm tltivwmm■mlmtltla mmtlm■�i ■m ■mmm■■vvmmtlmmomommo m■■v■■vm■■■mtl■v■ o■■vvm■vv® oommvwv®■vvvv■■vn■vm ■v■■vv■m®■wm■v■tivvvvvwtlm■m ■■mv vmtl■■■vv nmmm 1111 m■C■v■otl tlsman CONTRACTOR FOR ALL ACTIVE 1080 '� v my®m®v ■m■■m■®!■o : mo®■w■Ym■vmmo■mvm■vvvvmo®■mtlw■■■v mmmmmmn®vv■■m■■m CONNECTIONS. ■ vuv Ivm ®m■mm ' i I I 1 I i : ■v■tl■■®mmm■ INEMMINIMMEMM ■m■mm■mmnm■■■mmv■®■■■mmYmtl■mm■mv■mtiv■■®tl■ ■ ■ m v�� 11 ■G■�Y" ■■ vv■■ 1111 �■�Ntltlm tlmm �1�1-: ' ■ , m■tl ■v■tl m�■�u�■ m■ua.Ann 'r wmtl■mmtl■®■■■■ o■ ■tlmmmmvtlmiCmmvtiv■■m■ 1111■■® ■ m vv tl11tlm� ■v■v Cvmv■i■� In...... ■■mv■v■ ■v■mtlii tlmm ■ ��■�_mm�■n�m�■�■■■ ■ovB' otl m C:iiC mimes"' ■ vnv■■■ 1111 �itl� m ■ v !EXISTING GROU OH `T! ■m■m■v■mv■■m ■v■mmmmvtl■m■miv ■■v■ im ■vvvmtl ■mvvw■■■m�rvv■■■■mtl■m®■■i■vi■u■■i■o■mm�a ■mmtl■■■■■■■m ■■■mm■ ■■ ■m■vC■v■mm■mmm■tl■■■■v■C■vmma mazam mmmomi ' ■■..■■11:11 ■tltlmm w T, tl tl "'"��■ 11 C ■mm11Cm�i■nm■■m■tl ■ ■vo tltlmnmtltlwtl�mm'IL■��mmtli■m■■v ■ my C■tliim "'�-� v 'N€W S ERT'AL4GN ERT, tl a tlm� v : ■11111111■ ■mom mu�Cm■a■mtlg■ wv mtltl ■mm■ ■■■Y■Ym■m� mm■■■■■m■ ■1111 ■mmm■®■tl■mvvm mm■ 1075 m v■■■m■■ tlmm■■tl MAMMA MA MAMMA ■m■tl�tl■O q Y�j �■�� ■■ ■ 1111 tl : m mYtl■■■■ ...so ■mmtl■■.Otl ■ tltlm ■tl■m■■mom■■ mtltl■m■®■ 1075 mmw mmmtl■m■m�i■nv IMM m tlm INAMM vwv■mtlov■a■m�■■ tlm■mwm■tivm ■ IMAM Nw�L� G ■"���BB'"�'■o■�■ i �m tl ■tl■■■_maim Ur BTii�■ qAS ■m ■tl ■ ■K� MANIM ■mom ■ YC ■■m Mg 1070 AM ■tl �"B_ tl■M� ■■v�n■�mwv M 11 ■tl ±-i- _ ■m m■� : ■■11 ®■1111 m m 1111 ■ m■ tl ■■■■■m'�CiBBs�i■i■ MO MN omv ■_, _ miimw■11vm� - - Ym■ mtltl tlm ■■v MOM mtlmm mmvm ■mm m 11111111 tltivmmmm■■mvtl tlma®■mmm 11w■■vq■ AMMIM ■ v . irtlim■mm®■vmomw 011tlmmwammm■tl■mtl■mmw v ■®m■■■avimom m C■tltivmtl■■■om®■v■C�m MAMMA mvm■mvu� ■m w�iiC■■■mm■v ■mo■ou■■mm■■ : B■'G■i ■mvv�i■vm■■v■m■■m i m mmv■■mvv■ KM ■ ■ 1070 ■m■■■tl vtl■vm■■■mvtlm ® mtlomv , ■■ MMAMO m®m■■■MMAMMtlmmmY 1065 1060 ■®tl i smi•mminawamnommmummumsaim m�mu■mvu■i■ tl�■n�■ii®®mm■v■ioa■aswi■■■agv■■■iv ■YIniq■■m ■■i■vm■m ®■■w®m■ov ■ suo■ i�®vo u■ivamn wmwtl■gYtl■ �m■vY■m■ -. • ■■m■mtlY■■tl®tl■tlm■tl■■�■■�■■■wtlmm m■mwtltlm■■■Ommmmtiv■m■■■®■m■tltl■mmm■®■■■ ■v■■■m Ep m■tl■mvm■v■mmmmvvvm■v■vtivtlm tlm■tltl■tl■■ am■mtl11 magm11 am■m■ . 1 ■Ytlm■■p�■mvmmtl■■■tivmv■mvmm ■■vmtl■■■■■®■■m■■■■■mv■ntltl■■mtlmtlm■Ymtlm■■m■■mtlm■tl Y■■mm■®mmmm■■tltlm■■■tltl■m■■YmOmmm■tl■n■■■■■■tl■■® awaamwvam■mma 1 tlm ■tlmmtltltlnmmmntltl ■owmmam■■■■mvov tl■mwm■■■■tlmm ... mtltlmmmW PIPEr220 .m.■q®■m pp _ L' 9050+,_%�f mmmmmgYY■■ t •`= ■m ■1111■■v■■v■n®mmtl mmmmmmtlm■■■Y■n■■n■■mtltl■■mtlm■■■®tl■ m■■vw■tlmm■mtlm ■■■Y■■tltl ■■■q■vnmtl 1 :: q�m■■Y■■y■■■■tltl■■y■■mmm■tl■■■mtl ' tl■tlYv ■■tlmmtl■mm mtlm■ s ■m ■Yq■m ' mvm■w �,E�A(= � s. S. Clotl ,S ■.....mmgq■■m Ctl■Civ'C■C ■11111111■mtlmmmmmam■■■vtivtl■mvtltl■mmnmmmoma■ ■mmptlp�mpCosvpw■■tl _mtl■m MEMM MAIMIN mm _ u�'EX�tj7CONC.�SE-ER' m : mao®tl NEW�8 s ' R'Er `1195$LFTS = '0:005 FST: ,F'!tl -wvmm 1065 ■:■1111 ,FrV --, _ W' ._._._ ..,mow... w..<. _ = ..: ■tlmwv■®ma■■av■Amo■ovi■itlwvmnm■m■mgv■vm■®mtlsv■■■■vvv■mmm■ 1 ��o.' !mom ■ _mimmmmm■tlmv■ mom ;t B ■ T CCC■■C■giCm■iYm u■iiq' n• ? ■ �■■tltl■pC■tl wimgv■■�n��m; CCY■ootl■tltl■■■CCC mtluCC■■ ptl■■m■■■mvmtl �otl�■■��n�■ ■tl om■ aam■■am.. L V SS , ■■vmm■mtltl■oY■tl■ 211■mvv qq ■tlm wtltl C■v tl■m o■C■mgiCCWotltl ■mvmmYtl■■ gw■�m■�v■mtl CCC�oC ■■ MUM= �■ ■Yww■gmwmq■■CCYtltlOm■■■Yvq■■tl■■m■v■tl■ m■ ■-�i�m�'iC ��m ■�■�■tl■■m■®■ m■■■■■■vtl■ mpg ■tl■q■■vtl tlwp ■tl■v■m tl�CCY■�Coi tlm■gtiv m■N m m MIN Ctl■f■vuitlm MEM Cv ■■ gCC■COm■tl■■q■■■■ w tl I : mtlBBYgv■■mmgmmmtl■mmggm■mquvtltl■■tlg■ tlmvY■■tlgm■tlY®tltltltl■mmm■■tl■■■mom ■om■vvm■tl■■Ymmtl■■mtl YY■tiv■■■■tl ■wvvY■■ ov■wmv■■tlC■mt�imwvuq' ntlm■tltlm ��■■■tl•••mmi ■■m■tl■■m i""'Twmown�■■■v ■m■m■■ntl■mm ■mtl■tl ■■�■ mmm■■■tltlm■ ■ tl : STA , �+6Jr.4°,■ - ■■q ■ ■tltltltl■mmm tlmq■tl tlm■■ tl■■■■ ■■v qtl ■■mtl ■ mm 1060 ■q■m ■■ S.14 nwi J40+50- mmYtl 0: mmmmv■■�ai ■tltlwq■■■mom__ m■■■m■m■v■v■EtlBTi■im�i■TmmwvY■ v■vmmm mmm tl'�Btim■ wtl■mC■m■m■tltltivtltltlm■■vaamimtlm■tl■mmwmN■■m mtlq mm mmm■m■tltltlm■tltl ■ ■■■n mmmq■■■m - o : r I m tltl■mtlm■m mmmmtl■■m■■■■mtlm� m■vtlmC■�mmtlm mmoim 4 r = ' • a . . ' vmo■m----_ . ■■im■m■o ' mvtom mq■mtl■■v■v®■n■■nmtl ....... aa■■m m■■mv■mo ■■m m■■m�mmm■mmvmiivvvm mv■mv■■vvvtl■■m■■m■vvi■■■ � 'EH=a -.T066_6., numvmmtl■■a®■m■axmmm■■n■vtlm®vm 1055 ■vtltiv�tlomtim E N=TOCs4:5 ." mvm®m■tl■votl■v■s■i�ammm■ , STA: 4-2+45'67,' �mmm■m®■■■■tlooCvi ■■vtltl■v®vtlmtlutlo■■tltl■■m■o■v■m■■ m■■■■v®■■■■vtl■mv■m�mmim■vim■v■■tl ANIMMO T v■■MUN otl■mvm■mmtlmm■vvm■■m®m■■ tlm■vtl®®■■mv■tiv■■v■mmm ■mmm■vmv■ Ytlmv■mvmv■vwtl ■■■mnm■ ■qv 1. . N 9&G3-3f;F1-2';)1 W' mmi m■■■mmmm RIM- 7-2'74' : ' ,• ■m Y■mm■m■ v®■■mtl m��■m ■mm■mmmvmm■■m■vmtl mm■m■v■■ m■■■■mmmmBm ■mv I.E. 3 igr' ' ' ¢63,2 m ma■mv■mtlm�tl■■■■ IINIMM■■m®■■nw mm ■tl FE. IN -}065. 1� Co■v■a■n�mmm■v■■m■m■■■■v■■■■wtiv■v vl1111M m■mmv■vmm■tlm■m■■■vvm■■v■■m■■m■m C� vm■vam■mvmm■mvmmmmv■■m■m®vv■ ■■■mvwvm • 1055 ■otl■■otla®tlm m■ 1 E mvim■■ III I m tlgsvm : ivovtl■m■m�aoimv wwm■■■�_. ma F.E. OU -T-1-06'5:'48-1(8" N : ■■tl■■tiv■■mmvmwmm■m■mm■motl■■■■■a® v■vtl■tlmmm■tl11vtlm mw■ m■tltlm■ uoCntlm11mmamtlmmv■ mtlmmtivm■■aa■v■mm■®v■mtivvmm■m■®vamwv■m■mmvn■■ ■m■■ma■®ov■wv■v■■■MINXIM m Iii 1■■tltlm ! 1 ■■ e tl■ma nomtl ■tl■■�vY■■van■mtlmtl■■vm■mtltl■■omm atl■■■ ■ ■mtl sou ■�mmq■ omtl■■■■■■tltl■■■■■ ■mv__m■■tl�v m v■ ■■� ■v mmtl■tltltltl■■mYmm■■ m ��gmmvmvmamamm■Ntl■m■■v■ ■mmmmY■ ■tlm21 am■ Cotl ■m■tl■■■vmmmmtlmm■gtl■wmamm■m■■tltlYtl■■�mm ■i■vio ■m m wC■mmmi m■■mm■tlmtlnmmtlmmtlmm■■vvv■tlgwm■ ■tltlm■ tl ■m Cmim■■■mmsvm■m®■mvw m■ m I I 1 1 1 1 ■■■■■m■■�mtltlmmmatl■mtltl v■■qm i m■ 111111 ■■mmw mmm ■ma■■�tltlmwtlO■.■m■tltm w ■m tmiai m■mit tm■■■■tl ■■■11 ■m11m■■Cm mm■ O _■■■■ m�io ■■ mv■ ■ � tltl■� tl tl■ ■ ■ mtl ima�v■mtlatltl■mtl■■■■i ■11 ■ nv nCC■■vvtl■■ mvm■,,y m■mv H I �, L 1 1 1■a -1--t--- mmmCC■tl■tlmnmw tl Ctl■Ytltlmtl■�mmCm ■am a w ■�tlr■■a ■a ■1111 � 1111 CiC'■ ■ ' rt m I mN■■ ■■mmm�■mm® ■ ■v v 11� �u■v■■m■ mx�o■■■■■ ww � ■vv■mm a® m ��■tl ■v ao■mm■■m,,,'. ■agmen■ w m . 1 . 1': r—"1 J_Ll � I F�vtl■mg s avwm ■ MAMMA I : 2 4�SEiEET : ,,'�+ 0 Tx IC' t' L T$ ER1Cd ,,,� TtON C ,:,, v■iC■■ H v i tp-itl1m■piim11G'�i1 rr�-� H-, 1 +11', ;I -r+, •.:'I: 1 i I i H Ctl .■ w v� E 0 : Ta E- �-1,r, 40+0041+0042+00 43+00 44+00 45+008 A2803 + + J River Road Yakima, WA 98902 509.966.7000 :;c1: v A, 41 `1'S �� vr' j% '.:-� CPQ �© 51523 0 ir C•yro`t`I'EG` JOB NUMBER: DATE:7D83 ,°-, 9-, 7CITY OF YAKIMASHEET WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 of 14 FILE NAMES: DRAWING: SHEETS dwg PLAN: 17083 dwg PROFILE: 17083 dwg Engineering andLandSurveying,Ine, Fax 509.965.3800 www.hlacivil.com- ESIGNED BY: EDNTERED BY: BAA PLAN AND PROFILE — E. DST. REVISION DATE LAWN JOSEPH & JAMIE DONOHUE ( 181325-34420 ) 1323 S 12TH AVE GATE INSTALL NEW 48" DOGHOUSE MANHOLE ON SANITARY SEWER. DETAIL 2.5, SHEET 14. GATE HECTOR & STEPHANIE SANCHEZ (181325-34416 1322 QUEEN AVE LAWN GA.TE_j // Logan Ave. ]2' ,WIDEHMA LAWN GATE PROVIDE ASPHALT CONCRETE SURFACING. ALL TRENCH EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.3, SHEET 13. MARIO & COLUMBA RIOS SANTIAGO (181325-34455 1401 S 12TH AVE NICOLAS & CONSTANTINA CRUZ '204 W LOGAN AVE I ll (181325-34455 ) 10$8 GATE X GATE CURTIS & BRENDA ZAHLER ( 181325-34561 ) 1402 S QUEEN AVE W/- E 0 10 20 40 24- APPX. RIM: 1048.4± F GRADE 60 REINF. 5T. 0.23 SO IN/FT EACH WAY • • SEADJUSTCTION SHALLMENT Il-■ IMMIi I-• 48 DIA. ' 1 '1 12' MA% =.- \����d�r�r��t�`V PRE -CAST SECTION MAX. 2• APPX. IE: 1039.5± CRUSHED SURFACING TOP COURSE. COMPACT TO 950 MAXIMUM DENSITY LOGAN AVE. DOGHOUSE MANHOLE SECTION RONALD F FOWLER ( 181336-11448 1521 CORNELL AVE PROVIDE ASPHALT CONCRETE SURFACING. ALL TRENCH EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.3, SHEET 13. LAWN LAWN GRAVEL GEORGE W. JR. KELLY ( 181336-11446 605 W KING ST. I I X CARLOS & FRANCISCA MAGANA (181336-11447 1518 S 6TH AVE -61 LAWN / ,King/St! / , /// 040 Xi1040 X I / / /I-Tr/111040 p -A.. p II -1040 1 I:A WN -1040'- Th L AS x�GATE ,-104or LAWN111 X r X A XX x CATF INSTALL NEW 48" DOGHOUSE MANHOLE ON SANITARY SEWER. DETAIL 2.5, SHEET 14. OSCAR MARTINEZ ( 181336-11509 1601 CORNELL AVE. GRAVEL I.x SILVIA CAPI DANIEL ANGEL ( 181336-11490 604 KING ST. J_ — JOSE & YVETTE MARQUEZ GONZALEZ ( 181336-11489 1602 S 6TH AVE W.•�E 0 10 20 40 MMI APPX. RIM: 1038.8± F GRADE 60 REINF. ST 0.23 50 IN/FT EACH WAY •-•ADJUSTMENT � SECTION SHALL UTED 1=111=11 I48 DIA. 1 ' '1 12" MAX PRE -CAST SECTION 4- MAX. 12" APPX. IE:1031.7± 6" CRUSHED SURFACING TOP COURSE. COMPACT TO 95% MAXIMUM DENSITY KING ST. (4TH & 5TH AVE.) DOGHOUSE MANHOLE SECTION •.++ H L A Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER - 17083 DATE: 10-19-17 FILE NAMES: DRAWING: SHEETS.dwg PLAN: 17083.dwg PROFILE: 17083 dwg CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH MANHOLE PLAN AND DETAIL SHEET 9 OF 14 MELISSA KIMBLE (181336-11520) 1519 S 5TH AVE — x LAWN 1 I PROVIDE ASPHALT CONCRETE SURFACING. ALL TRENCH EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.3, SHEET 13. • A P SYLVESTER & LISA WILKERSON (181336-11519) 1520 S 4TH AVE INSTALL NEW 48" DOGHOUSE MANHOLE ON SANITARY SEWER. DETAIL 2.5, SHEET 14. / X X LAWN jJ LAWN / // „3" IRRIGATION /RR / IRS�R // /00 / CINDY BERG & LARRY LONG ( 181336-11007 ) 1601 & 1603 S 5TH AVE LAWN 9✓P a A WN\ lir-P 0.-P OHP OFP ALBERTO CASILLAS LARIOS & GABRIELA VALENCIA (181336-11008 ) 410 W KING ST. • ,/ RAYMOND DURAN PEREZ & LAURA MARTINEZ ( 181336-11009 ) 1600 S 4TH AVE CH LAWN W• •E 0 10 20 40 APPX. RIM: 1040.0± 1 ■711\14 ADJUSTMENT ��SBEnGROUTED I — 48- DIA. I nommw-i MAX m !- GRADE 60 REINF. ST 0.23 SO IN /Fr EACH WAY 24° PRE -CAST SECTION 4- MAX. 12 APPX. IE: 1031 5± CRUSHED SURFACING TOP COURSE. COMPACT TO 95% MAXIMUM DENSITY KING ST. (6TH AVE & CORNELQ DOGHOUSE MANHOLE SECTION CHRISTINE A MITZLAFF (181325-41524 609 W PRASCH AVE LAWN FRIEDA & PHILLIP PARISH (181325-41525 607 W PRASCH AVE PROVIDE ASPHALT CONCRETE SURFACING. ALL TRENCH EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.3, SHEET 13. GRAVEL A I • GRAVEL IRR I I 51 o IIS INSTALL NEW 48" DOGHOUSE MANHOLE ON SANITARY SEWER. DETAIL 2.5, SHEET 14. GREGORY & JANICE HAUSER ( 181325-41527 ) 1120 S 6TH AVE `�'./°✓`./�,^./� iV�./�/moi .. --/resch Ave. // / GATE I 1-1/4° G.I GATE GATE LINDA SCHWEYEN ( 181325-41483 ) 1201 CORNELL AVE Kms_ GRAVEL,74 JESUS & MERCEDES ALCALA (181325-41482) 1202 S 6TH AVE 0 10 20 40 MEM APPX. RIM: 1054.5* I GRADE 60 REINF ST 0.23 50 IN/FT EACH WAY 24" IN& ADJUSTMENT SECTION SHALL BE GROUTED `1 '1 48° DIA. I 1 PRE—CAST SECTION 4" MAX. APPX. IE: 1047.5± 12 CRUSHED SURFACING TOP COURSE. COMPACT TO 95% MAXIMUM DENSITY PRASCH AVE. (6TH AVE & CORNELL) DOGHOUSE MANHOLE SECTION .A++, H L A Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 17083 DATE: 10-19-17 FILE NAMES: DRAWING: SHEETS.dwg PLAN: 17083.dwg PROFILE: 17083.dwg CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH MANHOLE PLAN AND DETAIL SHEET 10 OF 14 DONALD & DARCY ROWE ( 181325-41512 1119 S 6TH AVE INSTALL NEW 48" DOGHOUSE MANHOLE ON SANITARY SEWER. DETAIL 2.5, SHEET 14 Tr - DONNIE POWELL (181325-41513 1120 S 5TH AVE PROVIDE ASPHALT CONCRETE SURFACING. ALL TRENCH EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.3, SHEET 13. 1 / /1 LAWN LA L GRAVEL r— x PLANTE CONTRACTOR SHALL EXCAVATE/POTHOLE FOR IRRIGATION MAIN LOCATION PRIOR TO MANHOLE CONSTRUCTION. MARIA GONZALEZ ( 18132541461) 1201 S 6TH AVE r MARY ANNE DAUGHS (18132541462 ) 1202 S 5TH AVE W -10 E 0 10 20 40 MIMI APPX. RIM: 1054.5± 24' GRADE 60 REINF. ST. 0.23 50 IN/FT EACH WAY ADJUSTMENT SECTION SHALL BE GROUTED PRE -CAST SECTION CRUSHED SURFACING TOP COURSE. COMPACT TO 95% MAXIMUM DENSITY APPX. IE: 1046.7± PRASCH AVE. (5TH & 6TH AVE.) DOGHOUSE MANHOLE SECTION LAWN. JUDY LEMON ( 181325- 31015 ) 1123 S 4TH AVE #1-2 �/ Prasch Aye / a LAWN r-/' t �y�. 1 x GATE INSTALL NEW 48" H DOGHOUSE MANHOLE ON SANITARY SEWER. DETAIL 2.5, SHEET 14.I \ N LAWN —C, yT — 5— 9 01 MAGDALENA GAONA (181325-41016 ) 1122 S 3RD AVE PROVIDE ASPHALT CONCRETE SURFACING. ALL TRENCH EDGES SHALL BE NEAT LINE CUT PRIOR TO REPAIR. DETAIL 2.3, SHEET 13. CATE -X LAWN -X HILDA CRUZ ( 181325-41401) 1201 S 4TH AVE N LAWN X I xx x 1/ 11 LA GATE KRIS WILSEY ( 181325-41400 ) 302 W PRASCH AVE #A & B W N E 0 10 20 40 APPX. RIM: 1054 2± GRADE 60 REINF. ST. 0.23 S0 IN/FT EACH WAY 24' =■ ADJUSTMENTIrlik SBEnGROUTED Is t IM I I- 48' DIA. i h 12' MAX =.— �■ 1� PRE -CAST SECTION 4" AX 2- APPX. IE. 1044.9± CRUSHED SURFACING TOP COURSE. COMPACT TO 95% MAXIMUM DENSITY PRASCH AVE. (3RD & 4TH AVE.) DOGHOUSE MANHOLE SECTION w EngiHLA neering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 17083 DATE: 10-19-17 FILE NAMES: DRAWING: SHEETS dwg PLAN: 17083.dwg PROFILE: 17083 dwg CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH MANHOLE PLAN AND DETAIL SHEET 11 OF 14 SEWER BYPASS MAP W E 0 100 200 400 11 18" SS ‘,, 18' SS SS • 55 co T SS 55 KING ;ST. -->— ss r MEADE AVE. I 1' ' SS i I tfl1 '4 &I -,,, ._ < > 7.--- I > < , Cr Z ' I i ! <1 1.2 2-1 0 0 --r)7 N I eTI 1 n z ! -co cn I 00 .03 uJ iO 55 CO 55 SS 01 ,62 1 ' I -co • i 1 i roo t3I . '41 1 1Vr' . ' I o , ' 2-7" 1 j, ' 10 11 > ss ss ss 1 0" Ss) ss_> W. PIERCE ST. I -- -c-o-- 1l# O 8 1 7 I s -SS 1 - 18" - Ls8si ss \— . ,— ,. \ , ss 27" s '\\ o• " o`. '.'.\ 0.,\\ 3 s _•\ \ \v \\\\ \ \ 0\, \\\ \ \ \ \ \ . , \ \\ W. \\\. „ MEADE \ \ SS—e—SS > SS—.SS BALDIE WAY 0O E, -1I 1 'A .1ro ' > 10' 10" 10". AVE. SS SS --->—• SS SS 10" SS PROJECT LOCATION SS SS SS —II-- SS co, d LEGEND 1 EXISTING SEWER MAIN SS 55 EXISTING SEWER MANHOLE PROJECT LOCATION SEWER FLOW DATA HIGH FLOW ESTIMATE = 120 GPM AVERAGE FLOW ESTIMATE = 60 GPM NOTE: CONTRACTOR SHALL PROPOSE A BYPASS PLAN FOR THE CITY'S REVIEW AND APPROVAL. ALL MANHOLES SHOWN MAY BE USED FOR BYPASS. 44++ H L A Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 17083 DATE: 10-19-17 FILE NAMES - DRAWING: SHEETS dwg PLAN: 17083 dwg PROFILE: 17083 dwg CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 REVISION DATE DESIGNED BY: ENTERED BY: BAA AJH W. PIERCE ST. BYPASS EXHIBIT SHEET 12 OF 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 24" SEE DETAIL 1.5 1 1/2' CLASS 3/8' ASPHALT ASPHALT CONCRETE A CENTER STEPS OVER PENIN FOR ADJUSTMENT _ — —_ 1 }/i6" /�, I,♦', ''♦' A I. '' —_ — /� '♦1 '♦,1 m ♦ _ mon — „IREIEG4�� OONNSTREAM—� CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION. SLOPE 1 4 INCH PE's FOOT AWAY FROM COVER. 2" CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" GRAVEL GRASS. OR ASPHALT i"- DIRT SURFACING PAVEMENT CONCRETE PAVEMENT 12" PIPE •—� ADJUSTMENT ' 111111'' II i CAST IRON FRAME & • SECTION SHALL B /�' B COVER PROVIDED BY ,,co —� BE GROUTED L ' FLyW „my E� 6 CITY OF YAKIMA _.111 I, �>/������///////%i.ARRNEMENI �� ��tll 1 • �� 1!�� i'� ,, MANHOLE SUBGRADE'' S-� ! ' ��_NIE 1111j1 4 MIN �__� 16 MAX 611../......11119 TYPE 1 • ` `` .. III,1� •—� SUBGRADE �� �` I. ._-�/ 1. PLAN VIEW 'MOO' ��' 1 s PRE -CAST ECCENTRIC CONE SECTION z 6"It 15 7/16' ♦ FQ, GRWT ALL JOINTS WITH NON-GWSUM t , GRWT. ; BARREL INSIDE 1 \ �� \ Ls, - PLACE AND COMPACT CRUSHED T I, SURFACING TOP COURSE CONCRETE PERIMETER SEAL SHALL EXTEND 6' BELOW O, \ ; ADJUSTMENT RINGS \ 1 BASE \ 6, \ CLASS 3000 \ ALLCEMENT S \ CONCRETE WITH NON -GYPSUM \ GRWT. FULL DEPTH \ SMOOTH INSIDE \ BARREL 14" COPOLYMER A n A lo 48" DIA. j 1 POLYPROPYLENE GRADEC60 STEEL I/2" REINFORCEMENT 48' DIA. ■ STEPS, SEE DETAIL 1.3 1 PRE -CAST SECTION �11 GRADE 60 REINF. STI- 0.15 50 IN /FF EACH WAY 111 UNPAVED AREAS NOTES. PAVED AREAS I. MANHOLES SHALL BE ADJUSTED TO FINISHED GRADE AFTER PLACEMENT OF ASPHALT CONCRETE PAVEMENT 2. GRADE RINGS AND/OR LEVEUNG BRICKS SHALL BE GROUTED IN PLACE AND BE WATER TIGHT, WITH NON -GYPSUM GROUT. 3. IN UNPAVED AREAS. PROVIDE 4' DIA. CEMENT CONCRETE RING AROUND CENTER OF MANHOLE. EXTENDING FROM TOP OF MANHOLE TO 6' BELOW ADJUSTMENT RINGS TO CREATE PERIMETER SEAL SET MANHOLE FRAME FLUSH W/ FINISHED GRADE AND SLOPE CONCRETE OUTWARD AT 1/4"/FT. MANHOLE ADJUSTMENT DETAIL 6. 0 0.10' MIN. DROP PRE -CAST BASE SECTION r SLOPE IN ALL CHANNELS ACROSS ALL MANHOLES _I 1.110111 K1TH PRECAST l CHANNEL 1 m' �� SECTION A -A �� y 1 16" Iiiii11 llll=� NOTE. NOTES: - 6" CRUSHED SURFACING 1. PRECAST ADJUSTMENT SECTIONS SHALL BE LEVELED _, 112" I� TOP COURSE, .I MANHOLE MANHOLE STEPS SHALL BE COPOLYMER POLYPROPYLENE PLASTIC COATED 1/2" GRADE 60 STEEL REINFORCEMENT, MODEL PS2-PF. AS MANUFACTURED BY M.A. INDUSTRIES INC, OR APPROVED EQUAL SAFETY STEP WITH GROUT ONLY. SECTIONS SHALL BE FINISH SECTION A -A GROUTED INSIDE AND OUT AND SHALL BE INSPECTED COMPACT TO 958 TYP BY THE RESIDENT ENGINEER PRIOR TO BACKFILL. NO MAXIMUM DENSITY SECTION B -B WOOD SHIMS SHALL BE ALLOWED. 2. PIPES TO BE GROUTED IN PLACE. GROUT SHALL BE NON -GYPSUM TYPE GROUT AS APPROVED BY THE ENGINEER SEWER MANHOLE O NOT TO SCALE NOT TO SCALE 1 '2 NOT TO SCALE O SEE PLANS ASPHALT CONCRETE PATCH EXISTING PAVEMEN SURFACING DEPTH VARIES GRAVEL SURFACING EXISTING PAVEMENT SURFACING DEPTH VARIES SEE TRENCH SURFACING REPAIR DETAIL FOR SURFACING REQUIREMENTS COLD JOINT S 002 FT 3 J%� XCAVATION PAYMENT UMITS V T 1'- PAYMENT LIMITS EXCAVATION 1'-1:1 -0. REPAIR PAYMENT LIMITS EXCAVATION 1'-5' I -0' a FULL HEIGHT QOM \ CURB AND c`rr'` \J \`rrr r; `\`p� Ti COMPACTED'''/..t41�GUTTER r r EARTH 2" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4” THICK SIDEWALK SECTION a z W o U 0. 0 o vla NATIVE MATERIAL SHALL BE FOR BACKFILL USED UNLESS OTHERWISEDIRECTEDBACKSLOPE BY THE ENGINEER, ORSHOWNON i. STREET CROSSING TRENCHES SHALL BE BACKFILLED VATH IMPORTED SELECT BACKFILL (CSBC). FULL DEPTH. ( UP TO T-0" // It O' YY.�`` ALTERNATE AT CONTRACTOR'S OPTION APPLY CSS -1 AND SAND TO SEAL SAWCUT JOINT UNE" - PAYMENT UN� I SYMMETRICAL ABOUT OF PIPE (MIN)(MIN) PAYMENT UNEP MIN ' , �,,i„i,,,,,,,,,i,,,,,,,,,, ,/ Ar ,� �"" �� i COLD MIX ASPHAI T Magni 4" HMA CL 1/2" PG 64-28 %��// \\� • •��\/!\ 3• CRUSHED SURFACING MATCH BACK OF SIDEWALK GRADE UNLESS DIRECTED OTHERWISE BY ENGINEER. SURFACING SIDEWALK BEYOND COLD JOINT DEPRESSED CURB 5 0 02 FT FT -- AND GUTTER V .. - ri i��i�r;AXA IX,.. rrCOMPACTED i r r EARTH 2" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 6" THICK CONCRETE APPROACHES AT DRIVEWAYS STRBY EHE ETS. ALLEYS,AS DIRECTED \\� 2" COLD MIX ASPHALT \\� �� \\' /\� 2 EQUAL LIFTS % `G 6' CRUSHED SURFACING TOP COURSE ALTERNATE BACKSLOPE <� o 2: a TRENCH SHALL BE NEAT UNE MEASURED DETECTABLE MARKING TAPE OVER ALL NON-METAWC • 8" CRUSHED SURFACE BASE •�\' \/I. COURSE (CSBC) WHEN READY TO PAVE HMA, CONTRACTOR SHALL REMOVE ASPHALT AND DISPOSE OF COLD MIX ASPHALT AND 2" CSBC. AND 665E COURSE CONCRETE 1-5" ALTERNATE BACKSLOPE AT CONTRACTORS OPTION SURFACING 1 -5 AT CONTRACTORS OPTION GRAVEL SURFACING o - PIPE PER SECTION 9-15.18 COMPACTION COMPACTION ' ALL / J / Q F, -? 4" :;.. INCLUDING BEDDING MATERIAL SHALLTRENCHA ACCORDANCE WITH THBE DE N SPECIFICATIONS EXCEPT TAMP ONLY DIRECTLY j, OVER PIPE FOR 6 INCHES. MECHANICAL COMPACTION IS y. REWIRED UNLESS WATER SETTING IS ALLOWED BY PREPARE FOR HMA PAVING. EXISTING GROUND i\v v v\i i C!C!\C _j/ / /'HAND NOTES- 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL 12' (MIN) SILT MATERIAL FREE FROM ROOKS./ STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING OPERATIONS. 0.; REPLACE TO MINIMUM THICKNESS SHOWN. /\\� IF EXISTING GROUND SURFACE ADJACENT 1\� TRENCH SURFACE RESTORATION BEYOND THE J�%j\ PAYMENT UMITS SHOWN, INCLUDING WIDER TRENCH "O' SECTIONS RESULTING FROM LATINO BACK TRENCH THE CONTRACTORS OPTION. NO ALTERNATE BACKSLOPE SIDES AT 1 MEASUREMENT OR PAYMENT WILL BE MADE FOR NOTES- UNDISTURBED 1 CONTRACTOR SHALL COMPLY APPLICABLE O.S.H.A. AND SAFETY AND HEALTH REGULATIONS. 2. EXCAVATION UMITS INCLUDES PROVISIONS FOR TRENCH TYPICAL _ '' Tr/P. '�/'O' ' ' '/'' 6. EARTH WITH ALL W.I.S.H.A. 80X VADTH. TRENCH DETAIL THE SPECIFICATIONS. PIPE ZONE BEDDING AND BACKFILL SHALL MEET THE REQUIREMENTS OF SECTION 9-03.9 (3) CRUSHED SURFACING TOP COURSE. OR AS OTHERWISE DIRECTED BY ENGINEER. NOTE: DRIVEWAY CONCRETE SHALL DEVELOP 2500 PSI STRENGTH IN 3 DAYS. SIDEWALK SECTIONS TO TRENCH DOES NOT INCLUDE SILT ! OVERBURDEN, THEN BACKFILL TO SURFACE WITH NATIVE MATERIAL EXCAVATED FROM TRENCH. TRENCH AT CONTRACTORS OPTION SURFACE REPAIR BEYOND THE PAYMENT UMITS 2. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR UNSURFACED AREAS TRENCH SURFACING REPAIR IN UNSURFACED AREAS. 3 CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE SURFACING REPAIR FABRIC MAY BE REQUIRED. AS DIRECTED BY THE ENGINEER. NOT TO SCALE O ' NOT TO SCALE O 2.1 NOT TO SCALE WRAPS WATER MAIN IN MINIMUM TWO MAIN IN 8 MIL PLASTIC CONTROLLED DENSITY BACKFILL (GDF) TO UMITS SHOWN • I i EXISTING WATER MAININLINE NEW SEWER PIPE • FLUSH AT RAMPS r 1/2" Ri 1 AS DIRECTED BY ENGINEER. MAY VARY DEPENDING UPON GRADE OF SIDEWALK AND DRIVEWAY BEYOND CURB. =� _ 6' CLEANOUT RISER, SEE DETAIL CLEANOUT RISER, SEE DETAIL 8"x8"x8' WYE fSIDE SEWER 510E SEWER � Oi)II;�II FLOW 1//CC1111II ) 11 D FLOW _ ��NOTE 60115. LITS SHALL BE SIDE SEVER CONSTRUCTED OF THE SAME SIZE AND MATERIALS AS CLEANOUT SIDE SEWER THE SIDE SEWER IN WHICH THEY ARE INSTALLED,UNLESS •m IWO ^ 18 OTHERWISE BEND CLEANOUT SPECIFIED 8Y ENGINEER. IN DRIVEWAYS'O UNE 2-q4 BARS FLOW DEPRESSED - DRIVEWAY 1/2" R 1/2" R Z. COVER, SEE CLEANOUT CAST IRON FRAME & COVER. IN TRAVELED WAY DETAIL NEENAH FOUNDRY CO., 16' DIAL. �J '{ 5 1/2"I^ 1/2" I 1" R 1/2" R ^ R-6014 W/ BOLT DOWN FINISHED GRADE COVER, OR APPROVED EQUAL TRAVELED WAY FINISHED CLEANOUT PLUG MPT W/RAJSED NUT)j�j_ GRADE •.. 1"BATTER ( �� CLASS 3500 -� iI II �III1 1' R. ^� CLEANOUT CEMENT CONCRETE �� ILII ITII m ILII 6'1/ " • '6 25' 11 2-$4 BARS NOTES; 1. CDF FULL WIDTH OF TRENCH SECTION. 2. SEE DETAIL 2.4, THIS SHEET FOR OTHER BACKFILL REQUIREMENTS. 3. WHERE NEW SEWER MAIN CROSSES UNDER EXISTING WATER MAIN WITH LESS THAN 18" CLEARANCE. OR CROSSES OVER EXISTING WATER MAIN. REFER TO CITY OF YAKIMA'S "WATERLINE SEPARATION46 REQUIREMENTS, SHEET2VEYANCE SYSTEMS" FOR ADDITIONAL CROSSING BACKFILLOI ADAPTOR '11-11=11 II . • p, ^ VALLEY GUTTER - I (SLPxFPT) 6' SEWER1 8"x6" WYE FOR INLINE CLEANOUT, (2) 8" 45' BENDS FOR BEND CLEANOUT FOLLOWED BY 8•x6• REDUCER I - II 18" +•{ PIPE 45' BEND�� SIDE SEWER , 8" PVC SEWER PIPE FULL HEIGHT - BARRIER a11Y11 • FLOW _ CLEANOUT RISER CLEANOUT RISER CLEANOUT IN TRAVELED WAY CONCRETE TRAFFIC CURB & GUTTER SIDE SEWER CLEANOUTS OG NOT TO SCALE ' NOT TO SCALE C)WATERMAIN 01- TO SCALE o HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlaeivil.com a��A N %I. i�°F . b,.c� �`? J .: �F 51529 i� iF r �1a 1'30. ,,- • G' / °7O,VAL�' JOB NUMBER: 17083 DATE: , O-, g-, 7 CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 SHEET 1 3 OF 14 FILE NAMES: DRAWING: SHEETS dwg PLAN: 17083.dwg PROFILE: 17083.dwg DESIGNED BY: BAA ENTERED BY: AJH DETAILS REVISION DATE 1 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CAST IRON FRAME & COVER PROVIDED BY CITY OF YAKIMA 4— \ z a-0 *-0 ADDU 11O NT SECT ON —� MANUFACTURER'S //11.75111EM ST REINFORCED SLAB 48" DIA r STEPS, V SEE —..-- DETAIL 4 I N PA MOLET i111U FS \\\% CRUSTOP COURSERFACING COMPACTED TO 95% y MAXIMUM DENSITY glEM=g4iffl Effilggi 6" -.=-16"1-=•--111 6"� GRADE 60 REINF STL. 023 SO. IN/FT EACH WAY CAST IN GRADE 60 0.15 SO. PRECAST BASE 12-7 TYP REINF. STL IN/FT EACH WAY W/ PLACE BASE MANHOLE INTEGRAL RISER (TYPE 3) OSHALLOW 1'2 NOT TO SCALE 20 �, 24' A A h. CAST IRON FRAME & 4" MIN 16" MAX T�• —� COVER PROVIDED BY CITY OF YAKIMA =: j 1 ADJUSTMENT —� SECTION SHALL BE GROUTED CENTER EX. SEWER < STEPS OVER f3' PRE -CAST ECCENTRIC PIPE N -i 0: F N - Q PROFILE GRADE POINT (INVERSE CROWN) VARIES 1.0RyIN//38 MAX. VARIES 1.0% MIN/3R MAX. a y 3 � '''""'' DOWNSTREAM PIPE CONE SECTION B '' A. 11 B -11.■,qq_,._.,. n ,. �lu-1 11„1 ' -- 48• DIA. SECTION I� PRE -CAST SECTION i __.___ �- 111'-- '= PRE -CAST / // A� CQ'�O✓ �i//./ . Q 2" HMA CLASS 1/2" PG 64-28 4" CRUSHED SURFACING - TOP COURSE NOTFq; 1. ALL THICKNESSES ARE COMPACTED DEPTHS. 2. CONTRACTOR WILL BE REQUIRED PAVE NEW ALLEY IN TWO (2) WING PASS SHALL BE 15'). PASSES MAX. (MIN DTH OF PAVING TYPICAL ALLEY SECTION ��Ir'/ \ 48" DIA. STEPS, SEE DETAIL 1.3. 1 SAWCUT PIPE AND REMOVE 't„"'/ SHEET 13. OP HALF FOLLOWING 4 MANHOLE INSTALLATION =HOLE - _ \ / \„=ter A CL 3000 CONCRETE BELOW AND UP TO CROWN OF PIPE, AS SHOWN• is / _ \ / i \ / \ PRE -CAST DOGHOUSE BASE SECTION —. 12” 1MAX,• ■ _.— 4" MAX. � SEE PLAN SHEETS FOR INVERT PLAN VIEW MORTAR FILLET ELEVATIONS. PLAT IN PLACE BASE y� �— >• 2 i.AI LL GRADE 60 REINF. ST 7 `` `�` TYP 6" 6"�`�`�`�` 0.23 50 IN/FT EACH "��` WAY ...., _ 6" S■ __16.1.__ 48" DOGHOUSE MANHOLE FOR SANITARY SEWER SEWER PIPE CRUSHED SURFACING TOP 12" DOGHOUSE OPENING FOR SEVER PIPE SHALL BE COURSE. COMPACT TO 95% GROUT TO FILLA-A VO D�AROUNDD IPE. N -SHRINKING MAXIMUM DENSITY DOGHOUSE MANHOLE SECTION B -B NOT TO SCALE DOGHOUSE MANHOLE SIDE DETAIL SECTION O 2'2 NOT TO SCALE O 1 1/2" HMA CAST IRON LID SAWCUT CL 3/8" CLASS 3000 CEMENT CONCRETE FULL DEPTH OF PAVEMENT NOTES 1. SIDE SEWER CONNECTIONS8MDEW1 AT NEW- SANITARY SEWER MAINS SHALL BE MADE WITH TEE-WYES AS DIRECTED. ALL CONNECTIONS TO THE STUBS AND EXISTING SEWER MAINS SHALL BE MADE WITH "RIGID TYPE" COUPLERS. ANY DEVIATIONS FROM THIS SIDE SEWER SHALL BE APPROVED 8Y THE ENGINEER PRIOR TO USE. m i� �� i Np SANITARY y SEWER MAIN W ml ¢0 18" #4 REILA R BURIED 8"-12" BEW FINISH GRADE TIED IN MARKER TAPE HMA PAVEMEN SECTION LESS 1 1/2'. �'I■��� 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS SHOWN. CONNECT SERVICE AS DIRECTED BY ENGINEER TEE -WYE J TEE- DETECTABLE MARKER TAPE PER SID. SPECS f PLACE 12" ABOVE ENTIRE ��LENGTH OF SIDE SEWER w������������= . v.. �v • ■ - 6" MIN. \// LOWER SECTION (OLYMPIC FOUNDRY NO. 940, 36 -INCHES EQUAL) APPROVED 1111 \/‹.'.,.\'''2N/2\ \�/ TOP OF SUBGRADE UPPER SECTION SLIDING TYPE C.I. VALVE BOX (OLYMPIC FOUNDRY NO. 940, 18 -INCITES OR APPROVED EQUAL) 3 ALL SIDE SEWER MATERIALS SHALL BE PVC SEWER PIPE CONFORMING TO THE REQUIREMENTS OF N A MIN SLOPE - SEE SECTION 7-18.2 OF THE STANDARD SPECIFICATIONS. A II'I'I��4 4. TERMINATE SIDE SEWER AT R/W UNE UNLESS OTHERWISE DIRECTED BY THE ENGINEER OR .(♦` `` �JJJ ` 45' OTHERWISE ON PLANS. TYP ,O CAPASHIGH, REQUIRED 45. MINIMUM DIASLPIPPES ARE AS 002 ft/ft SIDE SEWER SECTION A -A TEE -WYE I.( 6" DIA. PIPE = 0.01 ft/ft II/ 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED SURFACING TOP COURSE FULL DEPTH AS DIRECTED BY THE ENGINEER. _ REQUIRED) MIN SLOPE - SEE �II�II NOTE 11 94,I PLAN PLAN VIEW FS OBSTRUCTION I la - \ \ REIN THIS A // r12 22 1/2' OR 45' -' NOTE' PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (OLYMPIC FOUNDRY NO. 9408 12. 12 -INCHES HIGH, OR APPROVED EQUAL) VALVE BOX ADJUSTMENT- IN PAVEMENT ` _ BENDS AS REQUIRED MIN SLOPE - SEE V NOTE WO CONNECTION AT OBSTRUCTION SIDE SEWER CONNECTION NOT TO SCALE O1 3. I NOT TO SCALEo HLA Engineering and Land Surveying, Inc. WA 98902 Yakima,2803 River A 989 509.966.7000 Fax 509.9653800 www.hlacivil.com ,,\�`V a, ��oF "`lsF,/����- `` , F %�!. �, 51523 �O czt;% f • rfs1 �� Gam' Nom.E JOB NUMBER 17083 DATE: 10 19-17 CITY OF YAKIMA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS PRIORITY 1 SHEET 14 of 14 FILE NAMES DRAWING: SHEETS.dwg PLAN: 17083.dwg PROFILE: 17083.dwg DESIGNED 8Y: BAA ENTERED BY: AJH DETAILS REVISION DATE