Loading...
HomeMy WebLinkAboutR-2018-118 Camp Hope Water and Sewer Extension Agreement with Ken Leingang Excavating, Inc. RESOLUTION NO. R-2018-118 A RESOLUTION authorizing a contract with Ken Leingang Excavating Inc , in the amount of $169,005, for extending water and sanitary sewer utility services to Camp Hope WHEREAS, by Resolution R-2017-129, the City entered into a lease with Transform Yakima Together to lease City-owned property for a temporary homeless encampment, which was subsequently amended in R-2018-045 and R-2018-052, and WHEREAS, by Resolution R-2018-064, the City entered into a Consolidated Homeless Grant and Homeless Housing and Assistance Fund contract with Yakima Valley Conference of Governments (YVCOG) in the amount of $100,000 to provide water and sewer services to the temporary homeless encampment; and WHEREAS, by Resolution R-2018-065, the City entered into an agreement with HLA Engineering and Surveying (HLA)to prepare the plans and contract documents for the installation of the water and sanitary services, and WHEREAS, by Resolution R-2018-095 the City entered into a Consolidated Homeless Grant and Homeless Housing and Assistance Fund contract with YVCOG in the amount of $200,000 to extend water and sanitary sewer services to Camp Hope, and WHEREAS, the City of Yakima used the procedure established by the State of Washington for using the Municipal Research and Service Center Small Works Roster process to select a contractor to perform the work, and WHEREAS, Ken Leingang Excavating, Inc., submitted the low bid and has the ability to correctly install the water and sanitary sewer utility services, and WHEREAS, the City Council finds that it is in the best interests of the City of Yakima and its residents to enter into a contract with Ken Leingang Excavating, Inc to extend the water and sanitary sewer utility services to Camp Hope pursuant to Council's previous actions, now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached contract with Ken Leingang Excavating, Inc , in the amount of $169,005 for City Project No 2478, which provides for extending water and sanitary sewer utility services to Camp Hope ADOPTED BY THE CITY COUNCIL this 2nd day of October, 2018 ATTEST ,?� a N, K thy Coff y, r IPA& ' Sonya Claak e, City Clerk i ° - , C..1.64Zile5 CITY OF YAKIMA I I CAMP HOPE UTILITY EXTENSION I I CITY OF YAKIMA PROJECT NO. 2478 I HLA PROJECT NO. 18105 ��P Pr 7 pedr� e V^`.°° •° Ye '. ' a ''r ' '''•-•-•," ° ::::;4:5:.;',,,;?..:;'-;:k0,..---4..t.:v.,1.-414,..:s.:,.. •, .4,,,,- —--.,-,4:alr-••=e.-7, .0.0 0, 14�al1\\�a30sv'�`'® IConstruction Contract Specifications & Bid Documents I AUGUST 2018 I Wastewater Division Water Divisions v A 2220 East Viola Avenue 2301 Fruitvale Boulevard ` '- ' Phone (509)Yakima, 7 575-6078 Phone902 ,WA 98902 (509)575-6080 4 Engmeering and Land Surveying,Inc IFax(509)575-6116 Fax(509)575-6238 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR CAMP HOPE UTILITY EXTENSION 1 1 �� H4 4`�o� sNj22��,, *A' Mt,/ ' ZONAL E �g I i CITY OF YAKIMA PROJECT NO. 2478 HLA PROJECT NO. 18105 OWNER: ENGINEER: City of Yakima HLA Engineering and Land Surveying, Inc. (HLA) 129 North 2nd Street 2803 River Road Yakima,WA 98901 Yakima, WA 98902 1 AUGUST 2018 I CITY OF YAKIMA I YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS 1 FOR CAMP HOPE UTILITY EXTENSION ICITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 ITABLE OF CONTENTS PAGE NO. I SECTION 1 - INFORMATION FOR BIDDERS 1-1 INFORMATION FOR BIDDERS 1-2 SECTION 2 - BID PACKAGE 2-1 BIDDER'S CHECKLIST 2-2 I BID PROPOSAL 2-3 UNIT PRICE BID PROPOSAL 2-3 BID PROPOSAL SIGNATURE PAGE 2-3 I BID DEPOSIT 2-3 BID BOND . 2-3 NON-COLLUSION AFFIDAVIT 2-3 CITY OF YAKIMA NONDISCRIMINATION PROVISION 2-3 I CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 2-3 CITY OF YAKIMA RESOLUTION NO D-4816 2-3 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN . . . 2-3 I CITY OF YAKIMA BIDDER'S CERTIFICATION 2-3 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 2-3 SURETY . 2-3 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES 2-3 I BIDDER'S RESPONSIBILITY STATEMENT 2-3 SECTION 3 -CONTRACT AND RELATED MATERIALS 3-3 CONTRACT 3-3 I CERTIFICATIONS 3-3 CONTRACT BOND 3-3 SCHEDULE OF WORKING HOURS 3-3 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION 3-3 I SECTION 4 - LABOR STANDARDS AND WAGE RATE CONDITIONS 4-3 PREVAILING WAGE RATES 4-3 DLI (YAKIMA COUNTY) EFFECTIVE 09/14/2018 4-3 I BENEFIT CODE KEY EFFECTIVE 08/31/2018 4-3 DLI SUPPLEMENTAL TO WAGE RATES EFFECTIVE 08/31/2018 4-3 SECTION 5 -TECHNICAL SPECIFICATIONS 5-3 TABLE OF CONTENTS 5-3 ISPECIAL PROVISIONS . 5-3 APPENDIX A- AMENDMENTS TO THE 2018 WASHINGTON STATE DEPARTMENT OF I TRANSPORTATION STANDARD SPECIFICATIONS APPENDIX B- WSDOT STANDARD PLANS I I I I , I 1 I I SECTION 1 - INFORMATION FOR BIDDERS I I I I I I I G:\PROJECTS12018\18105E\Spec\18105 SPEC.docx 1-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima(herein called the"OWNER"), at City Hall, 129 North 2nd Street, ' Yakima, Washington 98901, until 2.00 p m., September 14, 2018. Each BID must be submitted in a sealed envelope, addressed to the City Clerk at 129 North 2nd Street, ' Yakima,Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for CAMP HOPE UTILITY EXTENSION,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 submit- ted. 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 2nd Street, Yakima,WA 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 1 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 111 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 1 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. A conditional or qualified BID will not be accepted. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 1-2 ' 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 10/29/2018. The ENGINEER is HLA Engineering and Land Surveying, Inc (HLA), represented by Stephen S. Hazzard, ' PE. The ENGINEER'S address is 2803 River Road, Yakima, Washington 98902, phone (509) 966-7000, FAX: (509) 965-3800 1 I I r I I I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 1-3 I I I t I I I I SECTION 2 - BID PACKAGE i I I I I I I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 2-1 I 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 The following forms must be fully executed and submitted with the Bid,or within 24 hours after the published ' Bid submittal time. 1) CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES ' 2) BIDDER'S RESPONSIBILITY STATEMENT- Provide supporting documentation as required. The following forms are to be executed and/or submitted for approval to the Contracting Agency 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 5) 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. 6) STATEMENT OF INTENT TO PAY PREVAILING WAGES to be completed by successful bidder and by any and all subcontractors. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 2-2 ' BID PROPOSAL A Proposal of Ve^rtit VV.c,41 -m �14�G_ �-+Sc- (hereinafter called "BIDDER"), organized and existing under the law§ of the State of Washington doing business as 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 CAMP HOPE UTILITY EXTENSION, CITY OF YAKIMA PROJECT NO 2478, HLA Project No 18105, 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 ten (10) 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. ' BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts 1 Insert"a partnership,""oration cor ,"p p p," or'"an individual' as applicable G\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 2-3 I UNIT PRICE BID PROPOSAL I (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.) I CITY OF YAKIMA I CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 ITEM ITEM DESCRIPTION PAYMT UNIT PRICE AMOUNT I NO SPEC UNIT QUANTITY DOLLARS-CTS DOLLARS-CTS 1 Minor Change 1-04 4(1) FA Est. X $2,000 00 = $2,000 00 I 2 Mobilization 1-09 7 LS --- X I‘, f .02 = /s8�',,,00 I 3 Project Temporary Traffic Control 1-10 5 LS --- X Z45,00 = ZRS, 00 4 Crushed Surfacing Base Course 4-04 5 TON 40 X y(e•70 = / Q(os,00 5 Crushed Surfacing Top Course 4-04 5 TON 20 X 73,35- = j y(o7,OO I 6 HMA CI '/rinch PG 64-28 5-04 5 TON 25 X 3 go,00 = q,7c- ,00 7 Shoring or Extra Excavation 7-08 5 LF 740 X a SO = 370•00 I 8 Service Connection 3 In Diam 7-15 5 LF 950 X /6, /o = /S,295,00 9 PVC Sanitary Sewer Pipe 4 In Dian 7-17 5 LF 250 X Z/.10 = S y75.00 ' 10 Sewer Cleanout 7-19 5 EA 4 X 705,00 = Zi gZO.00 11 Sewer Force Main and Fittings, 1 25 In Diam. 7-25 5 LF 490 X /g, Z' = 8 9 y Z,50 ' 12 Landscape Restoration 8-02.5 FA Est. X $2,000 00 = $2,000 00 13 Chain,LinkSe'cu�ity Fence-Type A 8-12.5 LF 97 X 5 z.00 = C,oy q.00 14 7_Single„3�Ft.iChain4 irok Gate 8-12.5 EA 1 X /1 3(b,00 = f,30o,Oo I 15 pouble20 Ft.Chain Link Gate 8-12.5 EA 1 X 2,OZS-,00 = Z,025,00 16 Cement Conc.Sidewalk 4-Inch Thick 8-14 5 SY 10 X 340.00 = 3,1400,00 I 17 Prepackaged Sewer Pump Station 8-30 5 LS --- x 53 5 2. 00 = 53,goo,00 18 Pump Station Electrical 8-31 5 LS --- X 24I 7570•O0 = Z4/75D,00 I SCHEDULE SUBTOTAL /5(p,1910,5O 8.2%STATE SALES TAX /2,909, II SCHEDULE TOTAL /0/�,4r I G\PROJECTS\2018\18105E\Spec\18105 SPEC docx 2-4 I BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA CAMP_HO-P_E_U_T-I.LI_T_Y_EX_T_EN.SION____ i CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 ttEtiI c GANCB I . r ---►.lC- , 2018 BIDDER (CONTRACTOR) DATE ' d r BY AUTHORIZED OFFICIAL'S SIGNATUrRE TITLE ca=zt 1.4 fah-tad C- (Please print or type name) ' Address 1 / 17 N. a7 A-vp n114, Phone 509- 5,75- 55O1 lk1itfl ) w.4 99& Fax 509- L/57 - 32.97 E-mail address °Jarre.n 4)6-eii .e_om CONTRACTOR LICENSE NUMBER HE/VitEF_ a( i O D CONTRACTOR DUNS NUMBER CS-J`f"//— l'77Is CONTRACTOR UBI NUMBER Lone) 370 fiOLo ' CONTRACTOR FEDERAL TAX I D NUMBER 9I- l//e2a'y3 CONTRACTOR EMPLOYMENT SECURITY DEPARTMENT NUMBER I79738 -co-Z. CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER aete., 88La-co ' The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows c ‘4< A L - PROJECT MANAGER 1c-� Dk.(/-1 CELL PHONE 4$o-ttLS 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 I G 1PROJECTS`2018\181C5E\Spec\18105 SPEC docx 2-5 BID DEPOSIT CITY OF YAKIMA _ CAMP_HOP_E_UTILIT_Y EXTENSION_ CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 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. 1 Sign Here OR ' BID BOND KNOW ALL PERSONS BY THESE PRESENTS That we , as Principal, ' and , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of 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 CAMP ' HOPE UTILITY EXTENSION, CITY OF YAKIMA PROJECT NO 2478, HLA Project No 18105, 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 DAY OF , 2018 Principal Surety 1 2018 1 G\PROJECTS\2C 18\181 C5E\Spec`.1 El C5 SPEC docx 2-6 PERFORMANCE BOND Bond No 3434377 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Ken Leingang Excavating, Inc. (Contractor) hereinafter designated as the 'Principal' a contract for the construction of the project designated Camp Hope Utility Extension, City Project No. 2478, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and Old Republic Surety Company (Surety), a corporation,organized and existing under and by virtue of the laws of the State of Wisconsin ,duly authorized to do business in the State of Washington,as surety,are jointly and severally held and firmly bound unto the City of Yakima,Washington, in the penal sum of$169,004 61 (Total Contract Amount)lawful money of the United States,the payment of which we jointly and severally bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract, and shall pay all laborers,mechanics,sub-contractors and materialmen,the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39 08.010;the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima,Washington,their employees,agents,and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees,agents,and elected or appointed officials,harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima,Washington,and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 21 day of September 2018 Ken Leingang Excavating, Inc. (Principal) By: (Signature) (Print Name) Approved as to form: (Title) (City Attorney) Old Republic Surety Company (Surety) By--r<Wein. M� (Signature) Karen C Swanson (Print Name) Attorney-in-Fact (Title) air,_ NI'11 BID DEPOSIT ' CITY OF YAKIMA CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 ' 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 Ken Leingang Excavating, Inc. , as Principal, and Old Republic Surety Company _, as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of ' Five Percent (5%) of Bid Amount Dollars,for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. ' The condition of this obligation is such that if the Obligee shall make any award to the Principal for CAMP HOPE UTILITY EXTENSION, CITY OF YAKIMA PROJECT NO 2478, HLA Project No 18105, 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 14th DAY OF September 2018 K ang Excavati Principal OI ublic Surety zany Carley Es iritu,A orn -in-Fact , 2018 G'PPC„[.0 E54Cir. ^'ICPE:`Sce,.n 1G £P`_-C r7a- 2-6 t ***I :* * OLD REPUBLIC SURETY COMPANY . 1 ***** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and I appoint: -. _ KAREN'C.SWANSON,ERIC A.ZIMMERMAN,CYNTHIA L.JAY,JAMIE L.DIEMER,CARLEY ESPIRITU,ALICEON A.KELTNER,CHRISTOPHER'KINYON,' DIANE M.HARDING,ANNELIES M.RICHIE,KYLE JOSEPH HOWAT,BRANDON K BUSH,JON J OJA,PETER J COMFORT,MARY S.NORRELL,HEATHER L.ALLEN,JACOB T HADDOCK,OF TACOMA,WA Iits true and lawful Attomey(s)-in-Fact,with full power and authority,not exceeding$50,000,000,for and on behalf of the company as surety,to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds,undertakings,recognizances or other written obligations in the nature thereof,(other than bail bonds,bank depository bonds,mortgage deficiency bonds,mortgage guaranty bonds,guarantees of installment paper and note guaranty bonds,self-insurance workers compensation bonds guaranteeing payment of benefits,asbestos abatement contract bonds,waste management bonds,hazardous waste remediation bonds or black lung bonds), as follows: I ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED THIRTY MILLION DOLLARS($30,000,000) FOR ANY SINGLE OBLIGATION Iand to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to these presents,are ratified and confirmed. This document is not valid unless printedon colored background and is multi-colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. I .RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute,and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. I RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or I (ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii).when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. I RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. I IN WITNESS WHEREOF,OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 18TH day of JULY,2018. „�,e OLD REPUBLIC SURETY COMPANY av'c`uapT�'',G s"0:" iT a '�o.ro:.,�,`� , • gt SEAL j_ Asastant $ t� o PISS �.i� 1„ , I 8 t STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS . ^�a'„m"''� President 18TH JULY,2018 Alan Pavlic On this day of ,personally came before me, and Jane E Cherney ,to me known to be the individuals and officers of the OLD.REPUBLIC SURETY COMPANY who executed the above Iinstrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say; that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. ,ti , a Notary Public ' uBw My commission expires: 9/28/2018 I CERTIFICATE (Expiration of notary commission does not invalidate this instrument) I,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolutions of the board of ' ctors set +h',in the i ewer;f�Atforne"y,,are now in force.' 88560 "we•, Signed and sealed at the City of Brookfield WI this )1_ 4y of..' A' • r , „: f p s ' SEAL 4? I _ 4 i, ys r �i 3 F r Nuannrre' { ( PROPEL INSURANCE f'�r.., `)`ar. ' ITHIS DOCUMEh7THAS A COLORED BACKGIRO.UND AND IS MULTI-COLORED ON THE FACE THE-COMPANY`LOGO APPE'ARS'`ON THE.-' BACK OF THIS(DOCUMENT AS A WATERMARK. IF THESE FIEATURES ARE ABS ENIT,THIS DOCUMENT IS VOID 8 Wit 222.2 5-10) BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA CAMP_.HOPE UTILITY_ EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT N9,,18105 1,1=ti4 c-06,AN\ LAC. s ►.SC- 4 , 2018 ' BIDDER (CONTRACTOR) DATE BY rD‘.-4---- C/1 AUTHORIZED OFFICIAL'S SIGNATLRE TITLE Arm tZ EvJ L -t 6A 4vo -t-4 c 1 ' (Please print or type name) Address I / 117 N. 0744 121-149 Phone .509- 5/75- 550/ `12kJ ')I►� 9f3 O Fax 509- y57 - 3297 mask � � ' E-mail address Ql88rrer)e:EYl.e CONTRACTOR LICENSE NUMBER KF/V/EF_ tan i n D ' CONTRACTOR DUNS NUMBER 4y ry 1— I7 ! 1D CONTRACTOR UBI NUMBER tan 370 PCY.A0 CONTRACTOR FEDERAL TAX I D NUMBER ql- i/1,24 3 CONTRACTOR EMPLOYMENT SECURITY DEPARTMENT NUMBER A/79738 -co-.z, ' CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER Sea, 8SLo -cc ' 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 K�_rJ UG_ A-t-4 ' PROJECT MANAGER A�-i RYA CELL PHONE 4So-ttLC NOTES t 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 1 G\PROJECTS\2C18\18105E\Spec\18105 SPEC docx 2-5 NON-COLLUSION AFFIDAVIT CITY OF YAKIMA ' CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 STATE OF WASHINGTON ) ss NON-COLLUSION AFFIDAVIT COUNTY OF I t r t QyA 3 , 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 ' (Contr ctor's S. nature) I ' Signed and sworn to (or affirmed) before me on `e 1 s c 4 , , 2018, by Q*** „ 4t: '• y • 1 ' • Z G Notary Public • 0y�o�n+ ti ;Z_ My Appointment Expires 7--i el OFW AS\‘` I 1 1 1 G:\PROJECTS\2018\18105E\Spec\18105 SPEC docx 2-7 a 1 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 ,,�rrtridea�� The Contractor will include the provisions of ParagraphsParagraphk;(%),tathovl-V,(R.:ir1116,very subcontract or purchase order unless exempted by rules, regulations, or orders crtthe•Se"cret l r bf Labor issued pursuant to Section 204 of Executive Order No 11246 of August 24, 1965±sot t such ricoOlgens will be binding upon each subcontractor or vendor The Contractor will take such aQ'tior}w tti re§p§ctr any subcontract or purchase order as the contracting agency may direct as a means.of';enforcin4 §jch pr,,o\ ions including sanctions for noncompliance, provided, however, that in the event theContf0ctorbecomes involved in, or is threatened sult=of with litigation with a subcontractor or vendor as a re 'sucfi;'"directionwby the contracting agency, the Contractor may request the United States to enter into sudh':litigati�on-VSotect the interests of the United States i 1 1 1 G\PROJECTS\2018\18105E\Spec\18105 SPEC docx 2-8 1 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. • 111 I I 1 1 I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 2-9 RESOLUTIONS°. I)- 4 8 1 �T A RESOLUTION adapting a "Women And Minority Business Enterprise 11 Policy" far the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Wow And Minority Business Enter- ' prises for the performance of public works, and yHE AS, it is the intention of the City of Yakima that ' Women And Minority Business Enterprises shall have the maxi practicable opportunity to participate in the performance of such public mks, and WHEREAS, the City of Yak{l++a is determined to maximize Women And L"4nnrity Business Enterprise opportunities for parti- cipation in its competitive bideilne process through the adoption ' of the- "Women= And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED WE THE CITY COUNCIL OF TEE CITY Or YAP.ZMA: . The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY TEE CITY COUNCIL this g day of ,c.c_ , ' 1983. 1 mayor 1 • ATTEST: City Clerk ICITY OF YAKIMA AFFIRMATIVE ACTION PLAN I 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 Ifaith efforts to carrying out such steps However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its I 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, I 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. I 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 ISpecific Affirmative Action Steps I 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 I a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. I 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 I reasons therefore c. The contractor shall promptly notify the Engineer when the union or unions with whom the contractor I 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. I d The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. I 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. If. 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 I notifying and discussing it with all subcontractors and suppliers g. 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 Irecruitment 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 I friends and relatives G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 2-11 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 1 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. I 1 I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 2-12 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: kC ore I-C-c NL *V 95 C>CC . _L w G . certifies that: ' (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract: 1Arvudc.Ire 041 �GL G7-1'2/C�L- r'��� E�e.¢r�fr-n.�c� "P.,J-1/Vi--ocert l � 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 N/� 1 ' 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 Authorized Resenta e of Bidder) 1 t G'\PROJECTS\2018\18105E\Spec\18105 SPEC.dacx 2-13 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 1 G\PROJECTS\2018\18105E\Spec\18105 SPEC docx 2-14 I I 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 I 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 I thirty(30)days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to. I Director Office of Federal Contractor Compliance U S. Department of Labor IWashington, 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 I Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. I I I I I I I I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 2-15 ..x. `. n, °. 2"`"k aVT `.Al„ ��"'arY7* .�. ;i. .. _`. .., iy.w ° o' ,s... ..p ;AK " .T ,�.•S...,.Tm�.§�jj, ".".»�a....,.v,�-;;t:'ki�?..:•y��'jz•'.'uu �<�,1 �"^"�.�.�r ak-t �'-` 'z �'�C?�.. 1•r ,��'s s:° ir, ."..4.::x�`_ `� *,rs rlr�5�x '• 4 rt ::"� ''�, '`ff•' t P���,„s�st'�,s.'s%'ic$,a.s3:�,.."zv�; a � �F.�:.�r�Tir.,:=S...yr�",=�—<w�;;r,'n�'.'�h«. :`" �':.m '%�" �� . "�v.�'rw. "5;�`°°y �-� �s��� ;`r�#�'$o""f ;'. _ , olCompha,nce .w_aht- rr'lmi rrado.n;,a.nk ai u'ra=i�>�zation r#Act -- ° 'v ea;;. ' ' '"3•.'41;,T';1' ;sfi'i"�"';�.;f,.,�'.� F:y:. ,i-.a<., h•.,t*c -,.�.,. Vic, _ �w:�F� �' � ;µ �, z4a.s:,,..,�r .,, ,.ai.' °� ,:•`° •"'"�L,�.'_i<.�g�„';.„; a � �, ;%.'�..°:j f�7.;? � �'�"F` 4 .4 4 � :.,�;,' y,5� „.�?. > - "' t 3 `Pt�:J, 's�' ,y°S' �t .: ',CMc.: F. } ;t �.,, z^ +f rir `t zi 4"re `i A� 3ros'��n ��Ft'�.':'�",� tr. „�e�,' �'. � y"�:. ' 4� '�i `9�` y<r:, �' �"P;S '�' IE ,rtv�`"?`�e=; ;"r�„,� '�'� S�a'°4 .�. 'kr:".fl:'w 's�. �sa. : a« x v : -dsy 'sns,��` .. 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 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 Mgr) /1 elm Fvi,8I/ ir/ , =hG . ' Dated this /4'Pt- day of , 20 /3 Signature ' Printed Name. -&--z-`"4--7--- �=v+-k6+ Crl Address // / 7 N. 0744 A-venue_ ' Phone# 509-575- .5 5-017 Email Address in•� )Finn_• eOtY) ' Homeland Security's Web Address is: http.//www.dhs.gov/e-verify Completed declarations can be mailed to• City of Yakima Purchasing., 129 No. grid Street. Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby(�Lci.yakima.wa.us 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 1 G\PROJECTS\2C18\181C5E\Spec\181C5 SPEC dccx 2-15 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES CITY OF YAKIMA CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 Failure to return this certification with the Bid package or within 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal will make this Bid nonresponsive and ineligible 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 firm 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 OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: Bidder Name IA Ian-46A-Aa, E-xedr inte) �L,�S�. ' Name of Contractor/Bidder—Print full legal entity name of firm ' Signature of authorized persol Date ' Print Name and Title. Location or Place Executed: (City, State) t 1 . G-\PROJECTS12018\18105E\Spec\18105 SPEC docx 2-18 SURETY CITY OF YAKIMA CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be ' CI lar Wbi N &re ll-cf (lArrrinj whose address is (on\ \.111\inv, S�v�Q-� )` ;�4 -5-EC a. l_ L3a. get 31 - \-Y1 l Street City State ZIP t 1 G\PROJECTS\2018\18105E\Spec\18105 SPEC docx 2-17 BIDDER'S RESPONSIBILITY STATEMENT CITY OF YAKIMA ' CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 ' 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\2018\18105E\Spec\18105 SPEC docx 2-19 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 G\PROJECTS\2018\18105E\Spec\18105 SPEC docx 2-20 ' 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 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 iContractor's Signature G\PROJECTS\2018\18105E\Spec\18105 SPEC docx 2-21 1 I I I I I I I I CONTRACT 3 - AND RELATED MATERIALS I I I I I I I G:\PROJECTS\2018\18105E\Spec118105 SPEC.docx 3-1 CONTRACT 0( a di THIS AGREEMENT, made and entered into in triplicate, this 1 day of ( — , 2018, by and between the City of Yakima, hereinafter called the Owner, and Ken Leinganq Excavating, 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 all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $169,004.61, for Camp Hope Utility Extension, City Project No. 2478, all in accordance with, and as described in the attached plans and specifications and the 2018 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 Ten (10)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 11th day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and 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/ CONTRACTOR this S day of l l('l� 2018. �` «L/� ,a,-( d Corporation ( Cract , sh--`-7 C anager ,gyp �xv x *� ( / A est: 606t4I ��'-�,, '._• 4`�{ -.+R ezae 1- AA"5'( * mil' :.-� (Print Name) F �'` L .'tea /4 `� City Jerk ~l rti * 1ts^ (/ Y�- �' (President,Owner,etc.) N., ',.. ddress. f/i ? rilo Z 7' +CT - CITY CONTRACT NO* .C)/'CJ`"� I 7(a ' RESOLUTION NO' k • D of 8-I/ 6 yitt'kl A-. iV 962.-- CERTIFICATIONS CITY OF YAKIMA CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO 2478 HLA PROJECT NO 18105 Provide the following: Name of Traffic Control Manager(TCM) (Must be an employee of the Contractor) I Name of Certified Traffic Control Supervisor(TCS) (Provide copy of certificate) Name of Mandatory Alternate Certified Traffic Control Supervisor(TCS) (Provide copy of certificate) I Name of Certified Testing Laboratory for material testing I G:\PROJECTS\2018118105E\Spec\18105 SPEC.docx 3-3 I , I Bond No 3434377 PERFORMANCE BOND I BOND TO CITY OF YAKIMA 1 KNOW ALL MEN BY THESE PRESENTS. IThat whereas the City of Yakima, Washington has awarded to Ken Leingang Excavating, Inc. (Contractor) hereinafter designated as the 'Principal' a contract for the construction of the project designated Camp Hope Utility Extension, City ? Project No. 2478, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said Icontract to furnish a bond for the faithful performance of said contract: I 111! NOW, THEREFORE, we, the principal, and Old Republic Surety Company (Surety), a corporation,organized and existing under and by virtue of the laws of the State of Wisconsin ,duly authorized to do business in the State of Washington,as surety,are jointly and severally held and firmly bound unto the City of Yakima,Washington, I in the penal sum of$169,004 61 (Total Contract Amount)lawful money of the United States,the payment of which we jointly and severally bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,firmly by these presents. i THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfullyperform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract, I and shall pay all laborers,mechanics,sub-contractors and materialmen;the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39 08.010;the state with respect to taxes imposed pursuant to Titles 50,51 and 82 RCW which may be due; and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima,Washington,their employees,agents, and elected or appointed officials, I harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials,harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said I contract after its acceptance thereof by the City of Yakima,Washington,and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid,then and in that event this obligation shall be void, j but otherwise it shall be and remain in full force and effect. I This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly I authorized officers this I21 day of September 2018 Ken Leingang Excavating, Inc. I (,„,----) (Principal) (Signature) / (Print Name) el_ Approved as to form: 1 4 ,6,:4_,atzti , _ Mile) 6' (Cily Attorney) Old Republic Surety Company (Surety) 6y gn` °` `� (Signature) Karen C Swanson - _ Attorney-in-Fact (Print Name) (Title) *+r**** I OLD REPUBLIC SURETY COMPANY I ***** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and. I appoint: KAREN C.SWANSON,ERIC A.ZIMMERMAN,CYNTHIA L.JAY,JAMIE L.DIEMER,CARLEY ESPIRITU,ALICEON A.KELTNER,CHRISTOPHER KINYON, DIANE M.HARDING,ANNELIES M.RICHIE,KYLE JOSEPH HOWAT,BRANDON K BUSH,JON J OJA,PETER J COMFORT,MARY S.NORRELL,HEATHER L.ALLEN,JACOB T HADDOCK,OF TACOMA,WA IIits true and lawful Attorney(s)-in-Fact,with full power and authority,not exceeding$50,000,000,for and on behalf of the company as surety,to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds,undertakings,recognizances or other written obligations in the nature thereof,(other than bail bonds,bank depository bonds,mortgage deficiency bonds,mortgage guaranty bonds,guarantees of installment paper and note guaranty bonds,self-insurance workers compensation bonds guaranteeing payment of benefits,asbestos abatement contract bonds,waste management bonds,hazardous waste remediation bonds or black lung bonds), as follows: U ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED THIRTY MILLION DOLLARS($30,000,000) FOR ANY SINGLE OBLIGATION U and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to these presents,are ratified and confirmed. This document is not valid unless printedon colored background and is multi-colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under'and by the authority of the following resolutions • adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may:appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president,any vice president or assistantvice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii)when signed by the president,anyy vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii)when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. I RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be I affixed this I8TH day of JULY,2018. v�„� OLD REPUBLIC SURETY COMPANY o0' iYNBl 3 R• i t t6nlOg4,r 1,s. i‘e SEAL SS ,..,,_,..,,,, i A Assistant g' 141 4 i STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS 'w°Mmm„„Im•s, President 18TH JULY,2018 "" Alan Pavlic '' "" On this day of ,personally came before me, and. Jane E Cherney ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above Iinstrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say; that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. Ii i ' Notary Public • - trat,� :V,. ,,,, My commission expires: 9/28/2018 I CERTIFICATE (Expiration of notary commission does not invalidate this instrument) I,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolutions of the board of directors set forth in the Power of Attorney,are now in I force. 1 78-8560 G tiupeT'k, Signed and sealed at the City of Brookfield,WI this v ( day of�E{ l�"4ir ( A )1) L PROPEL INSURANCE THIS DOCUMENT HAS A COLORED LACIKGIROUND AND IS MULTI-COLORED ON •'I THE FACE. HE.COMiPANVf LOGO ARPE°ARS,ON THE." BACK OF THIS(DOCUMENT AS At WATERMARK. IF THESEFIEATURES ARE ABSENIT,'THIS DOCUMENT IS VOID. °°' '' '''''" 22851crinsc 22262 5-10) BID SUMMARY 1 BIDDER#1 BIDDER#2 BIDDER#3 BIDDER#4 Owner CITY OF YAKIMA,CITY PROJECT NO.2478 ' Ken Leingang Excavating,Inc. TTC Construction,Inc. Project: CAMP HOPE UTILITY EXTENSION 1117 N.27th Avenue 12871 Summitview Road HLA Project No.. 18105 Yakima,WA 98902 Yakima,WA 98908 1 Date: SEPTEMBER 14,2018 Item ENGINEER'S ESTIMATE No. Item Description Unit Quantity Unit Price Amount Unit Price I Amount Unit Price Amount Unit Price I Amount Unit Price l Amount 1 Minor Change FA EST $2,000.00 $2,000.00 ' $2,000.00 $2,000.00 $2,000.00 $2,000.00 2 Mobilization LS 1 $14,000.00 $14,000.00 $15,895.00 $15,895.00 : $13,250.00 $13,250.00 3 Project Temporary Traffic Control LS 1 $1,000.00 $1,000.00 $295.00 $295.00 $1,800.00 $1,800.00 4 Crushed Surfacing Base Course TON 40 $45.00 $1,800.00 $46.70 $1,868.00 ' $70.00 $2,800.00 5 Crushed Surfacing Top Course TON 20 $50.00 $1,000.00 $73.35 $1,467.00 $120.00 $2,400.00 6 HMA Cl.1/2-Inch PG 64-28 TON 25 $100.00 $2,500.00 $390.00 $9,750.00 $210.00 $5,250.00 7 Shoring or Extra Excavation LF 740 $1.00 $740.00 I $0.50 $370.00 $0.50 $370.00 8 Service Connection 3 In.Diam. LF 950 $30.00 $28,500.00 $16.10 $15,295.00 $26.50 $25,175.00 9 PVC Sanitary Sewer Pipe 4 In.Diam. LF 250 $40.00 $10,000.00 $21.90 $5,475.00 $30.00 $7,500.00 10 SewerCleanout EA 4 $200.00 $800.00 $705.00 $2,820.00 ' $300.00 $1,200.00 11 Sewer Force Main and Fittings,1.25 In.Diam. LF 490 $25.00 $12,250.00 $18.25 $8,942.50 $28.25 $13,842.50 12 Landscape Restoration FA EST $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 13 Chain Link Security Fence-Type A LF 97 $60.00 $5,820.00 i $52.00 $5,044.00 $67.00 $6,499.00 14 Single 3 Ft.Chain Link Gate EA 1 $500.00 $500.00 $1,300.00 $1,300.00 $2,400.00 $2,400.00 15 Double 20 Ft.Chain Link Gate EA 1 3 $2,500.00 $2,500.00 $2,025.00 $2,025.00 $3,200.00 $3,200.00 ' 16 Cement Conc.Sidewalk 4-Inch Thick SY 10 $250.00 $2,500.00 $340.00 $3,400.00 ? $105.00 $1,050.00 17 Prepackaged Sewer Pump Station LS 1 $50,000.00 $50,000.00 $53,500.00 $53,500.00 $49,000.00 $49,000.00 18 Pump Station Electrical LS 1 $15,000.00 $15,000.00 $24,750.00 $24,750.00 $21,000.00 $21,000.00 o SCHEDULE SUBTOTAL $152,910.00 $156,196.50 $160,736.50 8.2%STATE SALES TAX $12,538.62 $12,808.11 $13,180.39 SCHEDULE TOTAL $165,448.62 ' $169,004.61 $173,916.89 ENGINEER'S REPORT AWARD MADE BY CITY MANAGER CITY OF YAKIMA Bids were opened on September 14,2018 at the City of Yakima City Hall. All bids were reviewed by the City of CAMP HOPE UTILITY EXTENSION Yakima and the Unit Pnce Bid Proposals only were reviewed by this office. Based only on the Unit Price Bid Proposals,we recomm d the contract be awarded(contingent on City approval of I CITY PROJECT NO. 2478 complete bid packages)to: Ken Leingang Excavatin c. HLA PROJECT NO. 18105 ..,1 -- M///g 1 Proj ngineer Date: City Manager '' HLA Engineering and Land Su e 'ng,Inc. k ' Date: ``'t{4 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ' SCHEDULE OF WORKING HOURS CITY OF YAKIMA CAMP HOPE UTILITY EXTENSION CITY OF YAKIMA PROJECT NO. 2478 HLA PROJECT NO. 18105 rIn 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 I 1 1 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 3-6 I I 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: I certifies ertifies that: 1 1. It intends to use the following listed construction trades in the work under the subcontract: I I and; As to those trades for which it is required by these Bid Conditions to comply with these Bid I 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. I I 1 (Signature of Authorized Representative of Subcontractor) I I I I I IG:\PROJECTS12018\18105E\Spec\18105 SPEC.docx 3-7 IClient#: 147462 LEINKEN YYYY) ACORDn. CERTIFICATE OF LIABILITY INSURANCE 9/19 DATE(M/2018 MIDDIM/DD/ I 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. I 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACT Rainey Lindholm Propel Insurance PHONE 800 499 0933 Fax (A/C,No,Ext): (A/C,No): 866 577-1326 Seattle Commercial Insurance E-MAIL raine Ilndholm r0 elinsurance(.com ADDRESS. Y• @P P 601 Union Street,Suite 3400 INSURER(S)AFFORDING COVERAGE 1 NAIC# ISeattle,WA 98101-1371 INSURER A Berkley Insurance Company 132603 INSURED INSURER B Ken Leingang Excavating, Inc. 1117 N 27th Ave INSURER C Yakima,WA 98902 INSURER D I INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: I 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 TYPE OF INSURANCE INSR WVD POLICY NUMBER -(MMIDD/YYYY)�(MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CPA6028337 07/01/2018 07/01/2019 EACH OCCURRENCE $1,000,000 ; CLAIMS-MADE X OCCUR PREMISES(Ea occu ence) $300,000 X PD Ded•2,000 MED EXP(Any one person) $15,000 I PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000,000 PRO- I POLICYI X JECT I I LOC PRODUCTS-COMP/OPAGG $2,000,000 LiOTHER. $ ' A 1 AUTOMOBILE LIABILITY MBINED CPA6028337 07/01/2018 07/01/2019(EaCO accident)SINGLE LIMIT $$1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED ' BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS I HIRED NON-OWNED DAMAGE X AUTOS ONLY X $ AUTOS ONLY (Per PROPERTYt) $ A x UMBRELLA LIAB X OCCUR CPA6028337 07/01/2018 07/01/2019 EACH OCCURRENCE $1,000,000 EXCESS LIAB CLAIMS-MADE Following Form AGGREGATE $1,000,000 I DED RETENTION$ $ A WORKERS COMPENSATION CPA6028337 07/01/2018 07/01/2019 PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE �R ANY PROPRIETOR/PARTNER/EXECUTIVE WA Stop Gap E L EACH ACCIDENT $$1,000,000 OFFICER/MEMBER EXCLUDED? N N I A I (Mandatory in NH)If E L DISEASE-EA EMPLOYEE $$1,000,000 DEes,describe under SCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT I$$1,000,000 A Leased/Hired CPA6028337 07/01/2018 07/01/2019 $400,000 Limit Rented Equipment $ 1,000 Deductible I ACV DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability,Auto Liability and Umbrella Liability policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when I there is a written contract between the named insured and the certificate holder that requires such status. I (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I Department of Public Works THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Engineering Division ACCORDANCE WITH THE POLICY PROVISIONS. 129 North Second Street Yakima,WA 98901 AUTHORIZED REPRESENTATIVE I I - . .. ©1988-2015 ACORD CORPORATION.All rights reserved. I ACORD 25(2016/03)#S3355342/M3264294 1 of 2 The ACORD name and logo are registered marks of ACORD JMBOO Client#: 147462 LEINKEN /YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE GATE(MM/DD s/2(M De 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAN CT Rainey Lindholm Propel insurance PHONE 800 499-0933 FAX 866 577-1326 (A/C,No,Ext): (A/C,No): Seattle Commercial Insurance E-MAIL DRESS: rainey.lindholm@propelinsurance.com 601 Union Street,Suite 3400 INSURER(S)AFFORDING COVERAGE NAIC S _ Seattle,WA 981 01-1 371 INSURER A Berkley Insurance Company 32603 INSURED INSURER B Ken Leingang Excavating,Inc. r -- _ 1117 N 27th Ave INSURER C Yakima,WA 98902 INSURER 0 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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 TYPE OF INSURANCE ADDLSUBR POLICY EFFM/ I POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MDD/YYYY).(MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY CPA6028337 07/01/2018 07/01/2019 EACH OCCURRENCE $1,000,000 PREMISES(E I CLAIMS-MADE X I OCCUR a occur°nce) $300,000 X, PD Ded:2,000 MED EXP(Any one person) $15,000 lPERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT 'LOC PRODUCTS-COMP/OP AGG 52,000,000 OTHER: $ I A AUTOMOBILE LIABILITY CPA6028337 07/01/2018 07/01/2019(EaCOMBINEDacadenU SINGLE LIMIT $ X ANY AUTO BODILY INJURY(Per person) $ OWNED AUTOS SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY _ __ HIRED NON-OWNED I PROPERTY DAMAGE $ A I X AUTOS ONLY AUTOS ONLY (Per accident) $1,000,000 �( UMBRELLA LIAR X OCCUR - CPA6028337 07/01/201807/01201 ,EACH OCCURRENCE $1,000,000 EXCESS LIAB CLAIMS-MADE Following Form AGGREGATE $1,000,000 I DED RETENTION$ $ A WORKERS COMPENSATION CPA6028337 07/01/2018 07/01/2019 PER OTH• AND EMPLOYERS'LIABILITY Y/N , STATUTE _ FR ANY PROPRIETOR/PARTNER/EXECUTIVE WA Stop Gap E.L.EACH ACCIDENT $$1,000,000 OFFICER/MEMBER EXCLUDED I N I N/A - (Mandatory In NH) E L.DISEASE-EA EMPLOYEE $$1,000,000 I If yes,describe under - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5$1,000,000 A Leased/Hired CPA6028337 07/01/2018 07/01/2019 $400,000 Llmlt Rented Equipment $1,000 Deductible ACV IDESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached 11 more space Is required) The General Liability,Auto Liability and Umbrella Liability policies Include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status.I RE:City of Yakima/Yakima County Snow&Ice Removal,City/County Streets,Parking Lots&Sidewalks.The City of Yakima and the County of Yakima, its agents,employees,authorized volunteers,elected and appointed officials are primary/non-contributory additional Insureds per the blanket additional Insured form attached. I CERTIFICATE HOLDER CANCELLATION City of Yakima SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN I County of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. Purchasing Department 129 N 2nd Street AUTHORIZED REPRESENTATIVE Yakima,WA 98901-0000 �_Z. I m 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #53265674/M3264294 TTOD 1 -- 1 COMMERCIAL GENERAL LIABILITY CLCG05290916 ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ULTRA PLATINUM ENHANCEMENT COVERAGES This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. The following coverage is added: paragraph 2.a. above, the words caused in ADDITIONAL INSURED - OWNERS, LESSEES whole or in part by are replaced by the OR CONTRACTORS - AUTOMATIC STATUS words arising out of INCLUDING PRIMARY NON-CONTRIBUTORY c. The insurance afforded to such additional 1. Section II -Who is An Insured is amended to insured only applies to the extent include as an additional insured any person(s) permitted by law; and or organization(s) for whom you are required d. If coverage provided to the additional by virtue of a written contract or agreement insured is required by a contract or that such person(s) or organization(s) be agreement, the insurance afforded to such added as an additional insured on your policy additional insured will not be broader than 2. The insurance provided to the additional that which you are required by the contract insured is limited as follows or agreement to provide for such additional insured. a. Such person or organization is an e. This insurance ends at the earliest of the additional insured only with respect to liability for "bodily injury", "property following times. damage" or "personal and advertising (1) When any Named Insured(s) work injury"caused in whole or in part by- called for in the written contract has (1) Acts or omissions of the Named been completed Insured; or (2) When all of any Named Insured(s) (2) The acts or omissions of those acting work done at a job site has been on behalf of the Named Insured; completed if the written contract calls for work at more than one job site in the performance of the Named Insureds (3) When that part of any Named work for the additional insured(s) specified Insured(s) work done at a job site has in the written contract provided the been put to its intended use by any contract or agreement requires you to person or organization other than the provide the additional insured such Named Insured or those acting on the coverage and is Named Insured(s) behalf , I. Currently in effect or becomes Work that may need service, maintenance, effective during the term of this correction, repair or replacement, but is policy; and otherwise complete, will be treated as ii. Was executed prior to the "bodily completed injury", "property damage" or f. This insurance does not apply to any "personal and advertising injury" additional insured scheduled on your b. If the written contract specifically requires policy by separate endorsement. ' you to provide additional insured coverage g. For purposes of paragraph A. of this via the 10/01 edition of CG2010 (aka CG endorsement, the terms "you" and "your" 20 10 10 01) or via the 11/85 edition of refer to the Named Insured shown in the CG2010 (aka CG 20 10 11 85), then in Declarations CL CG 05 29 09 16 Includes copyrighted material of Insurance Services Page 1 of 3 Office, Inc., with its permission 3. Exclusions b. Available under the applicable Limits of With respect to the insurance afforded to these Insurance shown in the Declarations, additional insureds, the following additional whichever is less This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 5. Other Insurance exclusions apply to "bodily injury", "property damage" or "personal and advertising injury arising out of. a. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or For purposes of this endorsement, the both of the following operations. following is added to the Section IV - (1) Providing engineering, architectural or Commercial General Liability Conditions, 4. surveying services to others in your Other capacity as an engineer, architect or Insurance condition and supersedes any surveyor; and provision to the contrary. I (2) Providing, or hiring independent This insurance is excess of all other professionals to provide, engineering, insurance available to an additional architectural or surveying services in insured whether on a primary, excess, connection with construction work you contingent or any other basis But, if I perform required by a written contract or written agreement to be primary and b. Subject to Paragraph c. below, noncontributory, this insurance will be professional services include. primary to and will not seek contribution I (1) Preparing, approving, or failing to from any insurance on which the additional prepare or approve, maps, shop insured is a Named Insured drawings, opinions, reports, surveys, No other coverage or limit in the policy I field orders, change orders, or drawings and specifications, and applies to loss or damage insured by this coverage (2) Supervisory or inspection activities B. The following coverage is added performed as part of any related CONTRACTUAL LIABILITY-RAILROADS ' architectural or engineering activities. c. Professional services do not include 1. With respect to operations performed for a services within construction means, Railroad within 50 feet of railroad property, the methods, techniques, sequences and definition of "insured contract" in Section V - II procedures employed by you or performed Definitions is replaced by the following by or for the construction manager, its 9. "Insured Contract"means. employees or its subcontractors in connection with your ongoing operations a. A contract for a lease of premises. I This exclusion applies even if the claims However, that portion of the contractfor a lease of premises that against any insured allege negligence or other indemnifies any person or wrongdoing in the supervision, hiring, organization for damage by fire to I employment, training or monitoring of others premises while rented to you or by that insured, if the "occurrence" which temporarily occupied by you with caused the "bodily injury" or "property permission of the owner is not an damage", or the offense which caused the "insured contract"; I "personal and advertising injury", involved the rendering of, or the failure to render, any b. A sidetrack agreement, professional architectural, engineering or c. Any easement or license agreement; surveying services. I 4. Limits of Insurance d. An obligation, as required by ordinance, to indemnify a municipality, With respect to the insurance afforded to these except in connection with work for a additional insureds, the following is added to municipality; I Section III -Limits Of Insurance e. An elevator maintenance agreement; If coverage provided to the additional insured f. That part of any other contract or is required by a contract or agreement, the agreement pertaining to your business most we will pay on behalf of the additional (including an indemnification of a insured is the amount of insurance municipality in connection with work a. Required by the contract or agreement; or performed for a municipality) under Page 2 of 3 Includes copyrighted material of Insurance Services CL CG 05 29 09 16 Office, Inc.,with its permission I which you assume the tort liability of pay settlements or judgments will be reduced, and another party to pay for "bodily injury" may be exhausted, by defense expenses or property damage" to a third person The following is added to paragraph 14. "Personal or organization Tort liability means a and advertising injury"SECTION V- liability that would be imposed by law DEFINITIONS OF COMMERCIAL GENERAL in the absence of any contract or LIABILITY COVERAGE FORM agreement. Paragraph f. does not include that part h. "Non-employment discrimination" means of any contract or agreement: violation of a person's civil rights with (1) That indemnifies an architect, respect to such person's race, color, engineer or surveyor for injury or national origin, religion, gender, marital damage arising out of status, age, sexual orientation or preference, physical or mental condition, (a) Preparing, approving or failing or any other protected class or to prepare or approve maps, characteristic established by any federal, shop drawings, opinions, state or local statutes, rules or regulations reports, surveys, field orders, "Non-employment discrimination" does not change orders or drawings include violation of civil rights arising out of and specifications, or past, present or prospective employment. (b) Giving directions or Any obligation to the insured to pay "non- instructions, or failing to give employment discrimination" liability damages them, if that is the primary on your behalf applies only to the amount of cause of the injury or damage, damages in excess of $5,000 deductible as (2) Under which the insured, if an the result of any one offense regardless of the architect, engineer or surveyor, number of persons or organizations who assumes liability for an injury or sustain damages because of the offense damage arising out of the The most we will pay for all damages for"non- insured's rendering or failure to employment discrimination" is $15,000 annual render professional services, aggregate No other liability to pay sums or including those listed in Paragraph perform acts or services is covered. (1) above and supervisory, Supplementary Payments -Coverage A and , inspection, architectural or engineering activities B do not apply to non-employment discrimination 2. Other Insurance D. AGGREGATE LIMITS OF INSURANCE For purposes of this endorsement, the The General Aggregate Limit under SECTION III - following is added to the Section IV- LIMITS OF INSURANCE applies separately to Commercial General Liability Conditions, 4. Other Insurance condition each of your and supersedes any provision to the 1. Projects away from premises owned by or contrary. rented to you This insurance is excess of all other 2. "Locations"owned by or rented to you insurance that is Railroad Protective Liability or similar coverage for"your work" "Location"means premises involving the same performed for a Railroad But, if required or connecting lots, or premises whose by a written contract or written agreement connection is interrupted only by a street, to be primary and noncontributory, this roadway, waterway or right-of-way of a insurance will be primary to and will not railroad seek contribution from any insurance on When paragraph B. Construction Project which the Railroad is a Named Insured General Aggregate Limit on form CL CG 00 20 is No other coverage or limit in the policy a part of this policy, then this endorsement 1 applies to loss or damage insured by this CL CG 05 29 paragraph D. Aggregate Limits Of coverage Insurance does not apply C. The following coverage is added: ' NON-EMPLOYMENT DISCRIMINATION LIABILITY This coverage contains a DEFENSE WITHIN LIMIT provision The limit of liability for "Non- employment discrimination" coverage available to CL CG 05 29 09 16 Includes copyrighted material of Insurance Services Page 3 of 3 Office, Inc., with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART A. PROPERTY DAMAGE TO BORROWED EQUIPMENT 1. Paragraph 2.j. of SECTION I - COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is amended as follows: Paragraphs (3) and (4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not being used to perform operations at the time of loss 2. SECTION III—LIMITS OF INSURANCE is deleted and replaced by the following The most we will pay in any one "occurrence" for "property damage" to borrowed equipment is ' $15,000 This limit of insurance is the most we will pay regardless of the number of. a. Insureds, 1 b. Claims made or"suits" brought; or ' c. Persons or organizations making claims or bringing "suits" 3. Deductible ' a. Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as applicable to "property damage" as the result of any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that"occurrence". ' b. The terms of this insurance, including those with respect to our right and duty to defend the insured against any "suits" seeking those damages, and your duties in the event of an "occurrence", claim, or"suit"apply irrespective of the application of the deductible amount. c. We may pay any part or all of the deductible amount to effect settlement of any claim or suit ' and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as we have paid. B. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMIT ' 1. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C(SECTION I), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: ' a. A Single Construction Project General Aggregate Limit applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. b. The Single Construction Project General 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 operations hazard", and for medical expenses under COVERAGE C regardless of the number of. ' (1) Insureds, (2) Claims made or"suits" brought; or (3) Persons or organizations making claims or bringing "suits" c. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured Such payments ' shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. ' CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 1 of 4 Office,Inc with its permission 1 d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. 2. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project away from premises owned by or rented to the insured: a. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable, and b. Such payments shall not reduce any Single Construction Project General Aggregate Limit. 3. 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" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit or the Single Construction Project General Aggregate Limit. 4. If the applicable construction project away from premises owned by or rented to the insured has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. 5. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. C. LIMITED JOB SITE POLLUTION 1. Exclusion f. under Section I—Coverage A is replaced by the following ' 2. Exclusions This insurance does not apply to f. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of"pollutants (a) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants", or (b) At or from a storage tank or other container, ducts or piping which is below or partially below the surface of the ground or water or which, at any time, has been buried under the surface of the ground or water and then subsequently exposed by erosion, excavation or any other means if the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of"pollutants" arises at or from any premises, site or location which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the"pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor Subparagraph (b) does not apply to "bodily injury" or "property damage" arising out of heat, smoke or fumes from a"hostile fire' (2) Any loss, cost or expense arising out of any (a) Request, demand, order or statutory or regulatory requirement issued or made pursuant to any environmental protection or environmental liability statutes or regulations that any insured test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants", or CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 2 of 4 Office, Inc with its permission ' (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, or neutralizing or in any way responding to or assessing the effects of, "pollutants" ' However, this paragraph does not apply to liability for those sums the insured becomes legally obligated to pay as damages because of"property damage"that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental ' authority 2. With respect to "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of"pollutants" a. The"Each Occurrence Limit"shown in the Declarations does not apply ' b. Paragraph 7.of Limits Of Insurance(Section III)does not apply c. Paragraph 1.of Section III—Limits Of Insurance is replaced by the following: The Limits Of Insurance shown in this endorsement, or in the Declarations and the rules below fix the most we will pay regardless of the number of. (1) Insureds, (2) Claims made or"suits"brought; or ' (3) Persons or organizations making claims or bringing"suits" d. The following are added to Section III—Limits Of Insurance: ' 8. Subject to 2. or 3. above, whichever applies, the most we will pay for the sum of. a. Damages under Coverage A; and b. Medical expenses under Coverage C ' because of "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" is $100,000 aggregate 9. Subject to 8. above, the Medical Expense Limit is the most we will pay under Coverage C ' for all medical expenses because of"bodily injury" sustained by any one person arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of"pollutants" ' D. VOLUNTARY PROPERTY DAMAGE 1. The following is added to Section 1 —COVERAGES: We will pay, at your request for"property damage"to that part of any property. a. Which you or any subcontractors working directly or indirectly on your behalf are performing operations, or b. That must be restored, repaired or replaced because "your work" was incorrectly performed on it. ' This insurance applies only to "property damage" to property of others while in your care, custody, or control, and arising out of operations away from your insured premises and incidental to your business. Exclusions j.(3),(4),(5)and (6)do not apply to this coverage This insurance does not apply to "property damage" included within the "explosion hazard", the"collapse hazard"or the"underground property damage hazard" 2. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, SECTION III—LIMITS OF INSURANCE is replaced by the following A. Limits of Insurance ' 1. Unless a higher limit is shown in the Declarations, the most we will pay in any one "occurrence"for"property damage" under this endorsement is$15,000 2. Unless a higher limit is shown in the Declarations, the most we will pay for all covered "occurrences"during any one policy period is$15,000 Aggregate Limit of Insurance ' CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 3 of 4 Office, Inc with its permission The Limits of Insurance of this endorsement apply separately to each consecutive annual ' period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance 3. Deductible a. Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as the result of any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that"occurrence" b. The terms of this insurance, including those with respect to our right and duty to defend the insured against any"suits" seeking those damages, and your duties in the event of an "occurrence", claim, or "suit" apply irrespective of the application of the deductible amount. c. We may pay any part or all of the deductible amount to effect settlement of any claim or 111 suit and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as we have paid. 4. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows a. The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: In the event of loss covered by this endorsement, the insured shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs at actual cost to the insured, excluding prospective profit or overhead charges of any nature Any property so paid for or replaced shall, at our option, become our property Any payment made by us shall not constitute an admission of liability by an insured, or by us b. Paragraph 4. Other Insurance is amended as follows. (1) Paragraph 4.a. Primary Insurance is deleted (2) Subparagraphs (1) and (2) of paragraph 4.b. Excess Insurance are deleted and replaced with the following This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis All other provisions that apply to paragraph 4. Other Insurance contained in the Commercial General Liability Coverage Form are applicable 5. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, the following definitions are added to SECTION V—DEFINITIONS a. "Collapse hazard" includes "structural property damage" and any resulting "property damage"to any other property at any time b. "Explosion hazard" includes "property damage" arising out of blasting or explosion The "explosion hazard" does not include "property damage" arising out of the explosion of air or steam vessels, piping under pressure, prime movers, machinery or power transmitting equipment. c. "Structural property damage" means the collapse of or structural injury to any building or structure due to (1) Grading of land, excavating, borrowing, filling, back-filling, tunneling, pile driving, cofferdam work or caisson work, or (2) Moving, shoring, underpinning, raising or demolition of any building or structure or removal or rebuilding of any structural support of that building or structure d. "Underground property damage hazard" includes "underground property damage" and any resulting"property damage"to any other property at any time e. "Underground property damage" means "property damage" to wires, conduits, pipes, mains, sewers, tanks, tunnels, any similar property, and any apparatus used with them beneath the surface of the ground or water, caused by and occurring during the use of mechanical equipment for the purpose of grading land, paving, excavating, drilling, borrowing, filling, back-filling or pile driving CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 4 of 4 Office, Inc with its permission COMMERCIAL GENERAL LIABILITY CLCG04920916 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ULTRA PLUS ENDORSEMENT This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGE EXTENSIONS Provision Name Of Coverage Extension Included or Limit of Insurance A. Miscellaneous Additional Insureds Included B Expected Or Intended Injury Or Damage Included C. Knowledge Of Occurrence Included D. Legal Liability—Damage To Premises Rented To You (Fire, Lightning, $300,000 Explosion, Smoke,Or Leakage From Automatic Fire Protective Systems) E. Medical Payments $10,000 F. Mobile Equipment Redefined Included G. Newly Formed Or Acquired Organization, Partnership Or Limited Liability Included Company And Extended Period Of Coverage H. Who Is An Insured—Amendment Included I. Non-Owned Watercraft(Increased to maximum length of less than 51 Included feet) I J. Supplementary Payments—Increased Limits 1. Bail Bonds $3,000 2. Loss Of Earnings $ 1,000 K. Unintentional Omission Or Unintentional Error In Disclosure Included L. Waiver Of Transfer Of Rights Of Recovery Against Others Included M. Liberalization Clause Included I N. Incidental Medical Malpractice Included The above is a summary only Please consult the specific provisions that follow for complete information on the extensions provided. I The provisions of the Commercial General Liability additional insured on your policy, provided Coverage Part apply except as otherwise provided in that: this endorsement. This endorsement applies only if a. The written contract or written agreement such Coverage Part is included in this policy I is: A. MISCELLANEOUS ADDITIONAL INSUREDS (1) Currently in effect or becoming 1. Section II —Who Is An Insured is amended effective during the term of this I to include as an insured any person or policy; and organization (referred to as an additional (2) Fully executed by you and the insured below) described in Paragraphs additional insured prior to the "bodily A.1.c.(1) through A.1.c.(8) below when you I and such person or organization have agreed injury", "property damage" or "per in writing in a contract or agreement that sonal and advertising injury. such person or organization be added as an CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 7 with its permission I b. The insurance afforded by this provision performed by or on behalf of I does not apply to any person or such additional insured organization included as an additional (4) Lessor Of Leased Equipment insured by a separate endorsement I issued by us and made a part of this Any person(s) or organization(s) policy or coverage part. from whom you lease equipment but c. Only the following persons or organi only with respect to liability for "bodily zations are additional insureds under this injury", "property damage" or "per ' provision, with coverage for such sonal and advertising injury" caused, additional insureds limited as provided in whole or in part, by your herein maintenance, operation or use of equipment leased to you by such I (1) Managers Or Lessors Of Premises person(s) or organization's). A manager or lessor of premises but A person's or organization's status only with respect to liability arising as an additional insured under this I out of the ownership, maintenance or endorsement ends when their written use of that part of the premises contract or written agreement with leased to you and subject to the you for such leased equipment ends. following additional exclusions: I This insurance does not apply to any This insurance does not apply to "occurrence" which takes place after the equipment lease expires. (a) Any "occurrence" which takes I place after you cease to be a (5) State, Municipality, Governmental tenant in that premises Agency Or Subdivision Or Other (b) Structural alterations, new con- Political Subdivision — Permits Or struction or demolition operations Authorizations Relating To I performed by or on behalf of Premises such additional insured Any state, municipality, govern- (2) Mortgagee, Assignee Or Receiver mental agency or subdivision or other political subdivision subject to I A mortgagee, assignee, or receiver the following additional provisions but only with respect to their liability as mortgagee, assignee, or receiver (a) This insurance applies only with and arising out of the ownership, respect to I maintenance, or use of a covered (i) The following hazards for premises by you which the state, municipality, This insurance does not apply to governmental agency or I structural alterations, new con- subdivision or other political struction or demolition operations subdivision has issued a performed by or on behalf of such permit or authorization in additional insured. connection with premises I you own, rent or control and (3) Owners Or Other Interests From to which this insurance Whom Land Has Been Leased applies. An owner or other interest from (1.1) The existence, I whom land has been leased to you maintenance, repair, but only with respect to liability construction, erection arising out of the ownership, mainte- or removal of adver- nance I or use of that part of the land tising signs, awnings, leased to you and subject to the canopies, cellar following additional exclusions: entrances, coal holes, This insurance does not apply to driveways, manholes, I marquees, hoist away (a) Any "occurrence" which takes openings, sidewalk place after you cease to lease vaults, street banners that land. or decorations and I (b) Structural alterations, new con- similar exposures, or struction or demolition operations CL CG 04 92 09 16 Includes copyrighted material of insurance Services Office, Inc, Page 2 of 7 I with its permission (1.2) The construction, erec- The insurance afforded the tion or removal of vendor does not apply to• elevators,or (i) „Bodily injury" or "property Y (1.3) The ownership, main- damage" for which the tenance or use of any vendor is obligated to pay elevators covered by damages by reason of the this insurance assumption of liability in a (II) Operations performed by you written contract or written or on your behalf for which agreement. This exclusion does not apply to liability for the state, municipality, damages that the vendor governmental agency or would have in the absence of subdivision or other political the written contract or written subdivision has issued a permit or authorization agreement; (ii) Any express warranty unau- (b) This insurance does not apply to "bodily injury", "property dam thorized by you; age"or"personal and advertising (iii)Any physical or chemical injury" arising out of operations change in the product made performed for the state, munici- intentionally by the pality, governmental agency or vendor; subdivision or other political (Iv) Repackaging, except when subdivision. unpacked solely for the (6) Controlling Interest purpose of inspection, demonstration,testing, or the 1 Any person(s) or organization(s) with substitution of parts under I a controlling interest in the Named instructions from the manu- facturer,but only with respect to their facturer, and then liability arising out of. repackaged in the original I (a)Their financial control of you; or container; (b) Premises they own, maintain or (v) Any failure to make such control while you lease or occupy inspections, adjustments, these premises tests or servicing as the I This insurance does not apply to vendor has agreed to make or normally undertakes to structural alterations, new con- make in the usual course of struction or demolition operations performed by or for such person(s) business, in connection with or organization(s), the distribution or sale of the products, (7) Co-Owner Of Insured Premises (vi) Demonstration, installation, I A co-owner of a premises co-owned servicing or repair opera- tions,you and covered under this tions, except such operations insurance but only with respect to the performed at the vendor's co-owner's liability as co-owner of premises in connection with I such premises the sale of the product; (8) Vendors (vII) Products which, after distri- (a) Any person(s) or organization(s) bution or sale by you, have I (referred to as vendor), but only been labeled or relabeled or with respect to "bodily injury" or used as a container, part or ingredient of any other thing "property damage" arising out of or substance by or for the I "your products" which are vendor; or distributed or sold in the regular course of the vendor's business. I CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc , Page 3 of 7 with its permission I I (viii)"Bodily injury" or "property 3. With respect to the insurance afforded to the I damage" arising out of the additional insureds within this Provision A. sole negligence of the Miscellaneous Additional Insureds, the vendor for its own acts or following is added to Section III — Limits Of I omissions or those of its Insurance. employees or anyone else The most we will pay on behalf of the acting on its behalf How additional insured is the amount of insurance ever, this exclusion does not I apply to. a. Required by the written contract or (1.1) The exceptions written agreement; or contained in Sub- b. Available under the applicable Limits Of I paragraphs (iv) or (vi); Insurance shown in the Declarations, or whichever is less (1.2) Such inspections, ad- I justments, tests or This endorsement shall not increase the servicing as the applicable Limits Of Insurance shown in the vendor has agreed to Declarations. make or normally B. EXPECTED OR INTENDED INJURY OR I undertakes to make in DAMAGE the usual course of business, in con- Exclusion 2.a. Expected Or Intended Injury of nection with the Section I — Coverage A — Bodily Injury And I distribution or sale of Property Damage Liability is deleted and the products. replaced by the following: (b) This insurance does not apply to a. Expected Or Intended Injury Or Damage any insured person or organi- "Bodily injury" or"property damage"expected I zation, from whom you have or intended from the standpoint of the acquired products, or any insured. This exclusion does not apply to ingredient, part or container, "bodily injury" or "property damage" resulting I entering into, accompanying or from the use of reasonable force to protect containing such products. persons or property 2. With respect to coverage provided by this C. KNOWLEDGE OF OCCURRENCE Provision A. Miscellaneous Additional I Insureds, the following additional provisions Paragraph 2.a. Duties In The Event Of apply Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions a. Any insurance provided to an additional is deleted and replaced by the following. I insured designated under Paragraphs A.1.c.(1) through A.1.c.(8) above does a. You must see to it that we are notified as not apply soon as practicable of an "occurrence" or an offense which may result in a claim only I (1) To "bodily injury" or "property when the "occurrence" or offense is known damage" included within the to: "products-completed operations hazard", or (1) You, if you are an individual, (2) To "bodily injury", "property damage" (2) A partner, if you are a partnership, I or "personal and advertising injury" (3) A manager, if you are a limited liability arising out of the sole negligence of company; or I such additional insured (4) An "executive officer" or the "employee" b. The insurance afforded to such additional designated by you to give such notice, if insured only applies to the extent you are an organization other than a permitted by law partnership or a limited liability company I c. The insurance afforded to such additional To the extent possible, notice should include: insured will not be broader than that which you are required to provide by the (i) How, when and where the "occurrence" I written contract or written agreement. or offense took place: CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc , Page 4 of 7 I with its permission I 1 (ii) The names and addresses of any injured you, or in the case of damage by fire, persons and witnesses;and lightning, explosion, "smoke", or leakage (iii)The nature and location of any injury or from automatic fire protective systems, I damage arising out of the "occurrence"or offense. while rented to you or temporarily occupied by you with permission of the owner. D. LEGAL LIABILITY — DAMAGE TO PREMISES This limit will apply to all damage I RENTED TO YOU (Fire, Lightning, Explosion, proximately caused by the same event, Smoke, Or Leakage From Automatic Fire whether such damage results from fire, Protective Systems) lightning, explosion, "smoke", leakage I If damage to premises rented to you is not from automatic fire protective systems, or otherwise excluded from this policy or coverage other covered causes of loss or any part, then the following provisions apply combination thereof 1. Under Section I — Coverage A — Bodily 4. Subparagraph b.(1)(a)(ii) of Paragraph 4. I Injury And Property Damage Liability, the Other Insurance of Section IV — last paragraph (after the exclusions) is Commercial General Liability Conditions deleted and replaced by the following: is deleted and replaced by the following: I Exclusions c. through n.do not apply to dam (il) That is fire, lightning, explosion, "smoke" age by fire, lightning, explosion, "smoke", or or leakage from automatic fire protective leakage from automatic fire protective systems insurance for premises rented to systems to premises while rented to you or you or temporarily occupied by you with I temporarily occupied by you with the permission of the owner; permission of the owner A separate limit of 5. Subparagraph a. of Definition 9. "Insured insurance applies to this coverage as contract" of Section V — Definitions is described in Section III — Limits Of deleted and replaced by the following: I Insurance. 2. The paragraph immediately after Sub- a. A contract for a lease of premises. paragraph j.(6) of Paragraph 2. Exclusions However, that portion of the contract for I of Section I — Coverage A — Bodily Injury a lease of premises that indemnifies any And Property Damage Liability is deleted person or organization for damage by and replaced by the following: fire, lightning, explosion, "smoke" or leakage from automatic fire protective I Paragraphs (1), (3) and (4) of this exclusion systems to premises while rented to you do not apply to "property damage" (other or temporarily occupied by you with than damage by fire, lightning, explosion, permission of the owner is not an "smoke", or leakage from automatic fire "insured contract" I protective systems) to premises, including 6. As used in this Provision D. Legal Liability— the contents of such premises, rented to you Damage To Premises Rented To You for a period of seven or fewer consecutive days. A separate limit of insurance applies to "Smoke" does not include smoke from I Damage To Premises Rented To You as described in Section III — Limits Of agricultural smudging, industrial operations or"hostile fire" Insurance. E. MEDICAL PAYMENTS 3. Paragraph 6. of Section III — Limits Of If Coverage C — Medical Payments is not I Insurance is deleted and replaced by the otherwise excluded from this policy or coverage following: part, the Medical Expense Limit is changed, 6. Subject to Paragraph 5. above, the subject to the terms of Section III — Limits Of I greater of: Insurance, to the greater of a. $300,000; or a. $10,000; or b. The Damage To Premises Rented b. The Medical Expense Limit shown in the I To You Limit shown in the Declarations. Declarations, F. MOBILE EQUIPMENT REDEFINED is the most we will pay under Coverage Subparagraph f.(1) of Definition 12. "Mobile IA for damages because of "property damage" to premises while rented to equipment" of Section V—Definitions is deleted and replaced by the following: I CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 7 with its permission I I (1) Equipment with a gross vehicle weight of partnership or limited liability company I 1,000 pounds or more and designed primarily are the same or similar to the operations for of insureds already covered under this (a) Snow removal; insurance, I (b) Road maintenance, but not construction (v) Coverage only applies for those limited or resurfacing; or liability companies who have established a date of formation as recorded within I (c) Street cleaning; the filed state articles of organization, G. NEWLY FORMED OR ACQUIRED ORGANIZA- certificates of formation or certificates of TION, PARTNERSHIP OR LIMITED LIABILITY organization, and COMPANY AND EXTENDED PERIOD OF (vi)Coverage only applies for those part- ' COVERAGE nerships who have established a date of Paragraph 3. of Section II —Who Is An Insured formation as recorded within a written is deleted and replaced by the following: partnership agreement or partnership I certificate 3. Any organization you newly acquire or form, H. WHO IS AN INSURED—AMENDMENT other than a joint venture, and over which you maintain ownership or The last paragraph of Section II — Who Is An I a. Majority interest of more than 50% if you Insured is deleted and replaced by the following. are a corporation, No person or organization is an insured with b. Majority interest of more than 50% as a respect to the conduct of any I general partner of a newly acquired or a. Current partnership or limited liability formed partnership, and/or company, unless otherwise provided for c. Majority interest of more than 50% as an under Paragraph 3. of Section II — Who Is owner of a newly acquired or formed An Insured; I limited liability company; b. Current joint venture; or will qualify as a Named Insured if there is no c. Past partnership, joint venture or limited other similar insurance available to that liability company; I organization. However, for these organiza- that is not shown as a Named Insured in the tions Declarations (i) Coverage under this provision is afforded I. NON-OWNED WATERCRAFT I only until the next anniversary date of this policy's effective date after you Subparagraph (2) of Exclusion 2.g. Aircraft, acquire or form the organization, Auto Or Watercraft of Section I - Coverage A partnership or limited liability company, -Bodily Injury And Property Damage Liability I or the end of the policy period, whichever is deleted and replaced by the following: is earlier; (2) A watercraft you do not own that is: (ii) Section I- Coverage A- Bodily Injury (a) Less than 51 feet long; and I And Property Damage Liability does not apply to "bodily injury" or "property (b) Not being used to carry persons or damage" that occurred before you property for a charge acquired or formed the organization, J. SUPPLEMENTARY PAYMENTS — INCREASED partnership or limited liability company; LIMITS I (iii) Section I - Coverage B - Personal And Advertising Injury Liability does Section I - Supplementary Payments - not apply to "personal and advertising Coverages A And B is changed as follows. I injury" arising out of an offense 1. The limit shown in Paragraph 1.b. for the committed before you acquired or formed cost of bail bonds is changed from $250 to the organization, partnership or limited $3,000; and I liability company; 2. The limit shown in Paragraph 1.d. for loss of (iv) Coverage applies only when operations earnings because of time off from work is of the newly acquired organization, changed from $250 a day to$1,000 a day I CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 6 of 7 I with its permission I I-- UK. UNINTENTIONAL OMISSION OR UNINTEN- M. LIBERALIZATION CLAUSE TIONAL ERROR IN DISCLOSURE The following is added to Section IV — The following provision is added to Paragraph 6. Commercial General Liability Conditions: I Representations of Section IV — Commercial If we adopt a mandatory attachment form change General Liability Conditions which broadens coverage under this edition of However, the unintentional omission of, or the Commercial General Liability CG0001 for no I unintentional error in, any information given or additional charge, and those changes are provided by you shall not prejudice your rights intended to apply to all insureds under this edition under this insurance of CG0001, that change will automatically apply This provision does not affect our right to collect to your insurance as of the date we implement I additional premium or to exercise our right of the change in your state This liberalization cancellation or non renewal clause does not apply to changes implemented through introduction of a subsequent edition of L. WAIVER OF TRANSFER OF RIGHTS OF the Commercial General Liability form CG0001. IRECOVERY AGAINST OTHERS N. INCIDENTAL MEDICAL MALPRACTICE The following is added to Paragraph 8. Transfer 1. Paragraph 2.a.(1)(d) of Section II — Who Is Of Rights Of Recovery Against Others To Us I of Section IV — Commercial General Liability An Insured does not apply to a physician, Conditions: nurse practitioner, physician assistant, nurse, emergency medical technician or paramedic We waive any right of recovery we may have employed by you if you are not in the I against any person or organization because of business or occupation of providing medical, payments we make for injury or damage arising paramedical, surgical, dental, x-ray or out of your ongoing operations or"your work"and nursing services. included in the "products-completed operations 2. This provision is excess over any other valid U hazard" when you have agreed in a written and collectible insurance whether such contract or written agreement that any right of insurance is primary, excess, contingent or recovery is waived for such person or on any other basis. Any payments by us will organization This waiver applies only to the follow Paragraph 4.b. of Section IV - I person(s) or organization(s) agreed to in the written contract or written agreement and is Commercial General Liability Conditions subject to those provisions I This waiver does not apply unless the written contract or written agreement has been executed prior to the "bodily injury" or "property damage" However, if any person or organization is U separately scheduled on a separate waiver of transfer of rights of recovery which is attached to this policy,then this waiver does not apply I U I I I CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 7 of 7 with its permission I 1 COMMERCIAL GENERAL LIABILITY CLCG20710916 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC STATUS, INCLUDING PRIMARY ' NONCONTRIBUTORY This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II -WHO IS AN INSURED is amended For purposes of this endorsement,throughout to include as an additional insured any person(s) the policy, the terms"you" and "your" refer to or organization(s) when you are obligated by the Named Insured shown in the Declarations virtue of a written contract or agreement that such person or organization(s) be added as an B. Exclusions additional insured to your policy With respect to the insurance afforded to these Such person(s) or organization(s) is an additional additional insureds, the following additional insured only with respect to liability for "bodily exclusions apply to "bodily injury" and "property injury" or "property damage" or "personal and damage"arising out of advertising injury" caused, in whole or in part by. 1. The rendering of or failure to render any (1) Acts or omissions of the Named Insured; professional services by you or on your behalf, or but only with respect to either or both of the following operations. (2) The acts or omissions of those acting on behalf of the Named Insured, a. Providing engineering, architectural or surveying services to others in your and included in the "products-completed capacity as an engineer, architect or operations hazard" surveyor; and This insurance applies only when you are required b. Providing, or hiring independent to add the additional insured by virtue of a written professionals to provide, engineering, contract or agreement, provided the contract or architectural or surveying services in agreement is connection with construction work you 1. Currently in effect or becomes effective during perform the term of this policy; and This exclusion applies even if the claims against 2. Was executed prior to the "bodily injury" or any insured allege negligence or other "property damage" or "personal and wrongdoing in the supervision, hiring, advertising injury" employment, training or monitoring of others by that insured, if the"occurrence"which caused the However "bodily injury"or"property damage",or the offense which caused the "personal and advertising a. The insurance afforded to such additional insured only applies to the extent permitted by injury", involved the rendering of, or the failure to law;sand render,any professional architectural,engineering or surveying services b. If coverage provided to the additional insured 2. Subject to Paragraph 3. below, professional is required by a contract or agreement, the services include insurance afforded to such additional insured will not be broader than that which you are a. Preparing,approving, or failing to prepare I required by the contract or agreement to or approve, maps, shop drawings, provide for such additional insured. opinions, reports, surveys, field orders, change orders, or drawings and specifications, and ' CL CG 20 71 09 16 Includes copyrighted material of Insurance Services Page 1 of 2 Office, Inc ,with its permission ' b. Supervisory or inspection activities D. Other Insurance performed as part of any related For purposes of this endorsement,the following is architectural or engineering activities added to the Section IV - Commercial General ' 3. Professional services do not include services within construction means, methods, Liability Conditions, 4. Other Insurance condition and supersedes any provision to the techniques, sequences and procedures contrary. ' employed by you or performed by or for the This insurance is excess of all other insurance construction manager,econnection its employees ory its ur available to an additional insured whether on a subcontractors in with your primary, excess, contingent or any other basis. ongoing operations But, if required by a written contract or written C. Limits of Insurance agreement to be primary and noncontributory,this With respect to the insurance afforded to these insurance will be primary to and will not seek additional insureds, the following is added to contribution from any insurance on which the Section III -Limits Of Insurance additional insured is a Named Insured ' If coverage provided to the additional insured is No other coverage or limit in the policy applies to required by a contract or agreement, the most we loss or damage insured by this coverage ' will pay on behalf of the additional insured is the amount of insurance. 1. Required by the contract or agreement; or ' 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less ' This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations t ' Page 2 of 2 Includes copyrighted material of Insurance Services CL CG 20 71 09 16 Office, Inc., with its permission 1 COMMERCIAL AUTO CL CA 01 49 02 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM With respect to the coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. A. NEWLY ACQUIRED OR FORMED ORGANIZA- ganization is liable for"bodily injury" or "prop- ' TIONS erty damage because of the conduct of an The following is added to Paragraph A.1. Who Is "insured" under Paragraphs a. or b. under An Insured of Section II - Covered Autos Liability Paragraph A.1. Who Is An Insured of Section Aoverage II - Covered Autos Liability Coverage, caused by an"accident"and resulting from the owner- Any organization you newly acquire or form,other ship, maintenance or use of a covered "auto", than a partnership, joint venture or limited liability 2. The written contract or agreement described company or any organization excluded either by above must have been executed prior to the this Coverage Part or by endorsement, and over "accident" that caused the "bodily injury" or which you maintain ownership or majority interest "property damage"and be in effect at the time of more than 50 percent will qualify as a Named of such "accident", ' Insured However. 1. This insurance does not apply to any newly ac 3. The insurance afforded to any such additional "insured"does not apply to any"accident"be- quired or formed organization that is an 'in yond the period of time required by the written cured" under any other automobile policy or contract or agreement described above, would be an "insured" under such policy but for its termination or the exhaustion of its Limit 4. The most we will pay on behalf of such addi- of Insurance tional"insured(s)" is the lesser of 2. Coverage does not apply to "bodily injury" or a. The Limits of Insurance specified in the "property damage" that occurred before you written contract or agreement described acquired or formed the organization above; or 3. Coverage under this provision is afforded only b. The Limits of Insurance shown in the Dec- until the 180th day after you acquire or form larations the organization or the end of the policy pe- This provision shall not increase the Limit of riod, whichever is earlier Insurance shown in the Declarations in this B. ADDITIONAL INSURED BY CONTRACT OR policy or coverage part, and AGREEMENT 5. The following changes are made to Paragraph The following is added to Paragraph A.1., Who Is 5. Other Insurance of B. General Conditions An Insured of Section II - Covered Autos Liability under Section IV- Business Auto Conditions. Coverage a. The following is added to Paragraph 5.a. When you have agreed in a written contract or If required by the written contract or ' agreement to include a person or organization as agreement described above, the insur an additional "insured", such person or organiza- ance afforded to the additional insured un- tion is included as an "insured" subject to the fol- der this provision will be primary to, and lowing. will not seek contribution from, the addi- 1. Such person or organization is an additional tional insured's own insurance. "insured"only to the extent such person or or- b. Paragraph 5.c. is deleted in its entirety CL CA 01 49 02 15 Includes copyrighted material of Insurance Services Page 1 of 5 Office, Inc., with its permission I I 6. Paragraph A.1.c. under Section II - Covered 2. We will also pay reasonable and necessary Autos Liability Coverage is deleted in its en- expenses to facilitate the return of the stolen tirety "auto"to you I 7. The definition of"insured contract"under Sec 3. It is agreed and understood and it is our stated Sec- tion V Definitions is amended to add the fol- intent that expenses incurred by you under the lowing: Transportation Expenses Coverage Exten- I An "insured contract" does not include that sion will not also be covered or paid under the part of any contract or agreement. Rental Reimbursement Coverage provided by this endorsement or any rental reimbursement That pertains to the ownership, maintenance coverage added by separate endorsement to I or use of an "auto" and which indemnifies a this policy person or organization for other than the vicar- ious liability of such person or organization for "bodily injury"or"property damage"caused by The following is added to Exclusion B.3.a.of Sec- I your operation or use of a covered"auto" tion III Physical Damage Coverage However, a person or organization is an addi- However, this exclusion does not apply to the un- tional"insured"under this provision only to the intended discharge of an airbag. I extent such person or organization is not named as an "insured" by separate endorse This coverage is excess over any other collectible insurance or warranty providing such airbag cov- ment to this policy. erage. C. EMPLOYEES AS INSUREDS I. AUTO LOAN/LEASE GAP COVERAGE I The following is added to Paragraph A.1. Who Is The following is added to Section III Physical An Insured Section II Covered Autos Liability Damage Coverage, Paragraph C. Limits of Insur- Coverage: ance I Any"employee"of yours is an "insured"while us 4. In the event of a total "loss" to a covered ing a covered "auto"you don't own, hire or borrow in your business or your personal affairs. "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less. I D. INCREASED COVERAGE-BAIL BONDS a. The amount under the Physical Damage The Supplementary Payments Coverage Exten- Coverage section of the policy; and sion of Section II - Covered Autos Liability Cover- b. Any: I age is amended as follows. The Limit of Insurance in paragraph A.2.a.(2) is (1) Overdue lease/loan payments at the increased to$5,000 time of the"loss"; I E. INCREASED COVERAGE - LOSS OF EARN- (2) Financial penalties imposed under a INGS lease for excessive use, abnormal wear and tear or high mileage; The Supplementary Payments Coverage Exten- sion of Section II Covered Autos Liability Cover- Iage is amended as follows: lessor; The Limit of Insurance in paragraph A.2.a.(4) is (4) Costs for extended warranties, Credit increased to$1,000. Life Insurance, Health, Accident or I F. FELLOW EMPLOYEE COVERAGE Disability Insurance purchased with the loan or lease,and The Fellow Employee Exclusion contained in Sec- (5) Carry-over balances from previous tion II-Covered Autos Liability Coverage does not loans or leases. I apply This coverage is excess over any other col J. GLASS REPAIR-NO DEDUCTIBLE col- lectable insurance. G. COVERAGE EXTENSION-TRANSPORTATION The following is added to Paragraph D.Deductible I EXPENSES of Section III- Physical Damage Coverage Paragraph A.4.a. Transportation Expenses of Any Comprehensive Coverage deductible shown Section III- Physical Damage Coverage is in the Declarations does not apply to "loss" to amended as follows: glass when you elect to patch or repair rather than I 1. The Limits of Insurance are increased to $75 replace the glass.K. INCREASED COVERAGE - ELECTRONIC per day to a maximum of$2,500. EQUIPMENT IPage 2 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 02 15 Office, Inc., with its permission I The$1,000 limit indicated in Paragraph C.1.b.un- The following is added to Paragraph A.4. Cover- der Section III - Physical Damage Coverage is in- age Extensions of Section III - Physical Damage creased to$2,500 Coverage L. EXTENDED COVERAGE - PERSONAL PROP- If hired "autos" are covered "autos" for Covered ' ERTY Autos Liability Coverage and if Physical Damage The following is added to Paragraph A.4. Cover- Coverage is provided for any"auto"you own, then age Extensions of Section III - Physical Damage the Physical Damage coverages provided are ex Coverage tended to "autos" you lease, rent, hire or borrow from someone other than your"employees", part- Physical Damage Coverage on a covered "auto" ners or members of their households subject to the may be extended to "loss"to your personal prop- following: erty or, if you are an individual, the personal prop- 1. The most we will pay in any one "loss" is the erty of a family member, that is in the covered lesser of "auto" at the time of"loss" and caused by an "ac- cident" and resulting from the ownership, mainte- a. The actual cash value of the"auto"; ' nance or use of a covered"auto" b. The cost to repair or replace the"auto";or The insurance provided by this coverage exten c, $100,000. sion is excess over any other collectible insur- ance ' ance The most we will pay for any one"loss"un- 2. Paragraph 1.above is subject to a deductible der this coverage extension is$500 However,our The deductible shall be equal to the amount of payment for"loss"to personal property will only be the highest deductible shown for any owned for the account of the owner of the property. "auto" of the same classification for that cov- Under this provision, personal property does not erage. In the event there is no owned "auto" include and we will not pay for"loss" of currency, of the same classification,the highest deduct coins, securities or contraband ible for any owned "auto" will apply for that coverage No deductible applies to this coverage extension No deductible will apply to "loss" caused by M. TOWING fire or lightning Paragraph A.2. Towing of Section III - Physical 3. Hired Auto Physical Damage Coverage is Damage Coverage, is replaced by the following subject to the following If a private passenger type "auto" or light truck a. If symbol 8 is shown in the Covered Auto "auto"(0-10,000 Lbs GVW)is provided both Com- section of the Declarations page for any of prehensive and Collision Coverage,we will pay up the Physical Damage coverages,then the to $150 for towing and labor costs incurred each Hired Auto Physical Damage coverage time such "auto" is disabled If a medium, heavy described in this endorsement does not or extra-heavy truck or extra-heavy Truck-tractor apply "auto"(greater than 10,000 Lbs. GVW)is provided b. Other than indicated in Paragraphs a. di both Comprehensive and Collision Coverage, we rectly above, coverage provided under will pay up to $250 for towing and labor costs in this provision will be excess over any curved each time such "auto" is disabled How other collectible insurance or coverage ' ever, the labor must be performed at the place of disablement. 4. In addition to the limit set forth in Paragraph 1. N. FIRE EXTINGUISHER RECHARGE above we will pay up to $500 per day, to a maximum of$3,500 per"loss"for. The following is added to Paragraph A.4. Cover a. Any costs or fees associated with the age Extensions of Section IV - Physical Damage Coverage: "loss"to a hired "auto"; and When fire extinguishers are kept in your covered b. Loss of use of the hired"auto", provided it ' "auto"and any are discharged in an attempt to ex- is the consequence of an "accident" for tinguish a fire, we will pay the lesser of the actual which you are legally liable, and as a re cost of recharging or replacing such fire extin suit of which a monetary loss is sustained guisher(s). by the leasing or rental concern. No deductible applies to this coverage However, Paragraph A.4.b. Loss of Use Ex- penses under Section III - Physical Damage Cov- O. HIRED AUTO PHYSICAL DAMAGE COVER- erage of the Business Auto Coverage Form does AGE not apply P. RENTAL REIMBURSEMENT COVERAGE CL CA 01 49 02 15 Includes copyrighted material of Insurance Services Page 3 of 5 Office, Inc., with its permission U We will pay for rental reimbursement expenses in (3) Your members or managers, if you curred by you for the rental of an "auto" because are designated in the Declarations as of"loss"to a covered "auto". a limited liability company; I 1. Payment applies in addition to the otherwise (4) Your executive officers if you are des- ignated amount of each coverage you have ignated in the Declarations as an or- on the covered "auto" ganization other than an individual, partnership,joint venture or limited li ' 2. No deductible applies to this coverage ability company; and 3. We will pay only for those expenses incurred during the policy period beginning 24 hours of (5) The spouse of any person named in ex-ter the"loss"and ending, regardless of the piration date of the policy, with the lesser of while a resident of the same house the following number of days hold, a. The number of days when the covered Except: I "auto" has been repaired or replaced,or (a) Any "auto" owned by that individ- ual 45 days. ual or by any member of his or her household 4. Our payment is limited to the lesser of the foi-1 lowing amounts: (b) Any"auto" used by that individual or his or her spouse while working a. Necessary and actual expenses incurred; in a business of selling, servicing, or repairing or parking "autos" Ib. Not more than$75 for any one day; 2. Changes In Auto Medical Payments And 5. We will pay up to an additional $300 for the Uninsured And Underinsured Motorists Coverages reasonable and necessary expenses you in- I cur to remove your materials and equipment The following is added to Who Is An Insured: from the covered"auto"and replace such ma Any individual named in 1.8 above and his or terials and equipment on the rental "auto". her"family members" are "insured" while "oc- I 6. This coverage does not apply while there are cupying" or while a pedestrian when being spare or reserve "autos" available to you for struck by any"auto"you don't own except: your operations Any"auto" owned by that individual or by any I 7. If"loss"results from the total theft of a covered "family member". "auto" of the"private passenger type", we will 3. Changes In Physical Damage Coverage pay under this coverage only that amount of your rental reimbursement expenses which is Any private passenger type "auto" you don't I not already provided for under the Physical Damage Coverage Extension of the Business own, hire or borrow is a covered "auto" while in the care,custody or control of any individual Auto Coverage Form or any endorsements named in 0.1.a. above or his or her spouse thereto while a resident of the same house-hold ex- I However, this provision does not apply to the cept extent that rental reimbursement is provided a. Any"auto" owned by that individual or by by separate endorsement to this policy any member of his or her household; or I 0. DRIVE OTHER CAR COVERAGE b. Any"auto"used by that individual or his or 1. The following is added to Section II Covered her spouse while working in a business of Iselling,servicing,repairing or parking"au- Autos Liability Coverage. tos" Ia. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage 4. The most we will pay for the total of all dam j while being used by' ages under Covered Autos Liability Uninsured Motorists Coverage and Underinsured Motor- ' (1) You, if you are designated in the Dec ists Coverage is the Limit Of Insurance shown Dec- larations as an individual; in the Declarations as applicable to owned (2) Your partners or members, if you are "autos" designated in the Declarations as a 5. Our obligation to pay for, repair, return or re- partnership or joint venture; place damaged or stolen property under Phys- ical Damage Coverage, will be reduced by a deductible equal to the amount of the highest Page 4 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 0215 Office, Inc., with its permission I deductible shown for any owned private pas- prejudice the coverage provided to you However, ' senger type "auto" applicable to that cover- this provision does not affect our right to collect age If there are no owned private passenger additional premium or exercise our right of cancel- type "autos", the deductible shall be $250 for lation or nonrenewal Comprehensive Coverage and $500 for Colli U. LIBERALIZATION sion Coverage. No deductible will apply to "loss" caused by fire or lightning. If we revise this endorsement to provide greater 6. Additional Definition coverage without additional premium charge, we will automatically provide the additional coverage As used in this DRIVE OTHER CAR Provi- to all endorsement holders as of the day the revi- sion. sion is effective in your state "Family member" means a person related to the individual named in 1.a. by blood, mar- riage or adoption who is a resident of the indi- vidual's household, including a ward or foster child. R. KNOWLEDGE OF AN ACCIDENT,CLAIM,SUIT OR LOSS The following is added to Paragraph A.2. of Sec- tion IV- Business Auto Conditions Your obligation to provide prompt notice of an"ac- cident", claim, "suit" or "loss" is satisfied if you or a person designated by you to be responsible for insurance matters is notified of, or in any manner made aware of an"accident",claim,"suit"or"loss" and provides us such notice as soon as practica- ble S. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT The following is added to Paragraph A.5 of Sec- tion IV - Business Auto Conditions We waive any right of recovery we may have against a person or organization because of pay- ments we make for "bodily injury" or "property damage" when you and such person or organiza- tion have agreed in writing in a contract or agree- ment to waive such right of recovery, provided 1. Such written contract or agreement was a. Made prior to the "accident" or "loss" resulting in the covered "bodily injury" or "property damage", and b. Was in effect at the time of the covered"bodily in- jury"or"property damage". 2. The covered "bodily injury" or"property damage" must arise out of the operations specified in such written contract or agreement. 3. At our request you must provide us with a copy of the aforementioned written contract or agreement. T. UNINTENTIONAL OMISSIONS The following is added Paragraph B.2. of Section IV- Business Auto Conditions. If you fail to disclose any hazards existing at the inception date of this policy, such failure will not CL CA 01 49 02 15 Includes copyrighted material of Insurance Services Page 5 of 5 Office, Inc , with its permission I! ICOMMERCIAL LIABILITY UMBRELLA CLCU24740913 ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US I I This endorsement modifies insurance provided under the following: ICOMMERCIAL LIABILITY UMBRELLA COVERAGE PART The Transfer Of Rights Of Recovery Against Others To Us Condition under Section IV - Conditions is amended by the addition of the following:I We waive any right of recovery we may have because of payments we make for "bodily injury" or"property damage" arising out of your ongoing operations or"your work" done under a written contract requiring such I waiver with that person or organization and included in the"products-completed operations hazard" However, our rights may only be waived prior to the"occurrence"giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At I our request,the insured will bring"suit"or transfer those rights to us and help us enforce those rights. I I I I I I I I I CL CU 24 74 09 13 Includes copyrighted material of Insurance Services Page 1 of 1 Offices, Inc.with its permission I I I I I I I SECTION 4 - LABOR STANDARDS AND WAGE RATE CONDITIONS r I I I I I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 4-1 I I 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 1 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 Contracting Agency, 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 Contracting Agency 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 r I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.docx 4-2 I I State of Washington ' Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 IWashington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate Iof 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 I provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 9/14/18 1 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $37.63 5D 1H ' Yakima Boilermakers Journey Level $66.54 5N 1C Yakima Brick Mason Journey Level $49.04 5A 1M Yakima Building Service Employees Janitor $11.50 1 I 'Yakima Building Service Employees Shampooer $11.50 1 'Yakima Building Service Employees Waxer $11.50 1 I Yakima Building Service Employees Window Cleaner $11.50 1 'Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 'Yakima Carpenters Acoustical Worker $42.98 5D 4C I Yakima Carpenters Bridge, Dock And Wharf $57.85 5D 4C Carpenters 'Yakima Carpenters Carpenter $42.98 5D 4C I (Yakima Carpenters Carpenters on Stationary Tools $43.11 5D 4C `Yakima Carpenters Creosoted Material $43.08 5D 4C 'Yakima Carpenters Floor Finisher $42.98 5D 4C I 'Yakima Carpenters Floor Layer $42.98 5D 4C (Yakima Carpenters Scaffold Erector $42.98 5D 4C I 'Yakima Cement Masons Yakima Divers a Tenders Journey Level $43.20 7B 1 N Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) ' Yakima Divers a Tenders Dive Supervisor/Master $76.33 5D $113.60 5D 4C `Yakima Divers a Tenders Diver 4C 8V 'Yakima Divers a Tenders Diver On Standby $71.33 5D 4C I Yakima Divers a Tenders Diver Tender $64.71 5D 4C Yakima Divers a Tenders Manifold Operator $64.71 5D 4C Yakima Divers a Tenders Manifold Operator Mixed Gas $69.71 5D 4C I Yakima Divers a Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician !Yakima Divers a Tenders Remote Operated Vehicle $60.29 5A 4C I Tender 'Yakima Dredge Workers Assistant Engineer $56.44 5D 3F I I 'Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F I Yakima Dredge Workers Boatmen $56.44 5D 3F j Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F E I Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $42.98 5D 4C I Yakima Drywall Tapers Journey Level $40.10 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 I Workers 'Yakima Electricians - Inside Cable Splicer $66.39 5A 1E !Yakima Electricians - Inside Journey Level $64.15 5A 1E I 'Yakima Electricians - Inside Welder $68.63 5A 1E 'Yakima Electricians - Motor Shop Craftsman $15.37 1 'Yakima Electricians Motor Shop Journey Levet $14.69 1 I Yakima Electricians - Powerline Cable Splicer $79.43 5A 4D Construction 'Yakima Electricians - Powerline Certified Line Welder $69.75 5A 4D 1 Construction Yakima Electricians - Powerline Groundperson $46.28 5A 4D Construction I Yakima Electricians - Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator 'Yakima Electricians - Powerline Journey Level Lineperson $69.75 5A 4D i I I Construction Yakima Electricians - Powerline Line Equipment Operator $59.01 5A 4D I Construction I Yakima Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction 'Yakima Electricians Powerline Pole Sprayer $69.75 5A 4D I f t Construction Yakima Electricians - Powerline Powderperson $52.20 5A 4D Construction 'Yakima Electronic Technicians Journey Level $41.22 51 1 B 'Yakima Elevator Constructors Mechanic $91.24 7D 4A 'Yakima Elevator Constructors Mechanic In Charge $98.51 7D 4A !Yakima Fabricated Precast Concrete Craftsman - In-Factory Work $11.50 1 " Products Only Yakima Fabricated Precast Concrete Journey Level $11.50 1 I Products Yakima Fabricated Precast Concrete Journey Level - In-Factory $11.50 1 Products Work Only I 'Yakima Fence Erectors Fence Erector $37.11 7A 31 'Yakima Fence Erectors Fence Laborer $37.11 7A 31 'Yakima Flaggers Journey Level $37.11 7A 31 1 'Yakima Glaziers Journey Level $30.59 7L 4L Yakima Heat a Frost Insulators And Journeyman $73.58 5J 4H I Asbestos Workers I I Yakima Heating Equipment Mechanics Journey Level $60.31 5A I 1X Yakima Hod Carriers a Mason Tenders Journey Level $40.67 7A 31 Yakima Industrial Power Vacuum Journey Level $11.50 1 I Cleaner !Yakima Inland Boatmen Journey Level $11.50 1 !Yakima Inspection/Cleaning/Sealing Cleaner Operator, Foamer $11.50 1 Of Sewer a Water Systems By Operator Remote Control Yakima Inspection/Cleaning/Sealing Grout Truck Operator $11.50 1 I Of Sewer & Water Systems By i Remote Control Yakima Inspection/Cleaning/Sealing Head Operator $12.78 1 I Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Seating Technician $11.50 1 I Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Tv Truck Operator $11.50 1 I Of Sewer & Water Systems By Remote Control 'Yakima Insulation Applicators Journey Level $42.98 5D 4C Yakima Ironworkers Journeyman $61.21 7N 10 IYakima Laborers Air, Gas Or Electric Vibrating $39.51 7A 31 Screed I 'Yakima Laborers Airtrac Drill Operator $40.67 7A 31 Yakima Laborers Ballast Regular Machine $39.51 7A 31 !Yakima Laborers Batch Weighman $37.11 7A 31 I Yakima Laborers Brick Pavers $39.51 7A 31 Yakima Laborers Brush Cutter $39.51 7A 31 $Yakima Laborers Brush Hog Feeder $39.51 7A 31 Yakima Laborers Burner $39.51 7A 31 Yakima Laborers Caisson Worker $40.67 7A 31 I Yakima Laborers Carpenter Tender $39.51 7A 31 Yakima Laborers Cement Dumper paving $40.18 7A 31 'Yakima Laborers Cement Finisher Tender $39.51 7A 31 I !Yakima Laborers Change House Or Dry Shack $39.51 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $39.51 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And $40.18 7A 31 ' Over) Yakima Laborers Choker Setter $39.51 7A 31 !Yakima Laborers Chuck Tender $39.51 7A 31 IYakima Laborers Clary Power Spreader $40.18 7A 31 Yakima Laborers Clean-up Laborer $39.51 7A 31 I Yakima Laborers Concrete Dumper/chute $40.18 7A 31 Operator Yakima Laborers Concrete Form Stripper $39.51 7A 31 Yakima Laborers Concrete Placement Crew $40.18 7A 31 Yakima Laborers Concrete Saw Operator/core $40.18 7A 31 Driller I I Yakima Laborers Crusher Feeder $37.11 7A 31 I Yakima Laborers Curing Laborer $39.51 7A 31 !Yakima Laborers Demolition: Wrecking Et $39.51 7A 31 Moving (incl. Charred I ° Material) !Yakima Laborers Ditch Digger $39.51 7A 31 !Yakima Laborers Diver $40.67 7A 31 i111 Yakima Laborers Drill Operator $40.18 7A 31 (hydraulic,diamond) /Yakima Laborers Dry Stack Walls $39.51 7A 31 I £Yakima Laborers Dump Person $39.51 7A 31 ;Yakima Laborers Epoxy Technician $39.51 7A 31 !Yakima Laborers Erosion Control Worker $39.51 7A 31 !Yakima Laborers Faller a Bucker Chain Saw $40.18 7A 31 Yakima Laborers Fine Graders $39.51 7A 31 111 ;Yakima Laborers Firewatch $37.11 7A 31 !Yakima Laborers Form Setter $39.51 7A 31 !Yakima Laborers Gabian Basket Builders $39.51 7A 31 1 Yakima Laborers General Laborer $39.51 7A 31 f !Yakima Laborers Grade Checker Et Transit $40.67 7A 31 Person ' Yakima Laborers Grinders $39.51 7A 31 Yakima Laborers Grout Machine Tender $39.51 7A 31 !Yakima Laborers Groutmen (pressure)including $40.18 7A 31 I Post Tension Beams r `Yakima Laborers Guage and Lock Tender $40.77 7A 31 IQ ;Yakima Laborers Guardrail Erector $39.51 7A 31 !Yakima Laborers Hazardous Waste Worker $40.67 7A 31 . (level A) `Yakima Laborers Hazardous Waste Worker $40.18 7A 31 (level B) Yakima Laborers Hazardous Waste Worker $39.51 7A 31 (level C) `Yakima Laborers High Scaler $40.67 7A 31 ;Yakima Laborers Jackhammer $40.18 7A 31 z I {Yakima Laborers Laserbeam Operator $40.18 7A 31 Yakima Laborers Maintenance Person $39.51 7A 31 !Yakima Laborers Manhole Builder-mudman $40.18 7A 31 1 ;Yakima Laborers Material Yard Person $39.51 7A 31 ;Yakima Laborers Motorman-dinky Locomotive $40.18 7A 31 Yakima Laborers Nozzleman (concrete Pump, $40.18 7A 31 I Green Cutter When Using Combination Of High Pressure Air a Water On Concrete a I Rock, Sandblast, Gunite, Shotcrete, Water Bla !Yakima Laborers Pavement Breaker $40.18 7A 31 I Yakima Laborers Pilot Car $37.11 7A 31 I v I Yakima Laborers Pipe Layer(lead) $40.67 7A 31 Yakima Laborers Pipe Layer/tailor $40.18 7A 31 `Yakima Laborers Pipe Pot Tender $40.18 7A • 31 IYakima Laborers Pipe Reliner $40.18 7A 31 Yakima Laborers Pipe Wrapper $40.18 7A 31 I 'Yakima Laborers Pot Tender $39.51 7A 31 Yakima Laborers Powderman $40.67 7A 31 Yakima Laborers Powderman's Helper $39.51 7A 31 I =IliLaborers Power Jacks $40.18 7A 31 Inn Laborers Railroad Spike Puller - Power $40.18 7A 31 'Yakima Laborers Raker - Asphalt $40.67 7A 31 IYakima Laborers Re-timberman $40.67 7A 31 Yakima Laborers Remote Equipment Operator $40.18 7A 31 I Yakima Laborers Rigger/signal Person $40.18 7A 31 Yakima Laborers Rip Rap Person $39.51 7A 31 Yakima Laborers Rivet Buster $40.18 7A 31 I Yakima Laborers Rodder $40.18 7A 31 Yakima Laborers Scaffold Erector $39.51 7A 31 Yakima Laborers Scale Person $39.51 7A 31 IYakima Laborers Sloper (over 20") $40.18 7A 31 Yakima Laborers Sloper Sprayer $39.51 7A 31 I Yakima Laborers Spreader (concrete) $40.18 7A 31 !Yakima Laborers Stake Hopper $39.51 7A 31 'Yakima Laborers Stock Piler $39.51 7A 31 I Yakima Laborers Tamper Et Similar Electric, Air $40.18 7A 31 Et Gas Operated Tools !Yakima Laborers Tamper (multiple Et Self- $40.18 7A 31 propelled) I Yakima Laborers Timber Person - Sewer $40.18 7A 31 (lagger, Shorer Et Cribber) I Yakima Laborers Toolroom Person (at Jobsite) $39.51 7A Topper $39.51 7A 31 Yakima Laborers 31 Yakima Laborers Track Laborer $39.51 7A 31 I Yakima Laborers Track Liner (power) $40.18 7A 31 Yakima Laborers Traffic Control Laborer $39.33 7A 31 8R Yakima Laborers Traffic Control Supervisor $39.33 7A 31 8R IYakima Laborers Truck Spotter $39.51 7A 31 Yakima Laborers Tugger Operator $40.18 7A 31 I Yakima Laborers Tunnel Work Miner $40.77 7A 31 8� Yakima Laborers Vibrator $40.18 7A 31 Yakima Laborers Vinyl Seamer $39.51 7A 31 I Yakima Laborers Watchman $33.85 7A 31 Yakima Laborers Welder $40.18 7A 31 Yakima Laborers Well Point Laborer $40.18 7A 31 1 Yakima Laborers Window Washer/cleaner $33.85 7A 31 !Yakima General Laborer Et Topman $39.51 7A 31 I (Laborers - Underground Sewer I & Water Yakima Laborers - Underground Sewer Pipe Layer $40.18 7A 31 & Water Yakima Landscape Construction Landscape Laborer $33.85 7A 31 I I Yakima Landscape Construction Landscape Operator $59.49 7A 3C 8P } Yakima Lathers Journey Level $58.48 5D 1H } ' Yakima Marble Setters Journey Level $49.04 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $11.50 1 } I Yakima Metal Fabrication (In Shop) Machine Operator $11.50 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.50 1 I I Yakima Millwright Journey Level $61.54 5D 4C Yakima Modular Buildings Journey Level $14.11 1 1 Yakima Painters Journey Level $34.65 6Z 1W Yakima Pile Driver Journey Level $58.10 5D 4C I Yakima Plasterers Journey Level $56.54 7S 1 R I Yakima Playground B. Park Equipment Journey Level $11.50 1 Installers }Yakima Plumbers Et Pipefitters Journey Level $80.93 6Z i p I }Yakima Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P } }Yakima Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P } I }Yakima Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P !Yakima Power Equipment Operators Batch Plant Operator, $59.96 7A 3C 8P 1 Concrete }Yakima Power Equipment Operators Bobcat $56.90 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P I Equipment 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 I }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 $60.49 7A 3C 8P 1 With Boom Attachment Over 42 M I Yakima Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed Yakima Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P I With Boom Attachment Up To I 42m Yakima Power Equipment Operators Conveyors $59.49 7A 3C 8P } Yakima Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P I over l # I ;Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P I Tons, Or 150' Of Boom (Including Jib With Attachments) I Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments I Yakima Power Equipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments Yakima Power Equipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P l Tons, Under 150' Of Boom (including Jib With Attachments) I Yakima Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under Yakima Power Equipment Operators Cranes: Friction cranes $61.72 7A 3C 8P I through 199 tons Yakima Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 1 Tons 'Yakima Power Equipment Operators Crusher $59.96 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P I (power) 'Yakima Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P 'Yakima Power Equipment Operators Dozers D-9 a Under $59.49 7A 3C 8P I Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount 'Yakima Power Equipment Operators Drilling Machine $61.10 7A 3C 8P I Yakima Power Equipment Operators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type Yakima Power Equipment Operators Finishing Machine, Bidwell $59.96 7A 3C 8P I And Gamaco a Similar Equipment Yakima Power Equipment Operators Forklift: 3000 Lbs And Over $59.49 7A 3C 8P I I With Attachments Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments 1 Yakima Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc Yakima Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P I 'Yakima Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road I Equipment 45 Yards. a Over Yakima Power Equipment Operators Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road I Equipment Under 45 Yards Yakima Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P Locator I Yakima Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P I Operator Yakima Power Equipment Operators Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons I Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P I Over Yakima Power Equipment Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards 'Yakima Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P I I 'Yakima Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P I 'Yakima Power Equipment Operators Locomotives, All $59.96 7A 3C 8P 'Yakima Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P € I Yakima Power Equipment Operators Mechanics, All (leadmen - $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) 1 'Yakima Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, $60.49 7A 3C 8P i Tunnel Drill, Boring, Road I 9 Header And/or Shield Yakima Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution Et Mulch Seeding ' Operator Yakima Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P 1 Manlifts), Air Tuggers,strato 111 'Yakima Power Equipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons Yakima Power Equipment Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P 111 Tons And Over 'Yakima Power Equipment Operators Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons I 'Yakima Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P 1 Yakima Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) 'Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P I 'Yakima Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P 1 'Yakima Power Equipment Operators Power Plant $56.90 7A 3C 8P I 'Yakima Power Equipment Operators Pumps - Water $56.90 7A 3C 8P I 'Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P I Yakima Power Equipment Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P I 100 Feet In Height Based To Boom I [Yakima Power Equipment Operators Remote Control Operator On $60.49 7A 3C 8P I Rubber Tired Earth Moving Equipment 'Yakima Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P I I !Yakima Power Equipment Operators $59.49 7A 3C 8P I v I I Rigger/Signal Person, Bellman (Certified) ( i Yakima Power Equipment Operators Rollagon $60.49 7A 3C 8P IYakima Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials I 'Yakima Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P 'Yakima Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P I 45 Yards Yakima Power Equipment Operators Scrapers - Concrete Et Carry $59.49 7A 3C 8P All IYakima Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over I 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, $59.49 7A 3C 8P I Tractors Under 15 Metric Tons. Yakima Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P I Over 30 Metric Tons To 50 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons IYakima Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons I 'Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons 'Yakima Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P IYakima Power Equipment Operators Spreader, Topsider a $60.49 7A 3C 8P Screedman 'Yakima Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P I 'Yakima Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P I Height Base To Boom Yakima Power Equipment Operators Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base boom Ito Yakima Power Equipment Operators Tower Cranes: over 250' in $62.33 7A 3C 8P height from base to boom I Yakima Power Equipment Operators Transporters, All Track Or $60.49 7A 3C 8P Truck Type Yakima Power Equipment Operators Trenching Machines $59.49 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P I Tons And Over Yakima Power Equipment Operators Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons IYakima Power Equipment Operators Truck Mount Portable $59.96 7A 3C 8P Conveyor I I I I Yakima Power Equipment Operators Welder $60.49 7A 1 3C 8P I !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 I Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Et Water € I Yakima Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Batch Plant Operator, $59.96 7A 3C 8P I Underground Sewer Et Water Concrete Yakima Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer Et Water Equipment Yakima Power Equipment Operators- Brooms $56.90 7A 3C 8P }l I Underground Sewer a Water Yakima Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer & Water111 Yakima Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M I Yakima Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer a Water Screed 'Yakima Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line IPump, Pump High Pressure. Yakima Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P 111 Underground Sewer & Water With Boom Attachment Up To 42m Yakima Power Equipment Operators- Conveyors $59.49 7A 3C 8P ' Underground Sewer & Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer & Water over Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Underground Sewer a Water Tons With Attachments Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P I Underground Sewer & Water 250' of boom including jib with attachments Yakima Power Equipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 8P I Underground Sewer a Water 300' of boom including jib with attachments I I I Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With I Attachments) Yakima Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underground Sewer & Water Under I Yakima Power Equipment Operators- Cranes: Friction cranes $61.72 7A 3C 8P Underground Sewer a Water through 199 tons Yakima Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P I Underground Sewer & Water Attachments A-frame Over 10 Tons Yakima Power Equipment Operators- Crusher $59.96 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer & Water (power) I 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 I Underground Sewer a Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Underground Sewer Et Water Or Crane Mount I Yakima Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man-lift: $56.90 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type IYakima Power Equipment Operators- Finishing Machine, Bidwell $59.96 7A 3C 8P Underground Sewer & Water And Gamaco Et Similar I Equipment Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Underground Sewer & Water With Attachments Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P IUnderground Sewer a Water With Attachments Yakima Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P Underground Sewer a Water Prints, Cut Sheets, Etc IYakima Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump $60.49 7A 3C 8P Underground Sewer & Water Articulating Off- Road I Equipment 45 Yards. & Over 'Yakima Power Equipment Operators- Hard Tail End Dump $59.96 7A 3C 8P Underground Sewer & Water Articulating Off-road I Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal/directional Drill $59.49 7A 3C 8P Underground Sewer & Water Locator I Yakima Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P Underground Sewer & Water Operator Yakima Power Equipment Operators- Hydralifts/boom Trucks Over $59.49 7A 3C 8P I Underground Sewer & Water 10 Tons Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Underground Sewer a Water Tons And Under I I Yakima Power Equipment Operators- Loader, Overhead 8 Yards. a $61.10 7A 3C 8P Underground Sewer E Water Over Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards ' Yakima Power Equipment Operators- Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer a Water Yards Yakima Power Equipment Operators- Loaders, Plant Feed Underground Sewer a Water $59.96 7A 3C 8P I Yakima Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer a Water I Yakima Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P I Underground Sewer a Water Yakima Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $61.10 7A 3C 8P Underground Sewer a Water $0.50 Per Hour Over I Mechanic) Yakima Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Mucking Machine, Mote, $60.49 7A 3C 8P Underground Sewer a Water Tunnel Drill, Boring, Road Header And/or Shield I Yakima Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewer a Water Distribution a Mulch Seeding Operator Yakima Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P I Underground Sewer a Water Manlifts), Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type Crane: $59.96 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons f I Yakima Power Equipment Operators- Overhead, Bridge Type: 100 $61.10 7A 3C 8P Underground Sewer a Water Tons And Over Yakima Power Equipment Operators- Overhead, Bridge Type: 45 $60.49 7A 3C 8P I Underground Sewer a Water Tons Through 99 Tons Yakima Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer a Water I Yakima Power Equipment Operators- Pile Driver (other Than Crane $59.96 7A 3C 8P Underground Sewer & Water Mount) Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Posthote Digger, Mechanical $56.90 7A 3C 8P Underground Sewer a Water I Yakima Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P I Underground Sewer a Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer a Water I Yakima Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer a Water 100 Feet In Height Based To Boom I !Yakima Power Equipment Operators- $60.49 7A 3C 8P Underground Sewer a Water I I I Remote Control Operator On Rubber Tired Earth Moving Equipment I Yakima Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P I Underground Sewer & Water (Certified) Yakima Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer & Water I 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 $59.49 7A 3C 8P I Underground Sewer & Water Materials Yakima Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P Underground Sewer & Water 45 Yards I Yakima Power Equipment Operators- Scrapers - Concrete & Carry $59.49 7A 3C 8P Underground Sewer & Water All Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Underground Sewer a Water Yards And Over Yakima Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. I Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P IUnderground Sewer & Water Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 I Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons Yakima Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & $60.49 7A 3C 8P I Underground Sewer & Water Screedman Yakima Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer & Water I 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 $61.10 7A 3C 8P I Underground Sewer & Water Height Base To Boom Yakima Power Equipment Operators- $61.721 7A 3C 8P Underground Sewer & Water I _ I Tower Crane: over 175' I through 250' in height, base to boom Yakima Power Equipment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P ? I Underground Sewer a Water height from base to boom Yakima Power Equipment Operators- Transporters, All Track Or $60.49 7A 3C 8P Underground Sewer a Water Truck Type I Yakima Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P s Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground Sewer & Water Tons And Over I Yakima Power Equipment Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P Underground Sewer & Water Under 100 Tons I Yakima Power Equipment Operators- Truck Mount Portable $59.96 7A 3C 8P Underground Sewer & Water Conveyor Yakima Power Equipment Operators- Welder $60.49 7A 3C 8P I Underground Sewer a Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P II Underground Sewer a Water (Yakima Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A I Trimmers Yakima Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $44.57 5A 4A I Trimmers t Yakima Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers Yakima Refrigeration & Air Journey Level $80.93 6Z 1� Conditioning Mechanics 'Yakima Residential Brick Mason Journey Level $49.04 5A 1M 'Yakima Residential Carpenters Journey Levet $42.98 5D 4C I 'Yakima Residential Cement Masons Journey Level $43.20 7B 1 N Yakima Residential Drywall Journey Level $45.05 5D 4C Applicators 'Yakima Residential Drywall Tapers Journey Level $40.10 7E 1P 'Yakima Residential Electricians Journey Level $29.14 5A 1E II 'Yakima Residential Glaziers Journey Level $30.59 7L 4L Yakima Residential Insulation Journey Level $60.04 5D 4C Applicators I 'Yakima Residential Laborers Journey Level $36.68 7A 1H 'Yakima Residential Marble Setters Journey Level $49.04 5A 1M 'Yakima Residential Painters Journey Level $34.65 6Z 1W ' I Yakima Residential Plumbers & Journey Level $58.78 6Z 1g. Pipefitters Yakima Residential Refrigeration & Air Journey Level $58.78 6Z 1� 1 Conditioning Mechanics I v I I ;Yakima Residential Sheet Metal Journey Level (Field or Shop) $44.14 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 t i I Yakima Residential Sprinkler Fitters Journey Level $31.19 7J 1 R (Fire Protection) (Yakima Residential Stone Masons Journey Level $49.04 5A 1M I I (Yakima Residential Terrazzo Workers Journey Level $42.21 5A 1M f (Yakima Residential Terrazzo/Tile Journey Level $34.33 5A 1M Finishers I Yakima Residential Tile Setters Journey Level $42.21 5A 1M I Yakima Roofers Irritable Bituminous Roofer $43.21 7G 41 I Yakima Roofers Journeyman Roofer, $40.21 7G 41 I I Waterproofer, Kettleman Yakima Sheet Metal Workers Journey Level (Field or Shop) $60.31 5A 1X I I Yakima Sign Makers a Installers Journey Level $14.65- 1 (Electrical) Yakima Sign Makers a Installers (Non- Journey Level $14.65- 1 Electrical) I (Yakima Soft Floor Layers Journey Level $23.11 5A 1 N Yakima Solar Controls For Windows Journey Level $11.50 1 I I Yakima Sprinkler Fitters (Fire Journey Level $56.82 7J 1R Protection) Yakima Stage Rigging Mechanics (Non Journey Levet $13.23- 1 I Structural) Yakima Stone Masons Journey Level $49.04 5A 1M I 'Yakima Street And Parking Lot Journey Level $11.50- 1 I Sweeper Workers 'Yakima Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor I I 'Yakima Surveyors Chainman $58.93 7A 3C 8P C Yakima Surveyors Construction Site Surveyor $60.49 7A 3C 8P I Yakima Telecommunication Journey Level $41.22 51 16 I Technicians Yakima Telephone Line Construction - Cable Splicer $41.22 5A 26 Outside I Yakima Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $39.53 5A 2B I I Outside Yakima Telephone Line Construction - Special Aparatus Installer I $41.22 5A 2B Outside I Yakima Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment $41.22 5A 26 I Outside Operator (Heavy) Yakima Telephone Line Construction - Telephone Equipment $38.36 5A 2B Outside Operator (Light) I Yakima Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside Yakima Television Groundperson $21.92 5A 2B I I (Telephone Line Construction - I Outside 'Yakima Telephone Line Construction - Television $29.13 5A 2B Outside Lineperson/Installer I Yakima Telephone Line Construction - Television System Technician $34.68 5A 2B Outside Yakima Telephone Line Construction - Television Technician $31.18 5A 2B I Outside Yakima Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside I 'Yakima Terrazzo Workers Journey Level $42.21 5A 1M 'Yakima Tile Setters Journey Level $42.21 5A 1M Yakima Tile, Marble £t Terrazzo Journey Level $34.33 5A 1M I Finishers Yakima Traffic Control Stripers Journey Level $45.53 7A 1 K { Yakima Truck Drivers Asphalt Mix Over 20 Yards $45.35 5D 1V 8M I Yakima Truck Drivers Asphalt Mix To 20 Yards $45.35 5D 1V 8M I Yakima Truck Drivers Dump Truck $45.35 5D 1V 8M Yakima Truck Drivers Dump Truck Et Trailer $45.35 5D 1V 8M I I Yakima Truck Drivers Other Trucks $45.24 5D 1V 8M ! Yakima Truck Drivers - Ready Mix Journey Level $42.18 61 2G I Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 I Installers 'Yakima Well Drillers & Irrigation Pump Oiler $11.50 1 I ( Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 I I I I I I I IBenefit Code Key—Effective 8/31/2018 thru 3/2/2019 I 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 I the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE IPAID 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 ISundays 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 I rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. I 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 I 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 I (I0)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 I 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. 1. 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 I 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. I 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 I 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. I 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 I Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Overtime Codes Continued O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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 111 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(I 2)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 8/31/2018 thru 3/2/2019 Overtime Codes Continued 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 8/31/2018 thru 3/2/2019 Overtime Codes Continued 3 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. i. 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. J. All hours worked between the hours of 10:00 pm and 5.00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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 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(I-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(1-1/2)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 8/31/2018 thru 3/2/2019 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(l'A)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. 1 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. 1. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All ' hours worked in excess of eight(8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. ' K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve(12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate N. 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,and all work performed between the hours of midnight(12:00 AM)and eight AM (8.00 AM) every day shall be paid at double the hourly rate of wage. 0 All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage After an employee has worked in excess of eight (8)continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six(6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q The first four(4)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 over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. .All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall he paid at double the hourly rate of wage. R. Placeholder Holiday Codes I 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). 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) 6 I I Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 ' 5 I. Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, I Christmas Eve Day,And Christmas Day(7). K. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day. Thanksgiving Day, IFriday 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). IN. 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). IP. 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 IFollowing 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). IR. 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) III S. Paid Holidays.New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). IT. 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). I 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, I 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, I 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, I Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). I 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 1 Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). I Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Holiday Codes Continued 6. 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). I 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. Holiday Codes Continued 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 8 I ' Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 observed as a holiday on the preceding Friday. 7. 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. I 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. ' Q. 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 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 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. 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. ' V. Holidays:New Year's Day, President's Birthday,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered ' a holiday and compensated accordingly. 9 1 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Holiday Codes Continued 7 W Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. X. 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 the day before or after Christmas day If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,and Christmas Day.(8) If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays New Year's Day,President's Day,Independence Day,Memorial 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 15 A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays: New Year's Day,Martin Luther King Jr Day,President's Day,Memorial Day, independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day (9) C. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day.(8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and the day after Christmas. 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. 10 I IBenefit Code Key—Effective 8/31/2018 thru 3/2/2019 Note Codes Continued I 8. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit.$1.50, I 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. IR. Effective August 3 I,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 I 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. IS. 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 I by the State of Washington, Oregon, Montana,or Idaho. This classification is only effective on or after August 31, 2012. I 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 IWashington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. I 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 I 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 IV. 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 IThe 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. IOver 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 I 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' W. Meter Installers work on single phase I20/240V self-contained residential meters.The Lineman/Groundmen rates Iwould apply to meters not fitting this description. I 11 Washington State Department of Labor and Industries ' Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) ' Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or"non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's ' subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. ' The production of any item outside the State of Washington is not covered by RCW 39.12 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39 12. If it is, go to question 2 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, ' go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39 12. If yes, go to question 5. ' 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12 If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, ' the work is covered under RCW 39.12 Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at(360) 902-5330 I Supplemental to Wage Rates 1 08/31/2018 Edition, Published August 1st, 2018 I I 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 X , Types 1, IL, 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. X See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets See Std. Plans 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter X ' 5. Concrete Pipe- Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter X ' 6. Corrugated Steel Pipe- Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch ' to 120 inches in diameter May also be treated, 1 thru 5 X 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5 Supplemental to Wage Rates 2 08/31/2018 Edition, Published August 1st, 2018 I I I I I ITEM DESCRIPTION YES NO 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for I mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. I9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in I the X contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). I10 Major Structural Steel Fabrication - Fabrication of major steel J items such as trusses, beams, girders, etc., for bridges. X Minor Structural Steel Fabrication - Fabrication of minor steel — Ill: 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 X I boring of holes. See Contact Plans for item description and shop drawings. I12 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 X I accordance with Section 9-28 14(3) 13 Concrete Piling--Precast-Prestressed concrete piling for use as I 55 and 70 ton concrete piling Concrete to conform to X Section 9-19 1 of Std Spec. I14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std PlansI 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections X See Std PlansI 16. Precast Catch Basin - Catch Basin type 1, IL, 1P, and 2 1 With adjustment sections See Std Plans. X ISupplemental to Wage Rates 3 08/31/2018 Edition, Published August 1st, 2018 I 1 r i ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans X ' 18 Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std Plans. X 19. Precast Grate Inlet Type 2 with extension and top units See Std Plans X a 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities X ' X Vaults 23 Valve Vault- For use with underground utilities X See Contract Plans for details 24 Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X 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 X 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 X Fabrication plant has annual approval for methods and materials i to be used Supplemental to Wage Rates 4 08/31/2018 Edition, Published August 1st, 2018 I I I I ITEM DESCRIPTION YES NO 27 Precast Railroad Crossings - Concrete Crossing Structure X I Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— Standard Precast Prestressed Girder for use in structures I Fabricator plant has annual approval of methods and materials to X be used Shop Drawing to be provided for approval prior to I casting girders. See Std. Spec Section 6-02.3(25)A 29 Prestressed Concrete Girder Series 4-14 - Prestressed Concrete 1 Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be X I provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for i I use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided X I for approval prior to casting girders See Std. Spec. Section 6-02 3(25)A 31. Prestressed Precast Hollow-Core Slab— Precast Prestressed I Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X I be provided for approval prior to casting girders. See Std Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for Iuse in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided XI for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A 1 33. Monument Case and Cover X See Std. Plan. I Supplemental to Wage Rates 5 08/31/2018 Edition, Published August 1st, 2018 I I I ITEM DESCRIPTION YES NO I 34. Cantilever Sign Structure- Cantilever Sign Structure j fabricated from steel tubing meeting AASHTO-M-183 See Std. j Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with X AASHTO-M-111. 35 Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. I 36. Steel Sign Bridges- Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys I See Std. Plans, and Contract Plans for details The steel structure X shall be galvanized after fabrication in accordance I with AASHTO-M-111 37. Steel Sign Post- Fabricated Steel Sign Posts as detailed in Std 111 Plans Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles X j I 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std Plans. See Specia X ' Provisions for pre-approved drawings 40 Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems Standards to be 111 fabricated X to conform with methods and material as specified on Std Plans See Special Provisions for pre_approved drawings — 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X I I See Std. Plans. I I Supplemental to Wage Rates 6 I 08/31/2018 Edition, Published August 1st, 2018 I ' 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 X X sheeting NOTE: *** Fabrication inspection required Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom i Std Message Signing Message ' 43. Cutting & bending reinforcing steel X 44 Guardrail components X X Custom Standard ' 45 Aggregates/Concrete mixes End Sec SecCovered by WAC 296-127-018 46 Asphalt Covered by ' WAC 296-127-018 47 Fiber fabrics j X ' 48. Electrical wiring/components --------------------�----_---�--- - X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51 Standard Dimension lumber X 52. Irrigation components X 1 I 1 Supplemental to Wage Rates 7 08/31/2018 Edition, Published August 1st, 2018 I I I ITEM DESCRIPTION YES NO I 53 Fencing materials 54 Guide Posts X X 55 Traffic Buttons X I 56. Epoxy X 57 Cribbing X 58 Water distribution materials X 59 Steel "H" piles X 60 Steel pipe for concrete pile casings I X 61. Steel pile tips, standard 1 X 111 62 Steel pile tips, custom 1. X Prefabricated items specifically produced for public works projects that are prefabricated in a I 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 1 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 I 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. I I I Supplemental to Wage Rates 8 I 08/31/2018 Edition, Published August 15t, 2018 I 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 I "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 08/31/2018 Edition, Published August 15t, 2018 I Washington State Department of Labor and Industries Policy Statements 111 (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 111 incorporation (f) They assist or participate in the incorporation of any materials into the public works project. 1 Supplemental to Wage Rates 10 08/31/2018 Edition, Published August 1st, 2018 I I (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.] 1 Supplemental to Wage Rates 11 08/31/2018 Edition, Published August 1st, 2018 1 1 1 SECTION 5 - TECHNICAL SPECIFICATIONS 1 1 ' G:\PROJECTS\2 01 811 8 1 05E\Spec\18105 SPEC.Docx 5-1 I I CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS I FOR CAMP HOPE UTILITY EXTENSION I CITY OF YAKIMA PROJECT NO. 2478 HLA PROJECT NO 18105 ITABLE OF CONTENTS PAGE NO. I INTRODUCTION TO THE SPECIAL PROVISIONS 5-3 DESCRIPTION OF WORK 5-3 1-01 DEFINITIONS AND TERMS.... . . . . . 5-4 1-02 BID PROCEDURES AND CONDITIONS .5-6 I 1-03 AWARD AND EXECUTION OF CONTRACT 5-12 1-04 SCOPE OF THE WORK .5-14 1-05 CONTROL OF WORK 5-16 I 1-06 CONTROL OF MATERIAL . . 5-22 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.... . . . . .. . 5-22 1-08 PROSECUTION AND PROGRESS . . .. . ...... . . . . . 5-28 REQUEST TO SUBLET FORM ... 5-31 I 1-09 MEASUREMENT AND PAYMENT 5-34 1-10 TEMPORARY TRAFFIC CONTROL. . . . 5-40 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .5-41 I 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 5-42 2-04 HAUL .5-43 2-07 WATERING. . . .5-43 2-11 TRIMMING AND CLEANUP .5-44 I 4-04 BALLAST AND CRUSHED SURFACING ... . . . . 5-44 5-04 HOT MIX ASPHALT .5-44 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS. . . . 5-48 I 7-09 WATER MAINS 5-50 7-15 SERVICE CONNECTIONS . .. ... .. ......... .. .. .......... . . 5-53 7-17 SANITARY SEWERS .5-55 7-18 SIDE SEWERS... .. . .5-56 I 7-19 SEWER CLEANOUTS 5-57 7-25 SEWER FORCE MAINS (NEW SECTION) . . . .. . 5-57 8-02 ROADSIDE RESTORATION . . . . 5-58 I 8-12 CHAIN LINK FENCE AND WIRE FENCE 5-59 8-14 CEMENT CONCRETE SIDEWALKS .. . . ........... .. . . ..5-59 8-30 PREPACKAGED SEWER PUMP STATION (NEW SECTION). . . 5-60 8-31 ELECTRICAL AND CONTROL SYSTEMS (New Section) . . 5-72 I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA ' CAMP HOPE UTILITY EXTENSION ' CITY OF YAKIMA PROJECT NO. 2478 HLA PROJECT NO. 18105 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, 2018 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: Furnish and install approximately 950 LF of 3" PVC water service,490 LF of 1.25" PVC force main, ' 250 LF of 4" PVC sewer main, clean outs, a prepackaged PVC sewer pump station, pump station electrical, chain link fencing, trench surfacing repair, and other related work ' 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 2018, referenced codes and organizations, and these Special Provisions. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-3 1-01 DEFINITIONS AND TERMS I 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. 1 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. 111 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:\PROJECTS12018\18105E\Spec\18105 SPEC.Docx 5-4 I 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 2nd 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\2018\18105E\Spec\18105 SPEC.Docx 5-5 I 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 I (August 15, 2016 APWA GSP Option 8) 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: I 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 (July 31, 2017 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 UDBE/DBE/M/WBE commitment, if applicable, a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be G\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-6 ' completed by typing or shall be printed in ink by hand, preferably in black ink.The required certifications are included as part of the Proposal Form. ' The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal 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\2018\18105E\Spec\18105 SPEC.Docx 5-7 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 1 Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Camp Hope Utility Extension 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. I The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage Payment Statutes" document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1) (g), as required per Section 1-02.14. The "Certification of Compliance with Wage Payment Statutes" document shall be received either with the Bid Proposal or as a Supplement to the Bid. The document 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) shall be submitted as follows. 1. By facsimile to the following FAX number: (509) 965-3800, or 2 By e-mail to the following e-mail address. info@hlacivil.com and shazzard@hlacivil.com. 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 "Supplemental Information" 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-8 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. 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 (July 31, 2017 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 Supplemental Criteria 1-7 listed in this Section. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in ' RCW 39.04 350(1), and Supplemental Criteria 1-2 Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-9 I In addition, the Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage Payment Statutes" document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g). A form appropriate for "Certification of Compliance with Wage Payment Statutes" will be provided by the Contracting Agency in the Bid Documents. The form provided in the Bid Documents shall be submitted with the Bid as stated in Section 1-02.9. 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. I 4 Claims Against Retainaqe 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, G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-10 I 1 • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. I 5. 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. IB. 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 I have not been convicted of a crime involving bidding on a public works contract. 6 Termination for Cause/Termination for Default I 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 I 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 I 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 I7 Lawsuits A. Criterion. The Bidder shall not have lawsuits with judgments entered against the Bidder in I 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. I 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 I 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 I each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet the terms of construction related contracts I As evidence that the Bidder meets Supplemental Criteria 3-7 stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets supplemental criteria 3-7 together with supporting documentation (sufficient in the sole judgment of the Contracting I Agency) demonstrating compliance with Supplemental Criteria 3-7. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all I bidder responsibility criteria. 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 consider mitigating factors in determining whether the Bidder complies with the I requirements of the supplemental criteria I 1 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-11 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 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC Docx 5-12 I 1-03.2 Award of Contract i 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, I including all alternate and/or additive bid schedules as applicable, to be considered a responsive bidder. II-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: ICopies 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 Ibe 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 I 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 IUntil 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 Ibefore the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract I 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. ISupplement this section with the following. Failure to return the required documents within the allotted time shall be considered as non-responsive Iand 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) IDelete the first paragraph and replace it with the following: I 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. I1 Be on a Contracting Agency-furnished form(s), I 2 Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and lb Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-13 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 ' 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 111 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\2018\18105E\Spec\18105 SPEC.Docx 5-14 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; I (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. ' 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-15 I 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 1 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. 1 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 I 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(1) Project Record Drawings (New Section) The following new section shall be added to the Standard Specifications. I 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. ' 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-16 I I • 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 Ipipe 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 Iinformation required above. Requests for partial payment will not be approved if the marked-up prints are not kept current, and Irequest 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 I 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 I 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 I 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. I 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, I 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. I 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 I 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. I1-05.4 Conformity With and Deviations from Plans and Stakes This section is supplemented with the following: IThe Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. I The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State I Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-17 I 1-05.6 Inspection of Work and Materials I 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 Subgrade 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 2,000 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 grade. 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 1,500 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\2018\18105E\Spec\18105 SPEC.Docx 5-18 I IPortland Cement Concrete for Curbs, Sidewalks, and Pavement Sample the first truck and each load until two successive loads meet specifications, and then randomly I 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. I For total daily quantities less than four (4) cubic yards, testing requirements shall be at the discretion of the Engineer. I 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. IDensity 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 1,500 square feet of surface I 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. ICompaction of Hot Mix Asphalt pavement shall be as specified in Section 5-04.3(10)A. I 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following. IIf 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, I 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 I 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 I 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 I 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 Iwork of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. I 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 Iright to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. I 111 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-19 r 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 I 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 I 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\2018\18105E\Spec\18105 SPEC Docx 5-20 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. I1-05.15 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\2018\18105E\Spec\18105 SPEC.Docx 5-21 1 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 o' 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 Delete this section, including its subsections, and replace it with the following i 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. 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. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's I 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 G\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-22 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. For work performed in such cases,the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to ' the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-23 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. ' 1-07.7 Load Limits (March 13, 1995 WSDOT GSP) Supplement this section with the following. If the sources of materials provided by the Contractor necessitates hauling over roads other than State , Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic 1 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. I 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-24 I I 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: I Utility Company Address Phone Number City of Yakima Wastewater 2220 E.Viola Ave ,Yakima,WA 98901 (509)575-6077 City of Yakima Water&Irrigation 2301 Fruitvale Blvd ,Yakima,WA 98902 (509)575-6154 I CenturyLink 8 S 2nd Ave., Room 304,Yakima,WA 98902 (509)406-0859 Charter Communications 1005 N 16th Ave.,Yakima,WA 98902 (509)728-2865 Cascade Natural Gas Corp 701 S 1st Ave.,Yakima,WA 98902 (509)895-4796 I Pacific Power 500 N Keys Road,Yakima,WA 98901 (509)952-3101 Naches Cowiche Canal 5460 W Powerhouse Rd ,Yakima,WA 98902 (509)930-9001 I 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 Itheir impacts on his construction activities. The Contractor shall call the Utility Notification Center(One-Call Agency)for field location, not less than I 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. I 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 I 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 I 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. IThe Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 111 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: IWithin 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 I 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 ten (10) days written notice has been given to the Owner. The certificate shall not I 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." I 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. I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-25 1 Commercial General Liability Insurance written under ISO Form CG0001 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 10-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. Add the following to the sixth paragraph 7. Open trenches and excavations shall be protected with proper barricades (fencing or plating) and at night, they shall be distinctively indicated by adequately placed lights G:\PROJECTS\2018\18105E1Spec\18105 SPEC.Docx 5-26 1 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: II. 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. 1 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 1 Addendum. 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 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-27 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, 111 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 Agency111 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. 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. G\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-28 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, 1 etc., 4. To establish normal working hours for the work; 111 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 1. A breakdown of all lump sum items; 2 A preliminary schedule of working drawing submittals; and 1 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. 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 G:\PROJECTS\2 01 811 8 1 05E\Spec\18105 SPEC.Docx 5-29 I 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be I charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded I properly on certified payroll. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (New Section) 1 The following new section shall be added to the Standard Specifications. Where the Contractor elects to work on a nonworking day, as defined in Section 1-08 5 of the Standard I Specifications, or longer than the normal working hours specified in Section 1-08 0(2), such work shall be considered as overtime work. If a 4-10 schedule is approved and the Contractor elects to work the fifth day, such work shall be considered overtime work, or the Contractor will be charged an additional 111 working day,at his option. 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 all such cases, the Contracting Agency may deduct overtime costs of employees and/or representatives of the Contracting Agency from amounts due or to become due to the Contractor. 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. I 1-08.1 Subcontracting Supplement this section with the following. I 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. I I I I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-30 I I Washington State Request to Sublet Work pepartmrent of Transportation (Check all that apply for State Program) ❑ Disadvantaged Business(DBE) 0 Veteran Owned Business(VBE) 0 Woman Owned Business(WBE) ❑Minority Owned Business(MBE) El State Small Business(SBE) 0 Federal Small Business(FBE)(Federal Program) I Prime Contractor ,Federal Employer I D Nuribei ` State Contract Number Job Description(Title) Request Number ,„i Approval is Requested to Sublet the Following Described Work to: In Lower Tier Subcontractor ;1 Subcontractor Unified Business Identifier(UBI) Federal Employer I D Number* Lower Tier Subcontract/Subcontract Name Address Telephone Number ICity •State 1Zip Code Estimated Starting Date I 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 • I . I . I I I , . ; 1 i uhderstand and will ensure that the subcontractor will Prime Contractor Signature Date comply fully with the plans and specifications under I j which this work is being performed. j I Department of Transportation Use Only Percent of Total Contract •DBE Status Verification This Request _% Previous Requests __...._.. Sublet to Da • te __..._. .._.._.....__._.__.. '_.___.. • Project Engineer's Signature Date :Approved-Region Construction Engineer Date 0 Approved (When Required) DOT Form 421-012 Distribution: White(Original)-Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor Revised 07/2016 I ' 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. II-08.4 Prosecution of Work Delete this section and replace it with the following. II-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. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility 1 fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10 1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting 1 Agency has accepted the installation of high visibility fencing, as described 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-32 I 1-08.5 Time for Completion Add the following to the first paragraph: Ten (10)working days after the date set forth in the Notice to Proceed shall he allowed for completion of all Contract work. 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 111 (September 12, 2016 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 I 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. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 g. Project record drawings per Section 1-05.3(1) G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-33 ' h. 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. ' 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-34 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. 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. 1-09.7 Mobilization , Supplement this section with the following. When the contract includes multiple schedules of work containing lump sum contract prices for "Mobilization", partial payments will be made on the percent of the work schedule totals, not the percent of the total original contract. 1-09.9 Payments I (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following. t 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 G:\PROJECTS\2018\18105E\Spec\18105 SPEC Docx 5-35 I ' 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 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. 111 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-36 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: I 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 ' 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 111 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) ' G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-37 I I 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. I 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 Iby Section 1-07.10. g Failure of the Contractor to submit and obtain approval of a progress schedule per Section I 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. I 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. I1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. IA 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 I 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 I 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 I Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. I1-09.9(3) Final Payment(New Section) The following new section shall be added to the Standard Specifications. I 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 I 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 I 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, I 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 I 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 Icertifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. G:\PROJECTS\2 01 811 81 05E1SpecV18105 SPEC.Docx 5-38 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 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-39 I II 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management I 1-10.2(1) General (January 3, 2017 WSDOT GSP) ISupplement this section with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of I Washington. The Traffic Control Supervisor shall be certified by one of the following. The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue I Kingston, WA 98346 (360) 297-3035 I Evergreen Safety Council 12545 135th Ave. NE Kirkland,WA 98034-8709 1-800-521-0778 IThe American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 I Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877)642-4637 Phone: (540) 368-1701 I 1-10.2(2) Traffic Control Plans Delete the first two sentences of the first paragraph and replace with the following. I 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. IThe 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 I 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 I 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. I 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 Iproject. 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 ITraffic Control," per lump sum. I IG:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-40 I 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. 111 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, as necessary, 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. 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup Supplement this section with the following. 111 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: I 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 reresetting 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 as incidental work to the various bid items and no separate payment will be made G.\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-41 r ' 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, shall 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. 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. G:\PROJECTS\2018\18105E\Spec118105 SPEC.Docx 5-42 r 2-02.5 Payment I 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, shall be considered as incidental work to the various bid items and no separate payment will be made. 2-04 HAUL , 2-04.5 Payment Delete this section and replace it with the following: All haul of materials on this project shall be considered as incidental work to the various bid items and no separate payment will be made 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 111 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 r 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. 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. 1 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 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-43 I 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 shall 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. ' 5-04 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. The Engineer may require an adjustment in the asphalt binder content of the mix design by± 0.5% at no additional cost to the Contracting Agency. 5-04.2(1) How to Get an HMA Mix Design on the QPL Supplement this section with the following: Delete the reference to Statistical Evaluation in Table 1. Nonstatistical Evaluation or Visual Evaluation ' will be the basis for acceptance. Mix designs for HMA accepted by Nonstatistical evaluation shall: G:\PROJECTS\2018\18105E\Spec118105 SPEC.Docx 5-44 r • Be submitted to the Project Engineer on WSDOT Form 350-042. • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti-strip and aggregate source compatibility from WSDOT lab testing Anti-strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. I 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 Contractor shall be responsible for verification of the mix design 5-04.3 Construction Requirements 5-04.3(3)B Hauling Equipment Supplement this section with the following• I 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(4)C 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 CI 1/2-Inch PG 64-28 " 5-04.3(9) HMA Mixture Acceptance Delete the reference to Statistical Evaluation in Table 7 and replace it with Nonstatistical Evaluation. 5-04.3(9)D Mixture Acceptance—Visual Evaluation I Replace all references to "Visual Evaluation" with "Nonstatistical Evaluation, Visual Evaluation or Commercial Evaluation". Supplement this section with the following• 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. Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width. 5-04.3(9)E Mixture Acceptance— Notification of Acceptance 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-45 I ' 5-04.3(10) HMA Compaction Acceptance Delete the reference to Statistical Evaluation of HMA in column 1 of Table 14. Replace it with Nonstatistical Evaluation or Visual Evaluation of HMA at the Engineer's discretion. Visual Evaluation will also remain in ' column 2 of Table 14. 5-04.3(10)A HMA Compaction—General Compaction Requirements Supplement this section and 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(10)D HMA Compaction—Visual Evaluation ' Add the following to the end of the first sentence: "and HMA Cl. 1/2-Inch PG 64-28, at the discretion of the Engineer." 5-04.3(11) Reject Work Supplement this section with the following: Delete all references to Statistical Evaluation and 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 CI 3/8-Inch. 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." G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-46 I 5-04.3(15) Sealing Pavement Surfaces I Revise the first sentence to read. I "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. Fog Seal must be completely cured before pavement markings are applied." I Add the following: The cost of providing and applying the fog seal shall be considered as incidental work to the various I bid items and no separate payment will be made 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 as incidental work to the various bid items and no separate payment will be made. I 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 as incidental work to the various bid items and no separate payment will I be made. Payment for HMA Cl. 3/8-Inch shall be incidental and included in the unit contract price for "HMA CI I 1/2-Inch PG 64-28." The following sections shall be deleted. 5-04.3(9)A Test Section I 9-04.3(9)A1 Test Section —When Required,When to Stop 5-04.3(9)A2 Test Section—Evaluating the HMA Mixture in a Test Section I 5-04.3(9)B Mixture Acceptance—Statistical Evaluation 5-04.3(9)B1 Mixture Statistical Evaluation— Lots and Sublots 5-04.3(9)B2 Mixture Evaluation —Sampling 5-04.3(9)B3 Mixture Statistical Evaluation—Acceptance Testing I 5-04.3(9)B4 Mixture Statistical Evaluation— Pay Factors 5-04.3(9)B5 Mixture Statistical Evaluation —Composite Pay Factors (CPF) 5-04.3(9)B6 Mixture Statistical Evaluation— Price Adjustments 5-04.3(9)B7 Mixture Statistical Evaluation— Retests 5-04.3(10)C1 HMA Compaction—Statistical Evaluation 5-04.3(10)C2 HMA Compaction—Acceptance Testing 5-04.3(10)C3 HMA Compaction—Price Adjustments I 5-04.3(10)C4 HMA Compaction—Requests for Retesting 5-04.3(11)D Rejection—A Partial Sublot(Mixture or Compaction) 5-04.3(11)E Rejection—An Entire Sublot(Mixture or Compaction) I 5-04.3(11)F Rejection—A Lot in Progress(Mixture or Compaction) 5-04.3(11)G Rejection—An Entire Lot(Mixture or Compaction) I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-47 I I I 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.1 Description IDelete this section and replace it with the following: This work includes installing culverts, storm sewers, sanitary sewers, water main, irrigation mains, and I conduits. The Contractor shall also follow Section 7-02, 7-04, 7-09, 7-16, 7-17, or 8-20 as it applies to the specific kind of work. In cases of conflict between sections, the more stringent regulation shall apply. I 7-08.2 Materials Revise the second paragraph to read: IGravel Backfill for Pipe Zone Bedding The crushed gravel used for gravel backfill for pipe zone bedding shall be crushed surfacing top course Imeeting the requirements of Section 9-03.12(3). 7-08.3 Construction Requirements II7-08.3(1)C Bedding the Pipe Delete this section and replace it with the following: IImported 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 I 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)B Pipe Laying -General ISupplement this section with the following: I Detectable marker tape shall be installed over non-metallic pipe lines. The tape shall be placed approximately six - inches 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 I 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 I locations and grades prior to backfilling. Caps shall be marked with a 3' vertical piece of #4 rebar directly vertical above the cap. I The contractor is responsible for meeting these standards, and all costs shall be considered as incidental work to the various bid items and no separate payment will be made. 7-08.3(3) Backfilling ISupplement this section with the following: I 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). IG:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-48 I Delete the fourth paragraph and replace with the following: I 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 I caused by his own construction activities The density of the compacted material shall be at least 95%of the maximum density as determined by I 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 as incidental work to the various bid items and I no separate payment will be made. 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 I 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 500 gallons of water, or as I directed, 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 I Payment for water settling adjacent to structures shall be included in the unit price bid for the specified structure 7-08.3(5) Existing Utilities (New Section) I 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 I 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 I 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 I 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: I Shoring or extra excavation will be measured by the linear foot. Supplement this section with the following: I 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 III the work. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-49 I ' 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 as incidental work to the ' various bid items and no separate payment will be made 7-09 WATER MAINS 7-09.1 Description Supplement this section with the following: ' The City Water/Irrigation Division will operate all existing water valves required as part of the project. Existing valves within the project area shall remain accessible at all times. All new water mains crossing nonpotable lines such as sanitary and storm sewer lines shall conform to the City of Yakima Yakima's Waterline Separation from Nonpotable Conveyance Systems standards. ' 7-09.1(1)D Pipe Zone Backfill Delete this section and replace it with the following: ' Pipe zone backfill includes material above the pipe zone bedding up to the depths shown on the Details. ' 7-09.2 Materials Aggregates: Gravel Backfill for Pipe Zone: 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. ' G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-50 I Trench Backfill: All longitudinal water main trenches shall be backfilled full depth above the pipe zone ' with native material (free of organic material, wood, rocks, or pavement chunks larger than 6-inches in maximum dimension), unless otherwise directed by the Engineer. Street crossing trenches and other locations as directed by the Engineer shall be backfilled full depth with imported select backfill. 1 Imported select backfill,where directed by the Engineer,shall be crushed surfacing base course,placed and compacted in layers. 7-09.3 Construction Requirements 1 7-09.3(6) Existing Utilities Delete this section and refer to Section 7-08.3(6) Existing Utilities (New Section) 7-09.3(9) Bedding the Pipe I Delete the first sentence. Revise the second sentence to read: ' Gravel backfill for pipe zone bedding shall be placed to the depths shown on the Plans. 7-09.3(10 Backfilling Trenches Supplement this section with the following. Street crossing trenches and other locations as shown on the plans or directed by the Engineer shall be backfilled for the full depth of the trench with Crushed Surfacing Top Course meeting the requirements of Section 9-03.12(3). , 7-09.3(11) Compaction of Backfill Delete the first paragraph and supplement this section with the following 1 The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard proctor). Placement of courses of aggregate shall not proceed until 111 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 3 working days prior to beginning trench excavation and backfill operations and the Engineer will arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the contractor from achieving the specified densities throughout the project. 7-09.3(19)A Connections to Existing Mains ' Add the following. No connection to existing mains shall be allowed prior to a successful pressure test, disinfection, ' flushing and a satisfactory bacteriological test result is obtained. Prior to installing new water main, the Contractor shall pothole the existing water main at the designed ' point of connection to determine exact size, type, depth and location of existing water main The new water main shall be laid at the same depth as the existing water main to avoid an unnecessary fitting as part of the final connection G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-51 I I The Water/Irrigation Division shall furnish and install new tapping sleeves and valves to existing mains up to and including 12-inch. Costs, including materials and labor, as determined by the Water Distribution Supervisor, shall be paid at the Code Administration, City Hall, 129 N. 2nd St., Yakima, Washington 98901, before materials are ordered and the work is scheduled. IMechanical joint fittings, valves, and fire hydrants shall be connected with ROMAC "Grip Ring", or an approved equivalent. I7-09.3(23) Hydrostatic Pressure Test Replace the first sentence with the following. ' All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi ISupplement this section with the following. Test shall be made with main gate valves open. Upon completion of the test, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if 1 there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. I7-09.3(24) Disinfection of Water Main Supplement this section with the following. IA representative from the City of Yakima Yakima Water/Irrigation Division will collect all bacteriological samples for testing and pay the cost associated with the initial samples If test results are I unsatisfactory,the Contractor shall disinfect the water main as previously outlined. New bacteriological samples will be taken by a representative of the Water/Irrigation Division. The Contractor will be responsible for all costs associated with subsequent disinfection and sample testing. I7-09.3(24)A Flushing Revise the first paragraph to read. IAll filling, flushing, and chlorinating of the new water system shall be done through a metered hydrant or blowoff connection with an approved double check assembly. Contractor shall secure the metered connection and double check assembly from the City of Yakima Water/Irrigation Division (see also 2- ' 07.3(A) Water Supplied From Hydrants) Sections of pipe to be disinfected shall first be flushed to remove any solids or contaminated material that may have become lodged in the pipe. If a hydrant is not installed at the end of the new main, then a temporary blowoff shall be provided by the Contractor I large enough to develop a flow velocity of at least 2 5 fps in the water main. No portion of the temporary blowoff shall remain in place as part of the permanent water system. Contractor is required to dechlorinate all water flushed onto the street surface or into any storm drain system. Flushing may only be done into the sanitary sewer system if previously approved by the City's Wastewater Division. IDelete the second paragraph I7-09.3(24)H Point of Application Delete this section. I7-09.3(24)N Final Flushing and Testing Revise the last sentence in the third paragraph to read: ISamples will be collected and bacteriological tests obtained by the City of Yakima Water/Irrigation Division. IG:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-52 I 7-09.4 Measurement Supplement this section with the following There will be no separate measurement or payment for dewatering operations by the Contractor. ' The length and depth of"Select Backfill, as Directed"shall be field measured by the Resident 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 excavation or backfill material beyond the payment line limit. 7-09.5 Payment , 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 I 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, and bacteriological 1 The unit contract price per linear foot for"Shoring or Extra Excavation", shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install shoring or over-excavate on trenches exceeding four (4) feet in depth, per Section 2-09 of the Standard Specifications and applicable amendments. Payment for"Select Backfill, as Directed" will be made at the unit contract bid 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 as incidental work to the various bid items and no separate payment will be made. 7-15 SERVICE CONNECTIONS 7-15.1 Description This section is supplemented with the following. City of Yakima Water/Irrigation Division will complete the installation of the water main tap and service meter including the meter setter for the premises served. No service shall be connected to the water main prior to a successful pressure test, disinfection, flushing and a satisfactory bacteriological test result is obtained. 7-15.2 Materials ' Pipe for service line approved for use on this project shall be as follows: Pipe for Main Line Polyvinyl Chloride (PVC) High Density Polyethylene Pipe (HDPE) Supplement this section with the following Polyvinyl Chloride (PVC). PVC pipe shall be Class 200, SDR21 PVC or Schedule 40 pipe meeting the requirements of ASTM D 2241. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-53 I High Density Polyethylene Pipe(HDPE). HDPE pipe shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 4710 polyethylene resin. The Standard Dimension Ratio (SDR) shall be SDR 17 for pipe sizes 12-inch diameter and smaller. Pipe material shall be provided in straight segments and for pipe 4 inches and larger in diameter or coiled for pipe smaller than 4 inches in ' diameter. HDPE pipe shall be iron pipe size (IPS) The manufacturer's certification shall state that the pipe was manufactured from one specific resin in ' compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance with these specifications. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification form the same raw ' material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical on color, density, melt index, and other physical ' properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) normal size, dimension ratio, pressure rating, type (trade name), material 1 classification, certification base and date. Polyethylene fittings shall comply with all appropriate requirements of AWWA C9O1, AWWA C9O9, or ' CSA B137.1. Socket type fittings shall comply with ASTM D2683. Butt fusion fittings shall comply with ASTM D3261. Electrofusion fittings shall comply with ASTM D3261. Electrofusion fittings shall comply with ASTM F1O55. Fabricated fittings shall be designed and manufactured to be as strong as or stronger than the pipe to which the fittings will be joined. Mechanical fittings shall be approved only ' after submission of appropriate test data and service histories indicating their acceptability for intended service. In all cases, the specifications and requirements for the fittings applied shall comply with the appropriate sections of AWWA C9O2, AWWA C9O9, or CSA B137 1. ' Pipe stiffeners shall be used in conjunction with mechanical restrained fittings. Pipe stiffeners shall be designed to support the interior wall of the HDPE and maintain pipe cross-section shape. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffener shall be forned for 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE. Pipe Bedding and Backfill Pipe bedding and select backfill shall be utilized for trench backfill as directed by the Engineer in accordance with Section 7-09.2 of the Special Provisions. Detectable Marker Tape. Marker tape shall be detectable type and shall be marked"WATER"and shall conform to Section 9-15.18 of the standard specifications. 7-15.2(1) Handling of HDPE Pipe The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked, and restrained during transport ' such that the pipe is not nicked, gouged, or physically damaged 7-15.3(2) HDPE Pipe Construction Requirements 7-15.3(2)A Joining HDPE Pipe Sections of polyethylene pipe shall be joined into continuous lengths on the job site Above ground. The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM-F585 The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, ' but not limited to, temperature requirements of 400 F and interface fusion pressure of 75 psi. Socket fusion, hot gas fusion, threading, or solvent-cement joints and epoxies are not permitted. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-54 The contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained and certified within the past 12 months. Copies of certifications shall be provided to the engineer prior to construction The fusion equipment shall be equipped with datalogger for recording heater temperature and fusion pressure The Contractor shall maintain a log of all fusion activity on the project. At a minimum, the fusion log shall indicate the following parameters: name of technician, plan location, time, ambient temperature, fusion temperature, fusion pressure, fusion duration, and cool-down time. 7-15.3(2)B Leak Testing , Pressure testing HDPE pipe shall be conducted in accordance with ASTM F2164. All pipes(both PVC and HDPE)shall be filled with water raised to test pressure and allowed to stabilize. The test pressure shall be 60 psi Irrigation service piping shall pass if the final pressure is within 5% of the test pressure for one hour. Irrigation service piping shall pass if the final test pressure holds for a minimum of 10 minutes. For safety reasons, hydrostatic testing will be the only acceptable testing method. The Contractor shall maintain a log of all pipe and service testing completed on the project. At a minimum, the testing log shall indicate the following parameters: Name of Technician, time, test pressure, test direction, and whether the test passed of failed. 7-15.3 Construction Requirements I Supplement this section with the following The completed water service line shall be tested at system operating pressure by the Contractor and must show no signs of leakage. Dead ends of the water service lines shall be marked with an 18-inch long section of #4 rebar buried vertically with the top of the rebar set 6-inches below the finished surface, and 2"x4" post painted blue. 7-15.4 Measurement Replace with the following: Service connections will be measured by the linear foot of pipe laid and tested and shall be measured along the pipe through fittings, valves, and couplings 7-15.5 Payment Replace with the following: The unit contract price per linear foot for"Service Connection 3 In. Diam.", shall be full compensation to furnish and install new water service pipe and make connection to the water main including but not limited to, excavation, water service pipe, all fittings and appurtenances, marker posts and rebar, pipe zone bedding, laying and jointing pipe, locating wire, detectable marking tape, concrete thrust blocking, backfilling and compaction, testing, flushing, and disinfection of the service 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. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-55 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. ' 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. 7-17.4 Measurement Delete the second paragraph and replace it with the following: ' There will be no separate measurement for testing. 7-17.5 Payment ' 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, marker post and rebar, 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 111 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 City or Resident Engineer. All deficiencies shall be corrected as directed by the Engineer prior to the backfilling and acceptance of the side sewer. ' 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. G:\PROJECTS12018\18105E\Spec\18105 SPEC.Docx 5-56 I 7-19 SEWER CLEANOUTS I 7-19.1 Description Supplement this section with the following. I Cleanouts shall be Solid Wall PVC Sanitary Sewer Pipe Provide side sewer cleanouts at the following minimum locations 111 A. At the outside of the building structure. B. At intervals not to exceed 300 feet in straight pipe runs. C. At the end of aggregate changes in direction exceeding 90 degrees. I D. At other locations deemed necessary by the Engineer. E. As shown on the Plans. Manholes may be used in lieu of cleanouts and shall be placed at intervals not to exceed 300 feet, unless otherwise shown on the Plans. If manholes are used, the minimum location requirements for cleanouts will apply except for spacing in straight runs. Manholes are required in side sewers 8-inches in diameter and larger and shall be placed at all changes in horizontal alignment or vertical grade I 7-19.2 Materials Delete this section and replace it with the following I Cleanouts shall be Solid Wall PVC Sanitary Sewer Pipe 7-25 SEWER FORCE MAINS (NEW SECTION) The following new section shall be added to the Standard Specifications. I 7-25.1 Description This work shall consist of constructing sewer force mains in accordance with the Plans, Standard I Specifications, as staked. 7-25.2 Materials I Materials shall meet the requirements of section 7-09 Water Mains of the Standard Specifications except as follows: Pipe for Main Line: I Polyvinyl Chloride (PVC) Pressure Pipe (Under 4 inches). Polyvinyl chloride pipe Class 200, SDR21 I or Schedule 40 pipe meeting the requirements of ASTM D 2241. Aggregates: Gravel Backfill for Pipe Zone: 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 I Course meeting the requirements of Section 9-03.9(3), or as approved by the Engineer. Trench Backfill: All longitudinal trenches shall be backfilled full depth above the pipe zone with native I material (free of organic material, wood, rocks, or pavement chunks larger than 6-inches in maximum dimension), unless otherwise directed by the Engineer Street crossing trenches and other locations as directed by the Engineer shall be backfilled full depth with imported select backfill Imported select backfill,where directed by the Engineer,shall be crushed surfacing base course, placed and compacted I in layers G:\PROJECTS\2018\18105E\Spec\18105 SPEC Docx 5-57 1 7-25.3 Construction Requirements 7-25.3(2) Pipe Installation ' Sewer force main installation shall conform to the requirements of Section 7-08 General Pipe Installation Requirements of the Standard Specifications or as modified by these Special Provisions. All sewer force mains shall be tested under a hydrostatic pressure of 100 psi. The Contractor shall make ' all provisions for transporting water and filling the force main No leakage will be allowed during the test. 7-25.4 Measurement Measurement for payment of sewer force mains shall be by the linear foot of pipe installed and tested, and shall be along the centerline of the pipe through fittings, valves, and couplings. There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work 7-25.5 Payment The unit contract price per linear foot for "Sewer Force Main and Fittings, 1.25 In. Diam ," shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the pipe and fittings including, but not necessarily limited to, sawcutting, trench excavation, protecting existing utilities to remain, dewatering, pipe zone bedding, laying and jointing the pipe and fittings, force main cleanout and associated valve, locate wire, detectable marking tape, concrete blocking, backfill and compaction, testing and disposal of excess material as shown on the Plans and specified herein 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. The unit contract price per square yard for "Sodded Lawn Repair", shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new top soil and sod, including, ' but not necessarily limited to, placing top soil,fine grading, surface preparation,fertilizing, placing sod, and monitoring the newly placed sod area for two weeks following completion. The unit contract price per ton for "Imported Topsoil", shall be full compensation for all labor, tools, equipment, and materials, necessary to complete this item in place including furnishing, placing, spreading, processing, and compacting topsoil as directed by the Engineer. 111 G:\PROJECTS\2018118105E\Spec\18105 SPEC.Docx 5-58 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.4 Measurements Delete this section and replace it with the following. , Chain link fence and wire fence will be measured by the linear foot of completed fence,along the ground line, exclusive of openings. End, gate, corner, and pull posts for chain link fence will not be measured independently and shall be included in the linear foot measurement of completed fence. Gates will be measured by the unit for each type of gate furnished and installed 8-12.5 Payment ' Delete the following from this section: "End, Gate, Corner, and Pull Post for Chain Link Fence", per each. The unit contract price per each for "End, Gate, Corner, and Pull Post for Chain Link Fence" shall be full payment for all costs for the specified Work Supplement this section with the following The unit contract price per linear foot for "Chain Link Security Fence — Type A", shall be full compensation for all labor, tools, materials, equipment, and incidentals necessary to install chain link fencing per plan including but not necessarily limited to, posts, concrete post base, 3 standards of barb wire, support arms,tension wire,top rail, brace rail,truss rod, hog rings, post caps, and chain link fabric "Single 3 Ft. Chain Link Gate", per each shall be full compensation for all labor, tools, materials, equipment, and incidentals necessary to install chain link fencing per plan including but not necessarily limited to, posts, concrete post base, 3 strands of barb wire, support arms, tension wire, top rail, brace rail, truss rod, hog rings, post caps, and chain link fabric. "Double 20 Ft. Chain Link Gate", per each shall be full compensation for all labor, tools, materials, ' equipment, and incidentals necessary to install chain link fencing per plan including but not necessarily limited to, posts, concrete post base, 3 strands of barb wire, support arms, tension wire, top rail, brace rail, truss rod, hog rings, post caps, and chain link fabric 8-14 CEMENT CONCRETE SIDEWALKS 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. 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 G:\PROJECTS\2018118105E\Spec118105 SPEC.Docx 5-59 , I 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 ' 8-14.4 Measurement ' Replace the second paragraph with the following: Cement concrete curb ramps will be measured per each regardless of curb ramp type and shall include installation of pedestrian curb and detectable warning surface 8-14.5 Payment ' Supplement this section with the following: Cement Conc. Sidewalk 4-Inch Thick," per square yard including replacement of concrete stairs. ' Payment for crushed surfacing top course placed under sidewalks and sidewalk ramps shall be considered as incidental work to the various bid items and no separate payment will be made. 8-30 PREPACKAGED SEWER PUMP STATION (NEW SECTION) 8-30.1 Description ' A. General Description: The Manufacturer shall furnish complete factory-built and tested explosion proof grinder pump unit(s), each consisting of four (4) grinder pump core(s) all suitably mounted on an integral stand of stainless ' steel, special polyethylene tank, electrical quick disconnect (NEMA 6P), pump removal harness, discharge assembly/shut-off valve, anti-siphon valve/check valve assembly, electrical alarm assembly and all necessary internal wiring and controls. For ease of serviceability, all pump motor/grinder units ' shall be of like type and horsepower throughout the system B Submittals ' After receipt of notice to proceed, the Manufacturer shall furnish an electronic set of shop drawings detailing the equipment to be furnished including dimensional data and materials of construction. The Engineer shall promptly review this data, and return as accepted,or with requested modifications. Upon receipt of accepted shop drawings, the Manufacturer shall proceed immediately with fabrication of the equipment. ' C Manufacturer: Grinder pump stations, complete with all appurtenances, form an integral system, and as such, shall be supplied by one grinder pump station Manufacturer. The Contractor shall be responsible for the ' satisfactory operation of the entire system The equipment specified shall be a product of a company experienced in the design and manufacture of grinder pumps for specific use in low pressure sewage systems. The company shall submit detailed installation and user instructions for its product, submit evidence of an established service program including complete parts and service manuals, and be ' responsible for maintaining a continuing inventory of grinder pump replacement parts. The Manufacturer shall provide, upon request, a reference and contact list from ten of its largest contiguous grinder pump installations of the type of grinder pumps described within this specification. The Manufacturer of the explosion proof grinder pump(s)and pump station station shall be Environment One Corporation (or Proposed Alternate) G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-60 i Attention is directed to the fact that the drawings and overall system design are based on a particular piece of equipment from a particular Manufacturer. These specifications are intended to provide guidelines for standard equipment of a recognized Manufacturer who already meets all the requirements of this specification. D. Alternate Manufacturer: In the event that the Contractor or another supplier proposes an Alternate to the specified Manufacturer, the Engineer recognizes that it will be difficult to conform to certain details of this Specification due to different manufacturing techniques or grinder pump station designs. If proposing an Alternate, the Contractor(supplier) must submit, no less than 7 business days in advance of the bid date, a complete description of any changes that will be necessary to the system design, a complete submittal package as outlined in Section 8-30 1(B) Submittals, a system hydraulic analysis based on the proposed pump (including pipe sizes,flows,velocities, retention times and number and location of recommended valves and cleanouts, if any), a list of exceptions to this specification, and demonstration of compliance to Section 8-30.1(D)Experience Clause of this specification.The Contractor(supplier)must also complete the Manufacturer Disclosure Statement found at the end of this specification This information must be submitted to the Engineer for pre-approval of the alternate equipment being proposed and determination of compliance with these Contract Documents If the equipment differs materially or differs from the dimensions given on the Drawings, the Contractor (supplier) shall submit complete drawings showing elevations, dimensions, or any necessary changes to the Contract Documents for the proposed equipment and its installation. Pre-approval, if granted, will be provided in writing by the Engineer to the Contractor (supplier) at least five business days in advance of the bid date If the Engineer's approval is obtained for Alternate Equipment, the Contractor (supplier) must make any needed changes in the structures, system design, piping or electrical systems necessary to accommodate the proposed equipment at the expense of the Contractor(supplier). ' E. Experience Clause: The equipment furnished hereunder shall be the product of a company experienced in the design and manufacture of grinder pumps specifically designed for use in low pressure systems.All Manufacturers proposing equipment for this project shall have at least 10 years of experience in the design and manufacture of units of identical size(s) and performance to the specified units. All Manufacturers proposing equipment for this project must also have not less than 500 successful installations of low pressure sewer systems utilizing grinder pumps of like type to the grinder pumps specified herein. An installation is defined as a minimum of 25 pumps discharging into a common force main which forms a 111 low pressure sewer system.The Contractor(supplier)proposing alternate equipment shall also submit, as part of the bid schedule, an installation list with contact person(s), phone number(s) and date(s) of at least 10 installations of the type of pump specified herein that have been in operation for at least 10 years. ' In lieu of this experience clause, the Contractor (supplier) of alternate equipment will be required to submit a 5-year performance bond for 100 percent of the stipulated cost of the equipment as bid and as shown in the Bid Schedule This performance bond will be used to guarantee the replacement of the equipment in the event that it fails within the bond period F Operating Conditions. , The pumps shall be capable of delivering 15 GPM against a rated total dynamic head of 0 feet(0 PSIG), 11 GPM against a rated total dynamic head of 92 feet (40 PSIG), and 7 8 GPM against a rated total dynamic head of 185 feet (80 PSIG). The pump(s) must also be capable of operating at negative total dynamic head without overloading the motor(s). Under no conditions shall in-line piping or valving be allowed to create a false apparent head G. Warranty: ' The grinder pump Manufacturer shall provide a part(s) and labor warranty on the complete station and accessories, including, but not limited to, the panel for a period of 24 months after notice of Owner's acceptance, but no greater than 27 months after receipt of shipment. Any manufacturing defects found G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-61 I ' during the warranty period will be reported to the Manufacturer by the Owner and will be corrected by the Manufacturer at no cost to the Owner. 8-30.2 Materials The following materials shall be used on this project: ' A. Pump: The explosion proof pump shall be a custom designed, integral, vertical rotor, motor driven, solids handling pump of the progressing cavity type with a single mechanical seal. Double radial 0-ring seals ' are required at all casting joints to minimize corrosion and create a protective barrier.All pump castings shall be cast iron, fully epoxy coated to 8-10 mil Nominal dry thickness, wet applied. The rotor shall be through-hardened, highly polished, precipitation hardened stainless steel. The stator shall be of a ' specifically compounded ethylene propylene synthetic elastomer. This material shall be suitable for domestic wastewater service. Its physical properties shall include high tear and abrasion resistance, grease resistance, water and detergent resistance, temperature stability, excellent aging properties, and outstanding wear resistance. Buna-N is not acceptable as a stator material because it does not ' exhibit the properties as outlined above and required for wastewater service. B. Grinder: ' The grinder shall be placed immediately below the pumping elements and shall be direct-driven by a single, one-piece motor shaft. The grinder impeller(cutter wheel) assembly shall be securely fastened to the pump motor shaft by means of a threaded connection attaching the grinder impeller to the motor shaft.Attachment by means of pins or keys will not be acceptable. The grinder impeller shall be a one- piece, 4140 cutter wheel of the rotating type with inductively hardened cutter teeth. The cutter teeth shall be inductively hardened to Rockwell 50—60c for abrasion resistance The shredder ring shall be ' of the stationary type and the material shall be white cast iron. The teeth shall be ground into the material to achieve effective grinding The shredder ring shall have a staggered tooth pattern with only one edge engaged at a time, maximizing the cutting torque. These materials have been chosen for their capacity to perform in the intended environment as they are materials with wear and corrosive ' resistant properties This assembly shall be dynamically balanced and operate without objectionable noise or vibration over ' the entire range of recommended operating pressures. The grinder shall be constructed so as to minimize clogging and jamming under all normal operating conditions including starting. Sufficient vortex action shall be created to scour the tank free of deposits or sludge banks which would impair the operation of the pump.These requirements shall be accomplished by the following, in conjunction with the pump: 1. 'The grinder shall be positioned in such a way that solids are fed in an upward flow direction. 2 The maximum flow rate through the cutting mechanism must not exceed 4 feet per second. This is a critical design element to minimize jamming and as such must be adhered to. 3. The inlet shroud shall have a diameter of no less than 5 inches. Inlet shrouds that are less than 5 inches in diameter will not be accepted due to their inability to maintain the specified 4 feet per second maximum inlet velocity which by design prevents unnecessary jamming of the cutter mechanism and minimizes blinding of the pump by large objects that block the inlet shroud. 4. The impeller mechanism must rotate at a nominal speed of no greater than 1800 rpm. The grinder shall be capable of reducing all components in normal domestic sewage, including a reasonable amount of"foreign objects,"such as paper,wood, plastic,glass,wipes, rubber and the like, to finely-divided particles which will pass freely through the passages of the pump and the 1-1/4" diameter stainless steel discharge piping. G:\PROJECTS\2018\18105E1Spec118105 SPEC.Docx 5-62 r C Electric Motor: As a maximum, the motor shall be a 1 HP, 1725 RPM, 240 Volt 60 Hertz, 1 Phase, capacitor start, ball bearing, air-cooled induction type with Class F installation, low starting current not to exceed 30 amperes and high starting torque of 8.4-foot pounds. The motor shall be press-fit into the casting for better heat transfer and longer winding life. Inherent protection against running overloads or locked rotor conditions for the pump motor shall be provided by the use of an automatic-reset, integral thermal overload protector incorporated into the motor This motor protector combination shall have been specifically investigated and listed by Underwriters Laboratories, Inc.,for the application. Non-capacitor start motors or permanent split capacitor motors will not be accepted because of their reduced starting torque and consequent diminished grinding capability. The wet portion of the motor armature must be 300 Series stainless. To reduce the potential of environmental concerns, the expense of handling and disposing of oil, and the associated maintenance costs, oil-filled motors will not be accepted. D. Mechanical Seal. The pump/core shall be provided with a mechanical shaft seal to prevent leakage between the motor and pump. The seal shall have a stationary ceramic seat and carbon rotating surface with faces precision lapped and held in position by a stainless-steel spring. ' E. Tank, Discharge, and Electrical Quick Connect:. The tank shall be made of rotational molded polyethylene with high environmental stress cracking resistance All seams created during tank construction are to be factory tested for leak tightness The tank wall and bottom must withstand the pressure exerted by saturated soil loading at maximum burial depth All station components must function normally when exposed to 150 percent of the maximum external soil and hydrostatic pressure. The overall basin capacity shall be 486 gallons The basin shall incorporate a tapered bottom with an inside diameter of no greater than 46 inches, reducing to a diameter of no greater than 42 inches to minimize the retained volume The largest diameter must be no less than 50 inches and no greater than 52 inches. The station shall have a fiberglass accessway with a hinged, aluminum cover. The accessway shall be an extension of the wetwell assembly and shall include a lockable cover assembly,with vent, providing low profile mounting The cover shall be aluminum, with a load rating of 300 pounds per square foot. The cover shall have an outside diameter of no greater than 50 inches. Accessway design and construction shall enable field extension of station height in 6-inch increments without the use of any adhesives or sealants requiring cure time before installation can be completed. The accessway wall must withstand the pressure exerted by saturated soil loading at maximum burial depth and must function normally when exposed to 150 percent of the maximum external soil and hydrostatic pressure. The tank and factory penetrations shall be factory tested and guaranteed to be watertight. 1 The tank shall be furnished with one EPDM grommet fitting to accept a 4.50" OD DWV or Schedule 40 pipe Tank dimensions shall be as shown on the contract drawings. The discharge bulkheads (manifolds) shall be factory installed and warranted by the manufacturer to be watertight. The tank shall have two stainless steel duplex discharge manifolds, each terminating outside the tank wall with a 1-1/4"female NPT pipe thread and located 180 degrees from each other I All discharge fittings and piping shall be constructed of polypropylene, EPDM or PVC. The discharge hose assembly shall include a shut-off valve rated for 200 psi WOG and a quick disconnect feature to simplify installation and pump removal. The bulkhead penetration shall be factory installed and warranted by the manufacturer to be watertight. The grinder pump core shall include a factory-installed NEMA 6P electrical quick disconnect(EQD) for all power and control functions The EQD will be supplied with 32' total, 25' of useable, electrical supply cable (ESC)to connect to the alarm panel The EQD shall require no tools for assembly, seal G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-63 I against water before the electrical connection is made, and include radial seals to assure a watertight I seal regardless of tightening torque. Plug-type connections of the power cable onto the pump housing will not be acceptable due to the potential for leaks and electrical shorts. Junction boxes are not acceptable due to the large number of potential leak points. The EQD shall be so designed to be conducive to field wiring as required. F. Check Valve: I The pump discharge shall be equipped with a factory installed, gravity operated, flapper-type integral check valve built into the discharge piping.The check valve will provide a full-ported passageway when open, and shall introduce a friction loss of less than 6 inches of water at maximum rated flow. Moving I parts will be made of a 300 Series stainless steel and fabric reinforced synthetic elastomer to ensure corrosion resistance,dimensional stability,and fatigue strength.A nonmetallic hinge shall be an integral part of the flapper assembly providing a maximum degree of freedom to assure seating even at a very low back-pressure. The valve body shall be an injection molded part made of an engineered I thermoplastic resin. The valve shall be rated for continuous operating pressure of 235 psi. Ball-type check valves are unacceptable due to their limited sealing capacity in slurry applications. IG. Anti-Siphon Valve. The pump discharge shall be equipped with a factory-installed, gravity-operated, flapper-type integral anti-siphon valve built into the discharge piping. Moving parts will be made of 300 Series stainless steel I and fabric-reinforced synthetic elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A nonmetallic hinge shall be an integral part of the flapper assembly, providing a maximum degree of freedom to ensure proper operation even at a very low pressure. The valve body I shall be injection-molded from an engineered thermoplastic resin. Holes or ports in the discharge piping are not acceptable anti-siphon devices due to their tendency to clog from the solids in the slurry being pumped. The anti-siphon port diameter shall be no less than 60% of the inside diameter of the pump discharge piping. IH. Core Unit: I The grinder pump station shall have a cartridge type, easily removable core assembly consisting of pump, motor, grinder, all motor controls, check valve, anti-siphon valve, level controls, electrical quick disconnect and wiring The watertight integrity of each core unit shall be established by a 100 percent factory test at a minimum of 5 PSIG. II. Controls: I All necessary motor starting controls shall be located in the cast iron enclosure of the core unit secured by stainless steel fasteners. Locating motor starting controls in a plastic enclosure is not acceptable. Wastewater level sensing controls shall be housed in a separate enclosure from motor starting controls. Level sensor housing must be sealed via a radial type seal; solvents or glues are not acceptable. Level I sensing control housing must be integrally attached to pump assembly so that it may be removed from the station with the pump and in such a way as to minimize the potential for the accumulation of grease and debris accumulation, etc. Level sensing housing must be a high-impact thermoplastic copolymer I over-molded with a thermo plastic elastomer The use of PVC for the level sensing housing is not acceptable. Non-fouling wastewater level controls for controlling pump operation shall be accomplished by I monitoring the pressure changes in an integral air column connected to a pressure switch. The air column shall be integrally molded from a thermoplastic elastomer suitable for use in wastewater and with excellent impact resistance. The air column shall have only a single connection between the water I level being monitored and the pressure switch.Any connections are to be sealed radially with redundant 0-rings. The level detection device shall have no moving parts in direct contact with the wastewater and shall be integral to the pump core assembly in a single, readily-exchanged unit. Depressing the push to run button must operate the pump even with the level sensor housing removed from the pump. IG:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-64 I All fasteners throughout the assembly shall be 300 Series stainless steel. High-level sensing will be accomplished in the manner detailed above by a separate air column sensor and pressure switch of the same type. Closure of the high-level sensing device will energize an alarm circuit as well as a redundant pump-on circuit. For increased reliability, pump ON/OFF and high-level alarm functions shall not be controlled by the same switch. Float switches of any kind, including float trees, will not be accepted due to the periodic need to maintain (rinsing, cleaning) such devices and their tendency to malfunction because of incorrect wiring, tangling, grease buildup, and mechanical cord fatigue. To assure reliable operation of the pressure switches, each core shall be equipped with a factory installed equalizer diaphragm that compensates for any atmospheric pressure or temperature changes.Tube or piping runs outside of the station tank or into tank-mounted junction boxes providing pressure switch equalization will not be permitted due to their susceptibility to condensation, kinking, pinching, and insect infestation. The grinder pump will be furnished with a 6 conductor 14-gauge, type SJOW cable, pre-wired and watertight to meet UL requirements with a Factory Installed NEMA 6P EQD half attached to it. J Stainless Steel Curb Stop/Check Valve Assembly(Uni-Lateral). ' The curb stop shall be pressure-tight in both directions The ball valve actuator shall include position stop features at the fully opened and closed positions The curb stop/check valve assembly shall be designed to withstand a working pressure of 235 psi. The stainless-steel check valve shall be integral with the curb stop valve. The check valve will provide a full-ported 1-1/4" passageway and shall introduce minimal friction loss at maximum rated flow The flapper hinge design shall provide a maximum degree of freedom and ensure seating at low back pressure. Engineered Thermoplastic Fittings: All plastic fitting components are to be in compliance with I applicable ASTM standards All pipe connections shall be made using compression fitting connections including a Buna-N 0-ring I for sealing to the outside diameter of the pipe A split-collet locking device shall be integrated into all pipe connection fittings to securely restrain the pipe from hydraulic pressure and external loading caused by shifting and settling. ' Curb Boxes. Curb boxes shall be constructed of ABS, conforming to ASTM-D 1788. Lid top casting shall be cast iron,conforming to ASTM A-48 Class 25, providing magnetic detectability, and be painted black. All components shall be inherently corrosion-resistant to ensure durability in the ground. Curb boxes shall provide height adjustment downward (shorter)from their nominal height. High Density Polyethylene Pipe (Supplied by others). Pipe shall have a working pressure of 160 psi minimum and shall be classified SDR per ASTM D 3035. Pipe Dimensions: The SDR (Standard Dimension Ratio) of the pipe supplied shall be as specified by the Specifying Engineer. SDR 7, 9 and 11 fittings are available from the Manufacturer. Factory Test: The stainless steel, combination curb stop/check valve component shall be 100 percent hydrostatically tested to 150 psi in the factory. I Construction Practices: Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking should be in accordance with the pipe Manufacturer's recommendations. The pipe should be handled in such a manner that it is not damaged by being dragged over sharp objects or cut by chokers or lifting equipment. Segments of pipe having cuts or gouges in excess of 10 percent of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the butt fusion joining method. Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be the butt-fusion method and shall be performed in strict accordance with the pipe Manufacturer's recommendations. The butt-fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe Manufacturer, including, but not limited to, fusion temperature, alignment, and fusion pressure. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-65 1 I I Fused segments of pipe shall be handled so as to avoid damage to the pipe.When lifting fused sections of pipe, chains or cable-type chokers should be avoided. Nylon slings are preferred. Spreader bars should be used when lifting long, fused sections. Care should be exercised to avoid cutting or gouging 1 the pipe. Installation: Assemble the compression fittings according to the fitting Manufacturer's I recommendations. The trench and trench bottom should be constructed in accordance with ASTM D 2321. Embedment materials should be Class I, Class II or Class III materials as defined in ASTM D 2321.The use of Class I IV and/or Class V materials for embedment is not recommended and should be allowed only with the approval of the Specifying Engineer. Bedding of the pipe should be performed in accordance with ASTM D 2321.Compaction should be as specified in ASTM D 2321. Deviations from the specified compaction I shall be approved by the Engineer. Haunching and initial backfill should be as specified in ASTM D 2321 using Class I, Class II or Class III materials. Materials used and compaction shall be as specified by the Engineer. In cases where a I compaction of 85 percent Standard Proctor Density is not attainable,the Engineer may wish to increase the SDR of the pipe to provide adequate stiffness. ASTM D 2321 sections titled "Minimum Cover for Load Application," "Use of Compaction Equipment" and "Removal of Trench Protection" should apply Iunless directed otherwise by the Engineer. K. Alarm Panels. I Quadplex Protect Plus: Each grinder pump station shall include a NEMA 4X, UL-listed alarm panel suitable for wall or pole mounting. The NEMA 4X enclosure shall be manufactured of thermoplastic to ensure corrosion resistance. The enclosure shall include a hinged, lockable cover with padlock, I preventing access to electrical components, and creating a secured safety front to allow access only to authorized personnel The standard enclosure shall not exceed 24"W x 24" H x 10" D. The panel shall contain one 15-amp single pole circuit breaker for the alarm circuit and one 15-amp I double pole circuit breaker per core for the pump power circuits. The panel shall contain a push-to-run feature, an internal run indicator, and a complete alarm circuit. All circuit boards in the alarm panel are to be protected with a conformal coating on both sides and the AC power circuit shall include an auto I resetting fuse. The visual alarm lamp shall be inside a red, cylindrical lens at least 1-1/4" in diameter x 1" tall. Visual alarm shall be mounted to the top of the enclosure in such a manner as to maintain NEMA 4X rating I The audible alarm shall be externally mounted on the bottom of the enclosure, capable of 93 dB @ 2 feet. The audible alarm shall be capable of being deactivated by depressing a push-type switch that is encapsulated in a weatherproof silicone boot and mounted on the bottom of the enclosure (push-to- I silence button). The high-level alarm system shall operate as follows: I 1. The panel will go into alarm mode if any pump's alarm switch closes. During the initial alarm mode additional pumps will be enabled as needed to assist in pumping down the station. The alarm light and buzzer will be delayed for a period of time based on user I settings (default is 3-1/2 minutes). If the station is still in high-level alarm after the delay, the light and buzzer will be activated. 2. The audible alarm may be silenced by means of the externally mounted push-to-silence Ibutton. 3. The visual alarm remains illuminated until the sewage level in the wet well drops below I the"off' setting of the alarm switch for all pumps. I G:\PROJECTS\2018\18105E\Spec118105 SPEC.Docx 5-66 The entire alarm panel, as manufactured and including any of the following options shall be listed by Underwriters Laboratories, Inc. Contains the following features • Alarm Activated Dry Contacts—Normally open relay contact closes upon alarm activation ' • Alarm Activated Contacts for Remote Indoor Alarm Module—Will work with or without power to the alarm panel and is designed to work with E/One's Remote Sentry Provides protection from the following operating conditions. • Low Voltage (Brownout) Protection—A lockout cycle will prevent the motor from operating and will illuminate the Trouble LED if• o the incoming AC Mains voltage drops below a predetermined minimum, typically 12% of nameplate (211 volts for a 240-volt system)for 2 to 3 seconds, regardless of whether the motor is running o the lockout cycle will end if the incoming AC Mains voltage returns to a predetermined ' value, typically 10% of nameplate (216 volts for a 240-volt system). The system continues to retest the voltage every second indefinitely. If the lockout cycle has been initiated and the voltage comes back above the predetermined starting voltage, the system will function normally. The Trouble LED remains illuminated during a Brownout condition and a corresponding Brownout message will be displayed on the LCD screen. The LED will turn off when the Brownout condition ends, and the LCD message remains latched until the panel is reset. The audible and visual alarm will not be activated unless there is a high wastewater level in the tank. • Run Dry Protection—A 20-minute lockout cycle will prevent the motor from operating and will illuminate the Trouble LED when the wastewater level in the tank is below the pump inlet shroud. A corresponding Run Dry message will be displayed on the LCD screen. The condition is rechecked every 20 minutes and the LCD message remains latched. If the condition is satisfied, the pump is allowed to cycle normally, and the Trouble LED will go out, but the LCD message remains latched. The LCD message will remain latched until the panel is reset. If the condition is not satisfied after 3 consecutive attempts, the visual alarm will be activated until the panel is reset or until there is one cycle of normal operation. If a high-level condition is presented at any time, a pump run cycle will be activated • High System Pressure Protection—A 20-minute lockout cycle will prevent the motor from operating and will illuminate the Trouble LED when the pressure in the discharge line is atypically high (closed valve or abnormal line plug). A corresponding Overpressure message will be displayed on the LCD screen The condition is rechecked every 20 minutes If the condition is satisfied, the pump is allowed to cycle normally, and the Trouble LED will turn off, but the LCD message remains latched. The LCD message will remain latched until the panel is reset. If the condition is not satisfied after 3 consecutive attempts, the pump is locked out indefinitely and the audible and visual alarm will be activated. The LCD message and alarms will remain latched until the condition is removed, and the panel is reset. In all of the above cases, if more than one error condition is presented, the LCD message depicting the most recent error condition will be displayed Protect Plus Features' • High/Low Voltage monitoring with Trouble indication • High/Low Wattage (wattage is used instead of current because it is a better indicator of pump performance) monitoring with Trouble indication • Extended Run Time monitoring with Trouble indication • Cycle/Event Counter G\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-67 • Run Time Counter(Hour Meter) • Run Time Limit —time adjustable, user-selected options: 10 minutes (default)to 120 minutes in 1-minute intervals • Power-up Delay—time adjustable, user-selected options: None (default), to 300 minutes in ' 1-minute intervals • Alarm Delay—time adjustable, user-selected options: zero to 10 minutes in 30-second increments; 3.5 minutes is default ' • System self-test diagnostic • User-selectable Alarm latch • User-selectable Protect Mode disable • User-selectable buzzer timer Specific Quadplex Protect PLUS indicators and programming features shall include: I . Ready LEDs to indicate AC power to the station is satisfactory • Pump Run LEDs to indicate pump is operating (LCDs indicate which pump is running) • Trouble LED indicators and predictive Visual Alarm notification ("blinking" alarm lamp; clears on Normal cycle) • High Level Alarm LED indicators (LCDs indicate which pump is in alarm) • Manual Run switches to manually activate pumps • Lead/Lag indication (LCDs indicate which pumps are lead) ' • Menu-driven programmable controllers with navigation overlay-type buttons (Enter, Scroll, Up, Down) • Normal Operation LEDs and Mode buttons for Mode status • Pump Performance menu LEDs with LCD displays of the following pump performance statistics: o Real-time Voltage o Real-time Amperage o Real-time Wattage o Minimum/Maximum/Average Voltage o Minimum/Maximum/Average Amperage ' o Minimum/Maximum/Average Wattage o Minimum/Maximum Run-time o Average Run-time ' o Last Run-time o Cycle/Event Counter o Run Time Counter(Hour Meter) • Diagnostics Menu LEDs ' • Initialize System Menu LEDs • Run Limit Menu LEDs • Alarm Delay Menu LEDs ' • Power Delay Menu LEDs • Pump alternating options (no alternation, adjustable time based and test) • Pump alternating time options—24 hours to 72 hours in 12-hour increments Generator Receptacle and Auto Transfer: The alarm panel shall include a 60 amp, 250 VAC generator receptacle with a threaded, gasketed cover suitably mounted to provide access for connection of an external generator while maintaining a NEMA 4X rating. Two automatic transfer switches shall be provided, which automatically switch from AC power to generator power when power is applied from an external generator. Power shall be provided to the alarm panel through the generator receptacle whenever power is present at the receptacle, allowing the audible and visual alarms to function normally in generator mode. When power is no longer applied to the generator receptacle, the panel is automatically switched back to the AC Mains power. (No manual switching within the panel enclosure is necessary to switch from generator power back to AC Mains, so the mode cannot be inadvertently left in the generator position after pumping down the station in generator mode as is the case with a manual transfer switch). G:\PROJECTS\201B\18105E\Spec\18105SPEC.Docx 5-68 I Wireless Cellular Based Communication Package: The E/One Sentry Advisor uses a cellular transmitter to communicate operating parameters, trouble conditions and high-level alarm. Each panel shall be equipped with hardware that interfaces with the panel's circuit board assembly to obtain historical operating data and current system status This information shall then be transmitted to a host system that utilizes an interactive website interface for end users to access the information. I L. Serviceability: The grinder pump core, including level sensor assembly, shall have two lifting hooks complete with lift- ' out harness connected to its top housing to facilitate easy core removal when necessary. The level sensor assembly must be easily removed from the pump assembly for service or replacement. All mechanical and electrical connections must provide easy disconnect capability for core unit removal and installation. Each EQD half must include a water-tight cover to protect the internal electrical pins while the EQD is unplugged.A pump push-to-run feature will be provided for field trouble shooting. The push-to-run feature must operate the pump even if the level sensor assembly has been removed from the pump assembly. All motor control components shall be mounted on a readily replaceable bracket for ease of field service. M. OSHA Confined Space. All maintenance tasks for the grinder pump station must be possible without entry into the grinder pump station (as per OSHA 1910.146 Permit-required confined spaces). "Entry means the action by which I a person passes through an opening into a permit-required confined space. Entry includes ensuing work activities in that space and is considered to have occurred as soon as any part of the entrant's body breaks the plane of an opening into the space." N Safety' I The grinder pump shall be free from electrical and fire hazards as required in a residential environment. As evidence of compliance with this requirement, the completely assembled and wired grinder pump station shall be listed by Underwriters Laboratories, Inc., to be safe and appropriate for the intended use. UL listing of components of the station, or third-party testing to UL standard are not acceptable. The grinder pump shall meet accepted standards for plumbing equipment for use in or near residences, I shall be free from noise, odor, or health hazards, and shall have been tested by an independent laboratory to certify its capability to perform as specified in either individual or low-pressure sewer system applications. As evidence of compliance with this requirement, the grinder pump shall bear the I seal of NSF International Third-party testing to NSF standard is not acceptable. 8-30.3 Construction Requirements I 8-30.3(1) Factory Test Each grinder pump shall be submerged and operated for 1 5 minutes (minimum). Included in this procedure will be the testing of all ancillary components such as, the anti-siphon valve, check valve, discharge assembly and each unit's dedicated level controls and motor controls. All factory tests shall incorporate each of the above listed items.Actual appurtenances and controls which will be installed in the field shall be particular to the tested pump only. A common set of appurtenances and controls for all pumps is not acceptable. Certified test results shall be available upon request showing the operation of each grinder pump at two different points on its curve. Additional validation tests include: integral level control performance, continuity to ground and acoustic tests of the rotating components. I The Engineer reserves the right to inspect such testing procedures with representatives of the Owner, at the grinder pumps Manufacturer's facility. I All HDPE basins shall be factory leak tested to assure the integrity of all joints,seams and penetrations. All necessary penetrations such as inlets, discharge fittings and cable connections shall be included in this test along with their respective sealing means (grommets, gaskets etc ). I G:\PROJECTS\2018\18105E\Spec\18105 SPEC Docx 5-69 I 8-30.3(2) Certified Service Program The grinder pump Manufacturer shall provide a program implemented by the Manufacturer's personnel as described in this specification to certify the service company as an authorized serviced ' center As evidence of this, the Manufacturer shall provide, when requested, sufficient evidence that they have maintained their own service department for a minimum of 30 years and currently employ a minimum of five employees specifically in the service department. As part of this program, the Manufacturer shall evaluate the service technicians as well as the service organization annually. The service company will be authorized by the Manufacturer to make independent warranty judgments. The areas covered by the program shall include, as a minimum: ' 1. Pump Population Information—The service company will maintain a detailed database for the grinder pumps in the territory that tracks serial numbers by address. ' 2. Inventory Management — The service company must maintain an appropriate level of inventory (pumps, tanks, panels, service parts, etc ) including regular inventory review and proper inventory labeling.Service technicians will also maintain appropriate parts inventory and spare core(s)on service vehicles. 3. Service Personnel Certification — Service technicians will maintain their level-specific certification annually. The certifications are given in field troubleshooting, repair, and training. 4. Service Documentation and Records — Start up sheets, service call records, and customer ' feedback will be recorded by the service company 5. Shop Organization The service company will keep its service shop organized and pumps will be tagged with site information at all times. The shop will have all required equipment, a test tank, and cleaning tools necessary to service pumps properly 8-30.3(3) Delivery ' All grinder pump units will be delivered to the job site 100 percent completely assembled, including testing, ready for installation Grinder pump cores will be shipped separately from the tanks Installing the cores and discharging piping/hose into the tanks is the only assembly step required and allowed due to the workmanship issues associated with other on-site assembly. Grinder pump cores must be boxed for ease of handling. ' 8-30.3(4) Installation The Contractor shall be responsible for handling ground water to provide a firm, dry subgrade for the structure, and shall guard against flotation or other damage resulting from general water or flooding. ' The grinder pump stations shall not be set into the excavation until the installation procedures and excavation have been approved by the Engineer. Remove packing material User instructions MUST be given to the Owner. Hardware supplied with the unit, if required, will be used at installation. The basin will be supplied with a standard 4" inlet grommet (4.50" OD) for connecting the incoming sewer line. Appropriate inlet piping must be used. The basin ' may not be dropped, rolled or laid on its side for any reason. Installation shall be accomplished so that 1 inch to 4 inches of accessway, below the bottom of the lid, extends above the finished grade line The finished grade shall slope away from the unit. The diameter ' of the excavated hole must be large enough to allow for the concrete anchor. A 6-inch (minimum) layer of naturally rounded aggregate, clean and free flowing, with particle size of not less than 1/8" or more than 3/4" shall be used as bedding material under each unit. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-70 1 A concrete anti-flotation collar, as detailed on the drawings, and sized according to the Manufacturer's instructions,shall be required and shall be pre-cast to the grinder pump or poured in place. Each grinder pump station with its pre-cast anti-flotation collar shall have a minimum of three lifting eyes for loading and unloading purposes If the concrete is poured in place, the unit shall be leveled, and filled with water, to the bottom of the inlet, to help prevent the unit from shifting while the concrete is being poured. The concrete must be manually vibrated to ensure there are no voids If it is necessary to pour the concrete to a level higher than the inlet piping, an 8" sleeve is required over the inlet prior to the concrete being poured. E/One requires that an E/One Uni-Lateral assembly(E/One part number NB0184PXX or NC0193GXX) or E/One Redundant Check Valve (E/One part number PC0051GXX) be installed in the pipe lateral outside the home between the pump discharge and the street main on all installations. The electrical enclosure shall be furnished, installed and wired to the grinder pump station by the Contractor. An alarm device is required on every installation, there shall be NO EXCEPTIONS. The Contractor shall mount the alarm device in a conspicuous location, as per national and local codes. The alarm panel will be connected to the grinder pump station by a length of 6-conductor type TC cable as shown on the contract drawings. The power and alarm circuits must be on separate power circuits. The grinder pump stations will be provided with 32 feet total, 25 feet of useable, electrical supply cable to connect the station to the alarm panel. This cable shall be supplied with a factory installed EQD half to connect to the mating EQD half on the core. 8-30.3(5) Start-Up and Field Testing The Manufacturer shall provide the services of qualified factory trained technician(s)who shall inspect 111 the placement and wiring of each station, perform field tests as specified herein, and instruct the Owner's personnel in the operation and maintenance of the equipment before the stations are accepted by the Owner All equipment and materials necessary to perform testing shall be the responsibility of the Contractor. This includes, as a minimum, a portable generator and power cable (if temporary power is required), water in each basin (filled to a depth sufficient to verify the high-level alarm is operating), and opening of all valves in the system. These steps shall be completed prior to the qualified factory trained technician(s) arrival on site. The services of a trained, factory-authorized technician shall be provided at two (2) days in a single trip. Upon completion of the installation, the authorized factory technician(s) will perform the following test on each station: 1. Make certain the discharge shut-off valve in the station is fully open 2. Turn ON the alarm power circuit and verify the alarm is functioning properly. 3. Turn ON the pump power circuit. Initiate the pump operation to verify automatic "on/off' controls are operative The pump should immediately turn ON. 4. Consult the Manufacturer's Service Manual for detailed start-up procedures. ' Upon completion of the start-up and testing, the Manufacturer shall submit to the Engineer the start-up authorization form describing the results of the tests performed for each grinder pump station. Final acceptance of the system will not occur until authorization forms have been received for each pump station installed and any installation deficiencies corrected 1 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-71 8-30.3(6) Operation and Maintenance Manual The Manufacturer shall supply four copies and one electronic copy of Operation and Maintenance Manuals to the Owner, and one copy of the same to the Engineer. 8-30.4 Measurement There shall be no unit of measurement for the installation of the new sanitary lift station facility as shown on the Plans. All work and materials required for a complete installation in place shall be at the lump sum bid price. ' There will be no separate measurement or payment for dewatering operations by the Contractor. 8-30.5 Payment The lump sum bid price for"Prepackaged Sewer Pump Station"shall be full compensation for all labor, material, and equipment necessary to complete this item of work as shown on the Plans including furnishing and installing a complete prepackaged quadplex sewer pump station including excavation, ' dewatering, dewatering plan, gravel base, concrete ballast/anchor, check valves, backfill, compaction temporary security fencing during construction activities, cleanup, startup, and testing. ' 8-31 ELECTRICAL AND CONTROL SYSTEMS(NEW SECTION) 8-31.1 Description ' 8-31.1(1) General The Contractor shall furnish and install a complete and operational electrical system for the new lift station in accordance with the following Specifications and as shown on the Drawings 8-31.1(2) Scope of Work This section of the Specifications applies to all labor, material, and equipment necessary to furnish, install, and place into operation a complete electrical system, including power, control, alarm, and associated electrical systems, as shown on the Drawings and herein specified. Mark and identify circuits and ' equipment/enclosures with wire numbers, nameplates, and warning signs. Test, adjust and calibrate equipment and start-up all electrical, instrumentation and control equipment as necessary to place the project into operation. ' 8-31.1(3) Description of Work The work includes, but is not limited to, the following: 1. Provide circuit breakers, load center and, area lighting. 2. Provide raceway systems including conduit, boxes, fittings, etc., for power, lighting, and control. ' 3. Provide bare and insulated electrical conductors including wires, cables, connectors, terminators, etc., for power and control systems. ' 4. Provide supports, hangers, anchors, connectors, attachments, accessories, etc., necessary to the work. 5. Install vendor supplied pump control panel. (Startup and testing of the pump control panel shall be performed by the vendor) 6 Connect the motors, control, instrumentation, and similar devices, provided as part of this project. 7. Test and start-up all electrical equipment (other than the pump control panel) and its associated mechanical attachments as necessary to place the project into operation. iG:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-72 8 Mark and identify circuits, equipment, and enclosures with wire numbers, nameplates, and warning , signs 9. Adjust and calibrate instrumentation equipment. , 10. Keep records and organize maintenance and operation manual information and assist in project start-up. 11 Provide temporary power during construction 8-31.1(4) Submittals ' Submit to the Engineer for review, as soon as practicable after the date of notice to proceed and before commencement of installation or fabrication of any materials or equipment, manuals containing detailed drawings, diagrams and instructions for installing, operating and maintaining the material and equipment proposed for installation in the electrical work. Include manufacturer's information pertaining to physical sizes, ratings, wiring diagrams, etc. Shop drawings shall be provided for equipment listed below as follows Transfer Switch Submit ratings, nameplate data, dimensional information, wiring diagram, and supplied options/accessory information. Transformer/Panelboard• Submit nameplate data including shipping order or serial number, KVA rating, nominal primary and secondary voltage, tap voltages, percent impedance, weight, physical dimensions, mounting information, conduit entry locations, wiring diagram, panel ratings, pole spaces, number and ratings of circuit breakers Protection and control devices. Submit manufacturer and type, voltage and current ratings of device, ' drawings showing outline dimensions,wiring diagrams of power and control wiring,fusing and overload information, and a listing of nameplate and legend plate information. Power Panel and Control Panel. Include elevation drawings and wiring diagrams 8-31.1(5) Reference Specifications Provide electrical work in accordance with the National Electrical Code (latest edition) and local and state codes in legal force in the project area. Provide temporary electrical installations conforming to the rules and regulations set forth in the National Electric Safety Code(NESC)and National Electrical Code(NEC)for protection of personnel and prevention of damage to property. If the Contractor observes that the Drawings and/or Specifications are at variance with above codes and regulations, he shall promptly notify the Engineer in writing Should the Contractor perform any work in non-compliance with the above-mentioned codes and regulations without such notice to the Engineer, the Contractor shall bear all costs arising therefrom. The above codes are referenced to establish minimum requirements and wherever this Specification requires higher grades of material or workmanship than required by the codes, this Specification shall prevail. 8-31.1(6) Tests , A. Submit work to all tests and inspections required by the Engineer and any electrical inspector having jurisdiction. Certificates of approval that are issued shall be transmitted to the Owner with a copy to the Engineer. Secure and pay for all permits required. G:\PROJECTS\2018\18105E\Spec118105 SPEC.Docx 5-73 ' B. Test electrical equipment before it is energized and placed in service. Portions of the testing shall be performed by an independent testing service company as delineated below. Notify the Engineer at least 48 hours in advance of testing. Test the equipment and electrical circuits for proper insulation value, continuity, and absence of undesirable shorts or grounds. Check for visual damage, marking, 1 and proper phase sequence before performing insulation testing. The independent testing service shall perform the following tests: Test the resistance of the grounding electrodes in the presence of the Owner's representative. The measurement shall be done with a ground ohmmeter. Testing shall be performed during normal dry weather conditions with at least five non-rain days elapsing prior to the test. Measured ' resistance of the electrode exceeding 3 ohms shall require supplemental electrode additions until electrode resistance is less than 3 ohms. Megger insulated cable phase-to-phase and phase-to-ground with a 1,000 volt DC hand cranked megger Minimum readings shall be reported to the Engineer immediately at the conclusion of test in writing. Cables having values below 50 megohms shall not be connected. The Engineer shall either approve the readings or require replacement of and retesting of the circuit until it does read above 50 megohms. Upon approval of satisfactory readings,the circuit shall be connected. Actual values read at test shall be recorded. "Infinity" shall not be acceptable for the purpose of this test. Make all readings after 30 seconds minimum test time. Megger motors in accordance with manufacturer's recommendation Test motor driven equipment motors before energization Insulation test shall consist of megohmeter check phase-to-ground, per IEEE Standard 43 or manufacturer's recommendations. ' Provide a polarization index test on the well pump motor. Short circuit devices and overload heaters shall be checked for size per manufacturer's data and motor nameplate amperes and service factor. The size on each phase shall be noted at this time on the test sheet. The Contractor shall perform the following tests: ' Verify all operating controls for proper operation. ' Verify operation, calibration, and settings of the meters, relays and indicating devices. Check all auxiliary equipment, i.e., heaters, thermostats, lights, and all illuminated indicating devices and lamps, and all audible alarm devices to verify that they function properly ' Check fuses with an ohmmeter; Ring out wiring and busing; Check operation of control and safety interlocks;Check grounding of potential transformers,current transformers, lightning arresters,and surge capacitors; Check control connections at terminal blocks, relays, meters, switches, etc.. Load test pump motor showing the following. ' Nameplate Ratings (horsepower), (speed), (voltage), (phase), (ampere rating of motor at full load). Measured Load in amperes Lines 1-2-3. Note the suction and discharge conditions (pressure, flow, where such conditions affect load). ' Report all test results in writing Where tests disclose problem areas, retest after the defect has been corrected. ' C Demonstrate to the Owner that the electrical installation is working by operating the electrical power distribution system and equipment. Demonstrate that normal electrical power is available to all circuits when the transfer switch is in the normal position. Instruct Owner's employees in the correct operation of the electrical power distribution system G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-74 D. Perform any rework or repair of equipment required during or as a result of the testing at no additional ' expense to the Owner. The Contractor shall furnish to the Owner at the time the project is accepted, any special tools, calibration equipment, and testing apparatus specified or furnished by the equipment manufacturer for the proper adjustment and maintenance of the electrical equipment provided 8-31.1(7) Records ' Maintain on the job at all times a separate set of Record Drawings in accordance with the General Conditions. Show on the drawings deviations from the plans, stubouts, changes from the original work, building outline changes, routing of hidden raceways, actual equipment locations, sizes, and dimensions. At the end of the project, forward to the Engineer a complete set of drawings indicating all changes made on the job. Maintain on the job a record of all voltage, current, and megohmmeter and ground ohmmeter resistance measurements made on the electrical work and a complete record of the trip units, fuses, and overload relay elements installed in the equipment. Record the initial settings of any adjustable parameters. When the project is operating, turn over these records to the Engineer. 8-31.1(8) Intent of Drawings Electrical drawings are partly diagrammatic and it is not the intent to show in detail all features of work or exact physical arrangement of equipment. Mention of particular accessories and electrical connections shall not be construed as releasing the Contractor from furnishing such additional items as may be necessary to complete the electrical work. Verify the location of conduit, control devices, etc., with the Engineer. Where minor changes are required, the change shall be made without additional cost to the Owner 8-31.1(9) Temporary Electrical Service Provide any temporary electrical service required for construction Costs of temporary electrical service equipment, installation, and maintenance during construction shall be included in the lump sum prices bid for ELECTRICAL. Pay any power (energy) costs during construction on the temporary and new services until the time of project acceptance by the Owner. 8-31.1(10) Warranty-Guaranty Guarantee the satisfactory operation of equipment, materials, and workmanship for a period of one year from the date of its acceptance. Repair or replace any defect in equipment or workmanship occurring within that year at Contractor's expense. 8-31.2 Materials 8-31.2(1) General ' A. Except as otherwise indicated, provide new materials and equipment which are standard products of electrical manufacturers regularly engaged in production of such equipment. Materials and equipment shall be approved and labeled for the purpose for which they are to be used by an electrical testing laboratory recognized by the State of Washington Department of Labor and Industries. The equipment and materials shall meet applicable NEMA, IEEE, and ANSI standards. Similar items of equipment shall be of the same manufacturer and quality. ' B. Where voltage, current, power, temperature, or other ratings are specified that do not correspond to a selected manufacturer's standard ratings, the Contractor shall furnish, without additional cost, the next rating level which increases the capacity of the device or material in question G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-75 ' C. Materials, devices, equipment, or supplies furnished by this Contractor shall be of materials that are inherently noncorrosive or are coated or covered in a manner, acceptable to the Engineer, which renders them noncorrosive. The materials furnished by this Contractor shall not be installed in a manner, location,or construction that produces galvanic action or any other materials corroding ' or eroding action. D. Equipment or devices fabricated in the field shall be equal in every respect to manufactured items ' used for the same purpose. Where cutting, drilling, grinding, etc , is done to galvanized or painted metal, it shall be regalvanized or painted, respectively, to match the original finish. E. Where the Contractor proposes changes in the work, or substitutions in material, he shall be responsible for insuring that sizes,weights,openings,etc ,are provided that do not require changes in the work outside his contract, or he shall pay for all such changes. F. The project areas considered to be "wet" locations for the purpose of this Specification are as follows: ' 1. Underground or beneath grade. 2. Outdoors G. The wetwell and adjacent junction boxes are considered a Class I Division 1 Group C and D location for the purpose of this Specification. 8-31.2(2) Transformer/Panelboard Unit 1 Combination transformer/panelboard shall be SquareD MPZB5S40F, or approved equal, with six (6) 1P- 20A branch circuit breakers. 8-31.2(3) Protection And Control Units Devices, whether group mounted in panelboards or mounted in individual enclosures, shall be provided as specified herein. Devices used throughout the project shall be manufactured by a single manufacturer for each type of device. Circuit breakers shall meet NEMA Standard AB-1. Main and feeder breakers shall be provided with ' compression lugs; branch breakers may have mechanical lugs. Main and feeder breakers shall be molded case breakers with thermal-magnetic trip, adjustable for magnetic pick-up. Branch circuit breakers shall be molded case, thermal-magnetic trip, trip-free with non-interchangeable, non-adjustable trip, unless otherwise noted. Motor circuit breakers shall be magnetic only trip with adjustable trip setting. All breakers ' shall meet the integrated equipment rating required for the available short circuit current at the equipment in which they are used. Miscellaneous control devices shall be as follows: Legend plates of flat metal or plastic which are secured to the panel front by the retaining hardware of its associated device shall be provided for all front-mounted control devices, including pilot lights, ' selector switches, and push buttons. Legend plates shall be engraved with the nomenclature shown on the control wiring diagrams or with standard engraving such as "stop-start", "hand-off-auto", etc., where none is shown on the drawings. ' 8-31.2(4) Enclosures Enclosures for the power panel and control panel shall be stainless steel NEMA 3R and pad lockable ' handles. These enclosures shall be free of any center mullion to permit unobstructed access to devices mounted inside the enclosures. Enclosures mounted inside the power panel and control panel shall be NEMA 1 or NEMA 12 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-76 8-31.2(5) Raceways A. Rigid steel conduit shall be hot-dipped galvanized or sherardized Couplings shall be unsplit, NPT threaded steel cylinders with galvanizing equal to conduit. Use approved split or union type couplings only where permitted by the Engineer. Threadless couplings are not permitted Nipples shall be factory made through 8-inch length. Running threads are not permitted. B Electrical metallic tubing shall be galvanized steel. Couplings shall be compression type with integral bushings. Indenter and set screw couplings and connectors are not acceptable. C. PVC conduit shall be Schedule 40 D. Flexible metal conduit shall be flexible, galvanized steel convolutions forming a continuous raceway. Connectors shall be galvanized screw-in type approved by UL for grounding. E. Liquid-tight flexible metal conduit shall be flexible, galvanized steel convolutions covered by a liquid-tight PVC layer,with manufacturer's marking at three foot or less intervals Connectors shall be UL approved for grounding and employ a ferrule which covers the end of the conduit inside and out. ' 8-31.2(6) Conductors A. Power wiring for feeder and motor circuits shall be Class B stranded copper conductor with type RHH-RHW-USE insulation. Solid copper conductor, THW or THWN insulated, may be used in 120 volt lighting and receptacle circuits in size AWG #10 and #12; other sizes shall be USE or XHHW insulated Minimum size for all power wiring shall be AWG#12 I B. Control wiring shall be Class C stranded, copper conductor with type MTW/THWN/THHN insulation. Minimum conductor size shall be AWG#14. C Low voltage instrument wire shall be multi-conductor cable with overall neoprene or PVC jacket. Individual conductors shall be polyethylene/nylon insulated Shielded instrument wire shall be 300 volt rated, equal to Alpha Wire Company No. 2258 and No 2258/3 or equal, Belden or NEC , D. Connectors for splicing solid copper conductors shall be insulated twist-on, spring connectors for size AWG#18 through AWG#10; insulated, solid-barrel, crimp type plated copper alloy connectors for No. 18 through No. 6 AWG stranded conductors; plated copper alloy compression splicing sleeves installed by high-pressure compression tools for No.4 and larger size stranded conductors E. Connectors for terminating copper conductors at lugs or terminals shall be insulated, solid barrel, crimp type, spade tongue terminals for AWG#18 through AWG#10;compression, solid barrel,one or two hole lugs installed by high compression tools for AWG #8 and larger size. F Insulating materials for splices shall be as follows: "Scotchfill" or equal for filling bolted or irregular 1 areas before taping with Scotch No 33+ or equal 7 mil vinyl plastic tape. G. Grounding wire and cable shall be solid copper in#4 and smaller diameter; stranded copper in the larger sizes. Ground rods shall be 3/4-inch x 10-foot copperclad steel. 8-31.2(7) Fittings and Boxes A. Fittings shall be galvanized, cast iron alloy with threaded hubs, neoprene gasket, and galvanized cast iron cover B. Explosion proof junction boxes shall be Appleton GUBB Series, or equal I C Sealing fittings shall be Appleton EYSEF Series or equal. D. Miscellaneous fittings shall be as follows. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-77 I I1. Clamp backs shall be galvanized cast iron alloy, one hole style. E. Cable grips shall be stainless steel wire mesh grips with stainless steel support cable. Il 8-31.2(8) Anchors Attachments to building surfaces and members shall be as follows I1. Wood - lag screws, type A tapping screws. I 2. Concrete-self-drilling expansion drilling anchors with threaded studs. 3. Structural shapes or members: clamps or U-bolts. 1 4. Other steel: machine screw in tapped hole. Do not drill,tap, or shoot steel or pre-stressed structure; use clamping devices only to steel, and expansion Ishields or inserts. 8-31.2(9) Wiring Devices I Duplex receptacles shall be heavy duty per NEMA WD-1 with staked screw terminals for line, neutral, and grounding conductors. They shall be NEMA 5-15R type. In wet areas they shall be Hubbell 5262-CR. I Switches shall be maintained contact, rated at 20A, 120-277V heavy duty, Hubbell or equal. 8-31.3 Construction Requirements I8-31.3(1) General A. Install the equipment and materials in a neat and workmanlike manner employing workmen skilled I in the particular trade and in accordance with the manufacturer's instructions and industry standards. Maintain adequate supervision of the work by a person in charge at the site during any time that work under this division is in progress, or when necessary for coordination with other work. IB Do the work in a systematic manner and coordinate with other trades on the job. Check work under this division for interference with work under other divisions and cooperate in locating equipment avoid all such interferences. No extras will be allowed because of moving work required to avoid Ito interference with work under other divisions of this Contract. Organize this work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible. I C. The general arrangement of equipment as shown on the Plans is diagrammatic and approximately correct as to locations. Where conflicts occur in locating the work, verify the location of conduit, fixtures, panels, control devices, etc., with the Engineer. Where minor changes in location are required because of structural conditions or for the convenience of the Owner, such changes shall I be made without additional expense to the Owner. Attention of the Contractor is directed to the coordination required between the equipment installers and himself Verify the location of all motors, devices, etc , prior to final conduit connections, etc , and make all necessary adjustment in Ithe routing, without cost to the Owner. 8-31.3(2) Grounding System I A. Equipment grounding shall be continuous from service through all equipment. Provide bonding at expansion joints, at feeder circuits, and any other areas where conduit is not attached directly to equipment enclosures or where conduit is attached to equipment having concentric or eccentric I pre-punched knockouts. Use insulated grounding bushings for all such bonding at conduit terminations G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-78 B. PVC or other non-metallic conduit in any service on the project shall have an insulated grounding conductor installed in it and bonded at each end of the non-metallic run to metallic raceway or equipment. 8-31.3(3) Raceways , A. Rigid steel conduit shall be used for all work except as noted in this item of the Specifications B Electrical metallic tubing may be used inside the main power and controls enclosure. ' C. Rigid plastic conduit may be used for circuits run underground with a transition to rigid steel PVC coated at stub-up locations or other locations where the raceway changes from buried to encased in concrete or exposed conditions Use rigid steel conduit elbows for bends in PVC conduit runs. D. Flexible conduit shall be provided for connection to motors, generators, transformers, valves, and similar items of equipment that are subject to vibration in normal service Runs shall be kept straight and as short as practical (less than 18 inches) and shall not be used in place of elbows, offsets, or fittings to attach to fixed equipment. Flexible conduit shall not be strapped to structures or other equipment. E. Circuits shall run in individual raceways unless specific combination in one raceway is shown Raceways shall not be ganged into wireways, pullboxes, junction boxes, etc., without specific approval. F. Underground electrical circuits shall be installed as follows: 1. Excavations for raceways shall be hand trimmed to give a final uniform trench bottom. Low spots shall be filled with waste concrete or 90% compacted backfill The trench bottom shall be cleaned of all dirt lumps, etc ' 2. Conduit shall be bedded in select fine native earth backfill, sand or pea gravel, placed to a depth of 3 inches below the conduit. 3. Bends in 2-inch and larger conduit shall have a minimum radius of 3 feet. 4. After the raceway is placed in the trench, native earth backfill free of stones and passing a No. 8 sieve shall be placed in the trench bottom and tamped around the sides of the conduit. Do not tamp on top of the conduit until the final backfill is placed to finish the grade. 5. After raceway is complete, it shall be cleaned with a wire brush of the same diameter as the raceway,followed by a swab. Following the cleaning, each raceway shall be checked by pulling a mandrel through each raceway. The diameter of this mandrel shall be within 1/4-inch of the internal diameter of the raceway. If the mandrel cannot be pulled through, or destroys the interior of the raceway, the Contractor shall remove and replace that section of the raceway The Contractor shall notify the Engineer at least 24 hours in advance before mandrelling the raceway G. Raceway shall not be embedded in concrete slabs or just under the slab. Place conduit in a shallow trench and cover with pea gravel prior to pouring of the concrete ' 1 For PVC or plastic conduit or duct runs exiting from slabs or encasement, provide a PVC coated rigid steel elbow and adapter. 2 Stub-ups shall be aligned, uniform in height, plumb and no portion of the conduit elbow radius shall be visible above the final grade H. Install conduit as a complete, continuous raceway system, mechanically secure and electrically ' connected to all metal boxes, fittings, and equipment. Blank off all unused openings, using factory made knockout seals. Keep conduits clean and dry until conductors are installed using caps, G\PROJECTS12 01 811 81 05E\Spec\18105 SPEC.Docx 5-79 I I bushings, and "penny", or other suitable means. Install a No. 12 TIN pull wire or nylon cord in each empty conduit, leaving at least 8 inches slack at each end. Close each end left exposed. Conduit shall connect to equipment with double locknuts at all boxes and cabinets, with bushings, II. insulating type where connecting to eccentric or concentric knockouts. In "wet" areas, locknuts shall be sealing type or Myers hubs shall be used. Conduits shall connect to the enclosure at the location of the gutter into which the conductors they contain will be routed. IJ. Cut ends of conduit square with hand or power saw or approved pipe cutter. Ream cut ends to remove burrs and sharp ends. Threads cut on conduit in the field shall have same effective length and same thread dimensions and taper as specified for factory-cut threads. IK. Conduit couplings, fittings, and boxes where threaded male to female connections are made shall be waterproofed and rust proofed by application of a watertight, conductive thread compound. Use I waterproof conductive compound for joints concealed in concrete,masonry,or underground. Clean all threads of cutting oil before applying thread compound and making up joint. I 8-31.3(4) Conductors A. Insulated wire and cable shall be installed in raceway systems. Damage due to missing bushings, burrs on conduit ends, etc., shall be cause to require removal and replacement of conductors. I Damaged ends shall be considered sufficient indication of damaged insulation to require replacement. Cable lubricants, pulling sleeves, pullboxes, etc., shall be used to keep pulling tensions within allowable limits. Pulling compounds shall be Ideal Yellow 77 or approved equal I Pulls shall be by hand using cable grips or wrapping extra conductor around to form an eye. Cable ends shall be cut off after pulling and all compound cleaned from conductors before terminating B. Color code conductors as follows: I1. For 480/277 volt 3-phase circuits: phase A-brown; phase B-orange; phase C-yellow; neutral -gray; ground -green. I2. For 3-wire 120-volt circuits, use red and black with white neutral 3. Do not use white or green color for any conductor not intended for neutral or grounding Ipurposes. 4. Connect all circuit conductors of the same color to the same phase throughout the installation. l 5. Use wire with insulation of required color for conductors No. 8 AWG and smaller. For wire larger than No. 8 AWG and other types of wire of any size, which may not be available in specified colors, use self-adhesive, wrap-around cloth markers of solid colors to color code the I conductors. Mark each conductor at all accessible locations such as panelboards, junction boxes, pullboxes, auxiliary gutters, outlets, switches, etc. C. Feeder and motor branch circuits shall be continuous, without splice, from equipment terminal to equipment terminal or motor lead Instrumentation and control circuits shall be continuous from device terminal to device terminal. Branch lighting and receptacle circuits may be spliced at taps. I D. Install wire neatly in all enclosures. Bend or form wires in neat runs from conduits to terminals. Arrange wires so they may be grouped by conduit or by function in the enclosures. Install cable ties and straps to support and bundle wiring in enclosures. Arrange wires to allow wire tags and numbers to be easily read without bending or flexing wiring. IE. Install feeder and motor branch circuits as follows. 1. Run circuits in individual conduit. Where several circuits follow a common route, pull boxes or fittings shall be staggered, or, if shown grouped in one box, each feeder shall be individually sealed. iG:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-80 I 2 At each connection, except at motors, tag for phase rotation; at motors, tag for winding lead I numbers. Make all phase rotation changes for motor direction changes at the motor to maintain correct phase sequence F At each enclosure or box where more than one ungrounded conductor is spliced or connected, tag I for panelboard identification and pole number. 8-31.3(5) Equipment I A. Enclosed equipment shall be mounted level and plumb. Enclosures shall be fastened with a minimum of three screws or bolts. Starters, control stations, etc shall be mounted 4-feet,6-inches to centerline of handle I B. Equipment shall be provided with permanently attached identification plates. The plates shall be laminated phenolic with engraved legend,white letters with black background. Letters shall be 3/8- I inch high. C. The Contractor shall be responsible for the painted finish specified for individual equipment. Where deemed necessary by the Engineer, damaged finishes of equipment furnished by the Contractor I shall be retouched or repainted without additional cost to the Owner 8-31.3(6) Anchors, Supports, and Attachments I Install attachments to structures or surfaces in a manner that does not damage the structure or surface. Trim all excess length of studs, rods, or bolts. Provide stainless steel or nylon fasteners in all outdoor, wet, below grade, or any location exposed to the I process Support each raceway or device independently Racking of conduit runs shall be permitted only with special permission of the Engineer Provide cap nuts on all unprotected ends of threaded devices I Provide double jam nuts or lock plus cap nuts on all fixtures or equipment hangers. 8-31.4 Measurement There shall be no unit of measurement for installation of new electrical system as shown on the Plans All I work and materials required for a complete installation in place shall be at the lump sum bids. 8-31.5 Payment I The unit price bid for "Pump Station Electrical, " per lump sum, shall be full compensation for all labor, equipment, and materials, necessary to furnish and install a complete and operable electrical system I including all required permits, inspections, electrical service, yard light, temporary security fencing during construction activities, all appurtenances and accessories, start-up, testing, and demonstration of the electrical system and auxiliary power unit as shown on the drawings and described herein. I I I I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 5-81 I I 1 ' APPENDIX A AMENDMENTS TO THE 2018 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION ' STANDARD SPECIFICATIONS I r I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx I 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the l 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS I 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 I10purposes, 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 I 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 I 17 Section 1-01, Definitions and Terms 18 August 6, 2018 I 19 1-01.3 Definitions 20 The following new term and definition is inserted before the definition for"Shoulder 21 22 Sensitive Area — Natural features, which may be previously altered by human activity, I 23 that are present on or adjacent to the project location and protected, managed, or 24 regulated by local, tribal, state, or federal agencies. 25 I 26 The following new term and definition is inserted after the definition for"Working Drawings" 27 28 WSDOT Form — Forms developed and maintained by WSDOT that are required or I 29 30 available for use on a project. These forms can be downloaded from the forms catalogue at: 31 32 http.//wsdot.wa gov/forms/pdfForms.html I 33 34 1-02.AP1 35 Section 1-02, Bid Procedures and Conditions 1 36 April 2, 2018 37 1-02.4(1) General I 38 This section is supplemented with the following- 39 40 Prospective Bidders are advised that the Contracting Agency may include a partially I 41 42 completed Washington State Department of Ecology (Ecology) Transfer of Coverage (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 43 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 44 transfer of coverage of the CSWGP to the Contractor, an informational copy of the I 45 Transfer of Coverage and the associated CSWGP will be included in the appendices 46 As a condition of Section 1-03.3, the Contractor is required to complete sections I, Ill, 47 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. I 48 I I I 1 The Contracting Agency is responsible for compliance with the CSWGP until the end of 2 day that the Contract is executed Beginning on the day after the Contract is executed, 3 the Contractor shall assume complete legal responsibility for compliance with the 4 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 5 Contract Work. I 6 7 1-02.5 Proposal Forms 8 The first sentence of the first paragraph is revised to read 9 10 At the request of a Bidder, the Contracting Agency will provide a physical Proposal 11 Form for any project on which the Bidder is eligible to Bid. I 12 13 1-02.6 Preparation of Proposal 14 Item number 1 of the second paragraph is revised to read I 15 16 1 A unit price for each item (omitting digits more than two places to the right of the 17 decimal point), I 18 19 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read 20 "WSDOT Form 422-031 U" 21 I 22 The following is inserted after the third sentence of the fourth paragraph 23 24 Bidders shall submit a UDBE Broker Agreement documenting the fees or commissions I 25 charged by the Broker for any Broker listed on the UDBE Utilization Certification in 26 accordance with the Special Provisions Bidders shall submit a completed UDBE 27 Trucking Credit Form for each UDBE Trucking firm listed on the UDBE Utilization 28 Certification in accordance with the Special Provisions WSDOT Form 272-058 is 29 available for this purpose. 30 31 The following new paragraph is inserted before the last paragraph I 32 33 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 34 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of I 35 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award A 36 Contractor Certification of Wage Law Compliance form is included in the Proposal 37 Forms. 38 39 1-02.13 Irregular Proposals 40 Item 1(h) is revised to read 41 I 42 h The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good 43 Faith Effort documentation, if applicable, as required in Section 1-02 6, or if the 44 documentation that is submitted fails to demonstrate that a Good Faith Effort to I 45 meet the Condition of Award was made, 46 47 Item 1(i) is revised to read the following three items 48 49 i The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise 50 Trucking Credit Form, if applicable, as required in Section 1-02 6, or if the Form 51 that is submitted fails to meet the requirements of the Special Provisions, I 52 I I I I 1 j The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise 2 Broker Agreement, if applicable, as required in Section 1-02.6, or if the 3 documentation that is submitted fails to demonstrate that the fee/commission is I 4 reasonable as determined by the Contracting Agency; or 5 6 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the I 7 material terms of the Bid invitation 8 9 1-03.AP1 10 Section 1-03, Award and Execution of Contract I11 January 2, 2018 12 1-03.3 Execution of Contract 1 13 The first paragraph is revised to read. 14 15 Within 20 calendar days after the Award date, the successful Bidder shall return the I 16 17 signed Contracting Agency-prepared Contract, an insurance certification as required by Section 1-07 18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 18 of Coverage form for the Construction Stormwater General Permit with sections I, Ill, I 19 and VIII completed when provided, and shall be registered as a contractor in the state of 20 Washington 21 22 1-03.5 Failure to Execute Contract I 23 The first sentence is revised to read. 24 25 Failure to return the insurance certification and bond with the signed Contract as I 26 27 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign 28 the Contract, or failure to register as a contractor in the state of Washington, or failure to 29 return the completed Transfer of Coverage for the Construction Stormwater General I30 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 31 bond or deposit of this Bidder. 32 I 33 1-05.AP1 34 Section 1-05, Control of Work August 6, 2018 135 36 1-05.5 Vacant 37 This section, including title, is revised to read: I 38 39 1-05.5 Tolerances 40 Geometrical tolerances shall be measured from the points, lines, and surfaces defined I 41 in Contract documents. 42 43 A plus (+) tolerance increases the amount or dimension to which it applies, or raises a 44 deviation from level. A minus (-) tolerance decreases the amount or dimension to which I 45 it applies, or lowers a deviation from level Where only one signed tolerance is specified 46 (+ or-), there is no specified tolerance in the opposing direction. 47 I 48 Tolerances shall not be cumulative. The most restrictive tolerance shall control 49 I I 1 Tolerances shall not extend the Work beyond the Right of Way or other legal I 2 boundaries identified in the Contract documents If application of tolerances causes the 3 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall 4 be reduced for that specific instance I 5 6 Tolerances shall not violate other Contract requirements If application of tolerances 7 causes the Work to violate other Contract requirements, the tolerance shall be reduced I 8 for that specific instance If application of tolerances causes conflicts with other 9 components or aspects of the Work, the tolerance shall be reduced for that specific 10 instance. 11 12 1-05.9 Equipment 13 The following new paragraph is inserted before the first paragraph 14 I 15 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 16 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 17 undercarriage. The Engineer will reject equipment from the site until it returns clean 18 111 19 This section is supplemented with the following. 20 21 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 22 vegetative debris from equipment before removing it from the job site 23 24 1-06.AP1 I 25 Section 1-06, Control of Material 26 January 2, 2018 27 1-06.1(3) Aggregate Source Approval (ASA) Database I 28 This section is supplemented with the following 39 I 30 Regardless of status of the source, whether listed or not listed in the ASA database the 31 source owner may be asked to provide testing results for toxicity in accordance with 32 Section 9-03 21(1). 33 34 1-06.2(2)D Quality Level Analysis 35 This section is supplemented with the following new subsection 36 I 37 1-06.2(2)D5 Quality Level Calculation — HMA Compaction 38 The procedures for determining the quality level and pay factor for HMA compaction are 39 as follows. I 40 41 1 Determine the arithmetic mean, Xm, for compaction of the lot: E I I45 Where 46 x = individual compaction test values for each sublot in the lot. 47 Ix = summation of individual compaction test values 48 n = total number test values I 49 I I 1 2. Compute the sample standard deviation, "S", for each constituent: 2 , nIx2 -(Ix)1 2 3 S= n(n—1) I 4 5 Where 6 Ex2= summation of the squares of individual compaction test values I 7 (1x)2 = summation of the individual compaction test values squared 8 9 3 Compute the lower quality index (QL) 10 I _ X,,, -LSL 11 Q, S 12 r I 13 Where 14 LSL = 91.5 15 I 16 17 4 Determine PL (the percent within the lower Specification limit which corresponds to a given QL) from Table 1 For negative values of QL, PL is equal 18 to 100 minus the table PL. If the value of QL does not correspond exactly to a I 19 figure in the table, use the next higher value. 20 21 5 Determine the quality level (the total percent within Specification limits) I 22 23 Quality Level = PL 24 25 6. Using the quality level from step 5, determine the composite pay factor (CPF) I 26 from Table 2. 27 28 7 If the CPF determined from step 6 is 1 00 or greater: use that CPF for the I 29 compaction lot; however, the maximum HMA compaction CPF using an LSL = 30 91 5 shall be 1.05. 31 32 8 If the CPF from step 6 is not 1 00 or greater repeat steps 3 through 6 using an I 33 LSL = 91.0. The value thus determined shall be the HMA compaction CPF for 34 that lot; however, the maximum HMA compaction CPF using an LSL = 91 00 35 shall be 1 00. I 36 37 1-06.2(2)D4 Quality Level Calculation 38 The first paragraph (excluding the numbered list) is revised to read I 39 40 The procedures for determining the quality level and pay factors for a material, other 41 than HMA compaction, are as follows I 42 I I I I 1 1-07.AP1 I 2 Section 1-07, Legal Relations and Responsibilities to the Public 3 August 6, 2018 4 1-07.5 Environmental Regulations I 5 This section is supplemented with the following new subsections 6 7 1-07.5(5) U.S. Army Corps of Engineers 8 When temporary fills are permitted, the Contractor shall remove fills in their entirety and 9 the affected areas returned to pre-construction elevations I 10 11 If a U S Army Corps of Engineers permit is noted in Section 1-07 6 of the Special 12 Provisions, the Contractor shall retain a copy of the permit or the verification letter (in 13 the case of a Nationwide Permit) on the worksite for the life of the Contract. The I 14 Contractor shall provide copies of the permit or verification letter to all subcontractors 15 involved with the authorized work prior to their commencement of any work in waters of 16 the U.S 17 18 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 19 The Contracting Agency will provide fish exclusion and handling services if the Work 20 dictates. However, if the Contractor discovers any fish stranded by the project and a 21 Contracting Agency biologist is not available, they shall immediately release the fish into 22 a flowing stream or open water 23 24 1-07.5(1) General 25 The first sentence is deleted and replaced with the following 26 I 27 No Work shall occur within areas under the jurisdiction of resource agencies unless 28 authorized in the Contract. 39 I 30 The third paragraph is deleted 31 32 1-07.5(2) State Department of Fish and Wildlife 33 This section is revised to read. I 34 35 In doing the Work, the Contractor shall 36 I 37 1 Not degrade water in a way that would harm fish, wildlife, or their habitat. 38 39 2 Not place materials below or remove them from the ordinary high water line I 40 except as may be specified in the Contract. 41 42 3 Not allow equipment to enter waters of the State except as specified in the 43 Contract. 44 45 4 Revegetate in accordance with the Plans, unless the Special Provisions permit 46 otherwise I 47 48 5 Prevent any fish-threatening silt buildup on the bed or bottom of any body of 49 water 50 51 6. Ensure continuous stream flow downstream of the Work area. I I I Ii 2 7 Dispose of any project debris by removal, burning, or placement above high- 3 water flows I 4 5 8. Immediately notify the Engineer and stop all work causing impacts, if at any 6 time, as a result of project activities, fish are observed in distress or a fish kill I 7 8 occurs. 9 If the Work in (1) through (3) above differs little from what the Contract requires, the 10 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract 11 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1- 12 09.4 Work in (4) through (8) above shall be incidental to Contract pay items. 13 I 14 1-07.5(3) State Department of Ecology 15 This section is revised to read 16 I 17 In doing the Work, the Contractor shall. 18 19 1. Comply with Washington State Water Quality Standards. I 20 21 2. Perform Work in such a manner that all materials and substances not 22 specifically identified in the Contract documents to be placed in the water do 23 not enter waters of the State, including wetlands These include, but are not I 24 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete 25 wastewater, process wastewater, slurry materials and waste from shaft drilling, 26 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or I 27 deleterious materials. 28 29 3 Use equipment that is free of external petroleum-based products I 30 31 4. Remove accumulations of soil and debris from drive mechanisms (wheels, 32 tracks, tires) and undercarriage of equipment prior to using equipment below 33 the ordinary high water line I 34 35 5. Clean loose dirt and debris from all materials placed below the ordinary high 36 water line. No materials shall be placed below the ordinary high water line I 37 without the Engineer's concurrence 38 39 6. When a violation of the Construction Stormwater General Permit (CSWGP) 40 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, I 41 Contractor ECAP Report, and submit the form to the Engineer within 48 hours 42 of the violation 43 I 44 7. Once Physical Completion has been given, prepare a Notice of Termination 45 (Ecology Form ECY 020-87) and submit the Notice of Termination 46 electronically to the Engineer in a PDF format a minimum of 7 calendar days I 47 prior to submitting the Notice of Termination to Ecology 48 49 8 Transfer the CSWGP coverage to the Contracting Agency when Physical Completion has been given and the Engineer has determined that the project Iso 51 site is not stabilized from erosion 52 r 1 9 Submit copies of all correspondence with Ecology electronically to the 2 Engineer in a PDF format within four calendar days. 3 4 1-07.5(4) Air Quality 5 This section is revised to read: 6 7 The Contractor shall comply with all regional clean air authority and/or State 8 Department of Ecology rules and regulations 9 10 The air quality permit process may include additional State Environment Policy Act 11 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution 12 control authority well in advance of beginning Work. 13 14 When the Work includes demolition or renovation of any existing facility or structure that 15 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 16 Material (PACM), the Contractor shall comply with the National Emission Standards for 17 Hazardous Air Pollutants (NESHAP). 18 19 Any requirements included in Federal and State regulations regarding air quality that 20 applies to the "owner or operator" shall be the responsibility of the Contractor 21 22 1-07.7(1) General 23 The first sentence of the third paragraph is revised to read 24 25 When the Contractor moves equipment or materials on or over Structures, culverts or 26 pipes, the Contractor may operate equipment with only the load-limit restrictions in 27 Section 1-07.7(2) 28 29 The first sentence of the last paragraph is revised to read: 30 31 Unit prices shall cover all costs for operating over Structures, culverts and pipes 32 33 1-07.9(1) General 34 The last sentence of the sixth paragraph is revised to read 35 36 Generally, the Contractor initiates the request by preparing standard form 1444 Request 37 for Authorization of Additional Classification and Rate, available at 38 https.//www dol gov/whd/recovery/dbsurvey/conformance htm, and submitting it to the 39 Engineer for further action 40 41 1-07.9(2) Posting Notices 42 The second sentence of the first paragraph (up until the colon) is revised to read 43 44 The Contractor shall ensure the most current edition of the following are posted 45 46 In items 1 through 10, the revision dates are deleted. 47 48 1-07.11(2) Contractual Requirements 49 In this section, "creed" is revised to read "religion" 50 51 Item numbers 1 through 9 are revised to read 2 through 10, respectively 52 1 I I 1 After the preceding Amendment is applied, the following new item number 1 is inserted 2 3 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, I 4 fear, hostility and intimidation at all times Behaviors that violate this requirement 5 include but are not limited to. 6 I 7 a Persistent conduct that is offensive and unwelcome. 8 9 b Conduct that is considered to be hazing 10 11 c Jokes about race, gender, or sexuality that are offensive 12 13 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual I 14 15 nature which interferes with a person's ability to perform their job or creates an intimidating, hostile, or offensive work environment. 16 17 e. Language or conduct that is offensive, threatening, intimidating or hostile I18 based on race, gender, or sexual orientation 19 20 f. Repeating rumors about individuals in the Work Site that are considered to be I 21 harassing or harmful to the individual's reputation. 22 23 1-07.11(5) Sanctions I 24 This section is supplemented with the following. 25 26 Immediately upon the Engineer's request, the Contractor shall remove from the Work I 27 28 site any employee engaging in behaviors that promote harassment, humiliation, fear or intimidation including but not limited to those described in these specifications 29 30 1-07.11(6) Incorporation of Provisions I31 The first sentence is revised to read: 32 33 The Contractor shall include the provisions of Section 1-07.11(2) Contractual I 34 Requirements (1) through (5) and the Section 1-07 11(5) Sanctions in every subcontract 35 including procurement of materials and leases of equipment. 36 I 37 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 38 The last sentence of the first paragraph is revised to read: 39 40 An SPCC Plan template and guidance information is available at I 41 http.//www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill- 42 prevent-report. 43 I 44 1-07.18 Public Liability and Property Damage Insurance 45 Item number 1 is supplemented with the following new sentence. 46 I 47 This policy shall be kept in force from the execution date of the Contract until the 48 Physical Completion Date. 49 I I 1 1-08.AP1 2 Section 1-08, Prosecution and Progress 3 August 6, 2018 4 1-08.1 Subcontracting 1 5 The first sentence of the seventh paragraph is revised to read 6 7 All Work that is not performed by the Contractor will be considered as subcontracting 8 except: purchase of sand, gravel, crushed stone, crushed slag, batched concrete 9 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site 10 fabricated items, and any other materials supplied by established and recognized 11 commercial plants; or (2) delivery of these materials to the Work site in vehicles owned 12 or operated by such plants or by recognized independent or commercial hauling 13 companies hired by those commercial plants 14 15 1-08.5 Time for Completion 16 Item number 2 of the sixth paragraph is supplemented with the following 17 18 f A copy of the Notice of Termination sent to the Washington State Department of 19 Ecology (Ecology), the elapse of 30 calendar days from the date of receipt of the 20 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 21 Ecology This requirement will not apply if the Construction Stormwater General 22 Permit is transferred back to the Contracting Agency in accordance with Section 8- 23 01 3(16) 24 25 1-08.7 Maintenance During Suspension 26 The fifth paragraph is revised to read 27 28 The Contractor shall protect and maintain all other Work in areas not used by traffic All 29 costs associated with protecting and maintaining such Work shall be the responsibility 30 of the Contractor 31 32 1-09.AP1 33 Section 1-09, Measurement and Payment ' 34 August 6, 2018 35 1-09.2(1) General Requirements for Weighing Equipment 36 The last paragraph is supplemented with the following 37 38 When requested by the Engineer, the Contractor's representative shall collect the 39 tickets throughout the day and provide them to the Engineer's designated receiver, not 40 later than the end of shift, for reconciliation Tickets for loads not verified as delivered 41 will receive no pay. 42 43 1-09.2(2) Specific Requirements for Batching Scales 44 The last sentence of the first paragraph is revised to read: 45 46 Batching scales used for concrete or hot mix asphalt shall not be used for batching 47 other materials 48 I I I I 1 1-09.10 Payment for Surplus Processed Materials 2 The following sentence is inserted after the first sentence of the second paragraph: 3 4 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity 5 of Asphalt and quantity of RAP or other materials incorporated into the mix. 6 I 7 2-02.AP2 8 Section 2-02, Removal of Structures and Obstructions 9 April 2, 2018 111 10 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 11 In item number 3 of the first paragraph, the second sentence is revised to read. 12 I 13 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 14 18 inches from and parallel to the initial saw cut is also required, unless the Engineer 15 allows otherwise I 16 17 2-09.AP2 18 Section 2-09, Structure Excavation I19 April 2, 2018 20 2-09.2 Materials 21 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland I22 Cement Concrete" are revised to read. 23 24 Cement 9-01 I 25 Fine Aggregate for Concrete 9-03.1(2) 26 27 2-09.3(3)D Shoring and Cofferdams I 28 The first sentence of the sixth paragraph is revised to read: 29 30 Structural shoring and cofferdams shall be designed for conditions stated in this Section I 31 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 32 Highway Bridges Seventeenth Edition — 2002 for allowable stress design, or the 33 AASHTO LRFD Bridge Design Specifications for load and resistance factor design 34 I 35 3-01.AP3 36 Section 3-01, Production from Quarry and Pit Sites 37 April 2, 2018 I38 3-01.1 Description 39 The first paragraph is revised to read: I 40 41 This Work shall consist of manufacturing and producing crushed and screened 42 aggregates including pit run aggregates of the kind, quality, and grading specified for 43 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance I 44 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface 45 treatments of all descriptions 46 I 1 4-04.AP4 I 2 Section 4-04, Ballast and Crushed Surfacing 3 April 2, 2018 4 4-04.3(5) Shaping and Compaction 1 5 This section is supplemented with the following new paragraph 6 I 7 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written 8 request to use a test point evaluation for compaction acceptance testing in lieu of 9 compacting to 95% of the standard density as determined by the requirements of 10 Section 2-03.3(14)D The test point evaluation shall be performed in accordance with 11 SOP 738. 12 13 7-05.AP7 I 14 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 15 August 6, 2018 16 7-05.3 Construction Requirements I 17 The fourth sentence of the third paragraph is deleted 18 I 19 7-08.AP7 20 Section 7-08, General Pipe Installation Requirements 21 April 2, 2018 I 22 7-08.3(3) Backfilling 23 The fifth sentence of the fourth paragraph is revised to read. 24 I 25 All compaction shall be in accordance with the Compaction Control Test of Section 2- 26 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. 27 I 28 The following new sentences are inserted after the fifth sentence of the fourth paragraph. 29 30 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written I 31 request to use a test point evaluation for compaction acceptance Test Point evaluation 32 shall be performed in accordance with SOP 738 33 34 8-14.AP8 I 35 Section 8-14, Cement Concrete Sidewalks 36 April 2, 2018 37 8-14.2 Materials I 38 In the first paragraph, the reference to "Portland Cement" is revised to read 39 I 40 Cement 9-01 41 42 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE I 43 AMS Standard 595" I I I 1 9-02.AP9 2 Section 9-02, Bituminous Materials 3 April 2, 2018 I4 9-02.1 Asphalt Material, General 5 The second paragraph is revised to read I 6 7 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 8 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 9 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and I10 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the 11 acceptance of the WSDOT State Materials Laboratory Once accepted, any change to 12 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier I 13 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 14 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 15 Contract. I 16 17 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 18 This section's title is revised to read: I 19 20 Performance Graded (PG)Asphalt Binder 21 I 22 The first paragraph is revised to read 23 24 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 25 specified in the Contract shall be used in the production of HMA. For HMA with greater I 26 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 27 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 28 proportions of the mix design shall meet the PG asphalt binder requirements of I 29 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. 30 31 The second paragraph, including the table, is revised to read: I 32 33 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 34 shall meet the following requirements. 35 I Additional Requirements by Performance Grade(PG)Asphalt Binders Property Test PG58S- PG58H- PG58V- PG64S-28 PG64H- PG64V- I Method 22 22 22 28 28 RTFO Residue: I Average Percent AT 3501 30%Min. 20%Min. 25%Min. 30%Min. Recovery @ 3.2 I kPa 1Specimen conditioned in accordance with AASHTO T 240-RTFO 36 I 37 The third paragraph is revised to read: 38 I I 1 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not I 2 required 3 4 This section is supplemented with the following- I 5 6 If the asphalt binder verification sample test results fail to meet AASHTO Test Method T 7 350 "Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test of I 8 Asphalt Binder Using a Dynamic Shear Rheometer (DSR)"for average percent recovery 9 @ 3 2 kPa for the applicable grades of binder in accordance with Section 9-02 1(4), the 10 Contracting Agency may elect to test the sample using AASHTO Test Method T 301 11 "Standard Method of Test for Elastic Recovery Test of Asphalt Materials by Means of a ' 12 Ductilometer" 13 14 When AASHTO T 301 is used, a minimum of 65% elastic recovery (ER) will be required I 15 when tested at 25°C ± 0 5°C 16 17 9-02.1(6) Cationic Emulsified Asphalt I 18 This section is revised to read. 19 20 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 21 grades specified in the Contract shall be used I 22 23 9-02.5 Warm Mix Asphalt (WMA) Additive 24 This section, including title, is revised to read I 25 26 9-02.5 HMA Additive 27 Additives for HMA shall be accepted by the Engineer I 28 29 9-03.AP9 30 Section 9-03, Aggregates I 31 August 6, 2018 32 9-03.1 Aggregates for Portland Cement Concrete 33 This section's title is revised to read I 34 35 Aggregates for Concrete 36 I 37 9-03.1(1) General Requirements 38 The first two sentences of the first paragraph are revised to read. 39 ,40 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel 41 in accordance with the provisions of Section 3-01 Reclaimed aggregate may be used if 42 it complies with the specifications for concrete 43 44 The second paragraph (up until the colon) is revised to read 45 46 Aggregates for concrete shall meet the following test requirements. I 47 48 The second sentence of the second to last paragraph is revised to read 49 50 The Contractor shall submit test results according to ASTM C1567 through the Engineer 51 to the State Materials Laboratory that demonstrate that the proposed fly ash when used I I 1 with the proposed aggregates and cement will control the potential expansion to 0 20 2 percent or less before the fly ash and aggregate sources may be used in concrete 3 I 4 9-03.1(2) Fine Aggregate for Portland Cement Concrete 5 This section's title is revised to read 6 I 7 Fine Aggregate for Concrete 8 9 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 10 This section's title is revised to read- , 11 12 Coarse Aggregate for Concrete 13 I 14 9-03.1(4)C Grading 15 The first paragraph (up until the colon) is revised to read 16 I 17 18 Coarse aggregate for concrete when separated by means of laboratory sieves shall conform to one or more of the following gradings as called for elsewhere in these 19 Specifications, Special Provisions, or in the Plans- I 20 21 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 22 This section's title is revised to read. 23 I 24 Combined Aggregate Gradation for Concrete 25 26 9-03.1(5)B Grading I 27 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read 28 "FOP for WAQTC/AASHTO T 27/T 11" 29 I 30 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar 31 This section's title is revised to read- 32 I 33 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar 34 35 The first sentence of the first paragraph is revised to read- 36 I 37 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of 38 sand or other inert materials, or combinations thereof, accepted by the Engineer, having 39 hard, strong, durable particles free from adherent coating. I 40 41 9-03.4(1) General Requirements 42 The first paragraph (up until the colon) is revised to read I 43 44 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 45 talus, or gravel, in accordance with Section 3-01 Aggregates for Bituminous Surface 46 Treatment shall meet the following test requirements: I 47 48 9-03.8(1) General Requirements 49 The first paragraph (up until the colon) is revised to read 50 51 Aggregates for Hot Mix Asphalt shall meet the following test requirements: 1 I I 1 2 9-03.8(2) HMA Test Requirements 3 The two tables in the second paragraph are replaced with the following three tables 4 1 HMA Class Mix Criteria h inch 1/z inch %inch 1 inch Min Max. Min Max. Min. Max. Min. Max. Voids in Mineral 15 0 14.0 13 0 12.0 Aggregate(VMA), Voids Filled With Asphalt(VFA),% I ESAL's(millions) VFA <0.3 70 80 70 80 70 80 67 80 0.3 to<3 65 78 65 78 65 78 65 78 >_3 73 76 65 75 65 75 65 75 111 Dust/Asphalt Ratio 0 6 1 6 0 6 1.6 0 6 1.6 0 6 1.6 5 Test Method ESAL's(millions) Number of Passes I Hamburg Wheel-Track Testing, FOP for <0 3 10,000 AASHTO T 324 Minimum Number of Passes with no Stripping Inflection Point 0 3 to<3 12,500 I and Maximum Rut Depth of 10mm ,3 15,000 Indirect Tensile(IDT) Strength (psi)of Bituminous Materials FOP for ASTM D6931 175 Maximum 6 I ESAL's(millions) N initial N design N maximum <03 <--915 960 598.0 %Gmm 03to<3 5905 960 598.0 I _3 589.0 960 5980 <03 6 50 75 Gyratory Compaction 0.3 to< 3 7 75 115 I (number of gyrations) >3 8 100 160 7 8 9-03.8(7) HMA Tolerances and Adjustments ' 9 In the table in item number 1, the fifth row is revised to read 10 Asphalt binder -0 4% to 0 5% ±0 7% I 11 12 In the table in item number 1, the following new row is inserted before the last row* 13 Voids in Mineral -1 5% Aggregate, VMA 14 15 9-03.9(1) Ballast I 16 The second paragraph (up until the colon) is revised to read 17 18 Aggregates for ballast shall meet the following test requirements. I 19 20 9-03.14(4) Gravel Borrow for Structural Earth Wall 21 The second sentence of the first paragraph is revised to read I 22 I I I I 1 The material shall be substantially free of shale or other soft, poor durability particles, 2 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, 3 or asphaltic concrete rubble. I 4 5 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 6 Material I 7 "Portland Cement" is deleted from the first two rows in the table 8 9 The first column of the third row is revised to read I 10 11 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete 12 13 9-06.AP9 1 14 Section 9-06, Structural Steel and Related Materials 15 August 6, 2018 I 16 9-06.5 Bolts 17 This section's title is revised to read 18 I 19 Bolts and Rods 20 21 9-06.5(4) Anchor Bolts I 22 This section, including title, is revised to read. 23 24 9-06.5(4) Anchor Bolts and Anchor Rods 25 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless ' 26 otherwise specified, shall be Grade 105 and shall conform to Supplemental 27 Requirements S2, S3, and S4 28 I 29 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 30 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 31 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, I 32 Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing 33 requirements in Section 9-06 5(3) Nuts for ASTM F1554 Grade 36 or 55 black or 34 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH 35 Washers shall conform to ASTM F436 I 36 37 The bolts and rods shall be tested by the manufacturer in accordance with the 38 requirements of the pertinent Specification and as specified in these Specifications. I 39 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 40 project site. The Contractor shall submit to the Engineer for acceptance a 41 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 42 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the I 43 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 44 testing 45 I 46 All bolts, rods, nuts, and washers shall be marked and identified as required in the 47 pertinent Specification 48 I 49 9-06.17 Vacant 50 This section, including title, is revised to read: 51 I I 1 9-06.17 Noise Barrier Wall Access Door 2 Access door frames shall be formed of 14-gauge steel to the size and dimensions 3 shown in the Plans The access door frame head and jamb members shall be mitered, 4 securely welded, and ground smooth Each head shall have two anchors and each jamb I 5 shall have three anchors. The hinges shall be reinforced with %-inch by 12-inch plate, 6 width equal to the full inside width of the frame. 7 I 8 Access doors shall be full flush 1'/4-inch thick seamless doors with a polystyrene core 9 Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold- 10 rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating 11 Designation AZ55 minimum The vertical edges shall be neat interlocked hemmed edge 12 seam. The top and bottom of the door shall be enclosed with 14-gauge channels 13 Mortise and reinforcement for locks and hinges shall be 10-gauge steel Welded top cap 14 shall be ground and filled for exterior applications The bottom channel shall have weep 15 holes 16 17 Each access door shall have three hinges. Access door hinges shall be ASTM A 276 18 Type 316 stainless steel, 4-1/2-inches square, with stainless steel ball bearing and non- , 19 removable pins 20 21 Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type I 22 316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length 23 24 The door assembly shall be fabricated and assembled as a complete unit including all ' 25 hardware specified prior to shipment. 26 27 9-06.18 Metal Bridge Railing 111 28 The second sentence of the first paragraph is revised to read. 29 30 Steel used for metal railings, when galvanized after fabrication in accordance with 31 AASHTO M111, shall have a controlled silicon content of either 0 00 to 0 06 percent or 32 0.15 to 0 25 percent. 33 34 9-29.AP9 I 35 Section 9-29, Illumination, Signal, Electrical 36 August 6, 2018 37 9-29.1 Conduit, Innerduct, and Outerduct 38 This section is supplemented with the following new subsection 49 40 9-29.1(10) Pull TapeI 41 Pull tape shall be pre-lubricated polyester pulling tape The pull tape shall have a 42 minimum width of 1/2-inch and a minimum tensile strength of 500 pounds Pull tape may 43 have measurement marks I 44 45 9-29.2(1) Junction Boxes . 46 The first paragraph is revised to read. I 47 48 For the purposes of this Specification concrete is defined as portland cement or blended 49 hydraulic cement concrete and non-concrete is all others I 50 I I I 1 9-29.2(1)A2 Non-Concrete Junction Boxes 2 The first paragraph is revised to read. 3 I 4 Material for the non-concrete junction boxes shall be of a quality that will provide for a 5 similar life expectancy as portland cement or blended hydraulic cement concrete in a 6 direct burial application I 7 8 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 9 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read- 10 I Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel I 11 12 9-29.6 Light and Signal Standards 13 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F I 14 2329" 15 16 Item number 2 of the last paragraph is revised to read. I 17 18 2. The steel light and signal standard fabricator's shop drawing submittal, including 19 supporting design calculations, submitted as a Type 2E Working Drawing in 20 accordance with Section 8-20 2(1) and the Special Provisions I 21 22 9-29.6(1) Steel Light and Signal Standards 23 In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329" I 24 25 The first sentence of the last paragraph is revised to read- 26 I 27 Steel used for light and signal standards shall have a controlled silicon content of either 28 0.00 to 0 06 percent or 0 15 to 0.25 percent. 29 I 30 9-29.6(5) Foundation Hardware 31 In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329". 32 33 9-29.10(1) Conventional Roadway Luminaires I 34 This section is revised to read 35 36 All conventional roadway luminaires shall meet 3G vibration requirements as described I 37 in ANSI C136.31 38 39 All luminaires shall have housings fabricated from aluminum. The housing shall be I 40 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 41 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 42 as specified in ASTM B117. 43 I 44 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2" 45 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 46 bracket(s) and the cap screws shall not bottom out on the housing bosses when I 47 adjusted within the +/- 5 degree range No part of the slipfitter mounting brackets on the 48 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws I 1 used for mounting are tightened to a torque of 32 foot-pounds Each luminaire shall I 2 include leveling reference points for both transverse and longitudinal adjustment. 3 4 All luminaires shall include shorting caps when shipped The caps shall be removed and 5 provided to the Contracting Agency when an alternate control device is required to be 6 installed in the photocell socket. House side shields shall be included when required by 7 the Contract. Order codes shall be modified to the minimum extent necessary to include 8 the option for house side shields 9 10 This section is supplemented with the following new subsections. 11 I 12 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires 13 HPS conventional roadway luminaires shall meet the following requirements 14 I 15 1. General shape shall be "cobrahead" style, with flat glass lens and full cutoff 16 optics 17 18 2 Light pattern distribution shall be IES Type III111 19 20 3 The reflector of all luminaires shall be of a snap-in design or secured with 21 screws The reflector shall be polished aluminum or prismatic borosilicate I 22 glass 23 24 4. Flat lenses shall be formed from heat resistant, high-impact, molded ' 25 borosilicate or tempered glass 26 27 5 The lens shall be mounted in a doorframe assembly, which shall be hinged to I 28 the luminaire and secured in the closed position to the luminaire by means of 29 an automatic latch The lens and doorframe assembly, when closed, shall 30 exert pressure against a gasket seat. The lens shall not allow any light output 31 above 90 degrees nadir Gaskets shall be composed of material capable of I 32 withstanding the temperatures involved and shall be securely held in place 33 34 6 The ballast shall be mounted on a separate exterior door, which shall be I 35 hinged to the luminaire and secured in the closed position to the luminaire 36 housing by means of an automatic type of latch (a combination hex/slot 37 stainless steel screw fastener may supplement the automatic-type latch) I 38 39 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 40 lamp complete and associated ballast. Lamps shall mount horizontally 41 '42 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 43 LED Conventional Roadway Luminaires are divided into classes based on their 44 equivalent High Pressure Sodium (HPS) luminaires Current classes are 200W, 250W, I 45 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 46 their photometric output. To be considered for pre-approval, LED luminaires must meet 47 the requirements of this section 48 111 49 LED luminaires shall include a removable access door, with tool-less entry, for access 50 to electronic components and the terminal block. The access door shall be removable, 51 but include positive retention such that it can hang freely without disconnecting from the I I 1 luminaire housing LED drivers may be mounted either to the interior of the luminaire 2 housing or to the removable door itself 3 I 4 LED drivers shall be removable for user replacement. All internal modular components 5 shall be connected by means of mechanical plug and socket type quick disconnects 6 Wire nuts may not be used for any purpose. All external electrical connections to the I 7 luminaire shall be made through the terminal block. 8 9 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 10 shall be dimmable from ten volts to zero volts LED output shall have a Correlated Color I 11 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 12 of 70 or greater LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 13 Celsius. I 14 15 LED luminaires shall be available for 120V, 240V, and 480V supply voltages Voltages 16 refer to the supply voltages to the luminaires present in the field LED power usage shall I17 not exceed the following maximum values for the applicable wattage class 18 Class Max. Wattage 200W 110W I 250W 165W 310W 210W 400W 275W I 19 20 Only one brand of LED conventional roadway luminaire may be used on a Contract. 21 They do not necessarily have to be the same brand as any high-mast, underdeck, or I 22 wall-mount luminaires when those types of luminaires are specified in the Contract. 23 LED luminaires shall include a standard 10 year manufacturer warranty. 24 I 25 The list of pre-approved LED Conventional Roadway Luminaires is available at 26 http://www.wsdot.wa gov/Design/Traffic/ledluminaires.htm. 27 28 9-29.10(2) Decorative Luminaires I 29 This section, including title, is revised to read: 30 31 9-29.10(2) Vacant I 32 33 9-29.12 Electrical Splice Materials 34 This section is supplemented with the following new subsections. I 35 36 9-29.12(3) Splice Enclosures 37 9-29.12(3)A Heat Shrink Splice Enclosure 38 Heat shrink splice enclosures shall be medium or heavy wall cross-linked I 39 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic 40 adhesive sealant. Heat shrink splices used for "wye" connections require rubber 41 electrical mastic tape. I 42 43 9-29.12(3)B Molded Splice Enclosure 44 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The I 45 material used shall be compatible with the insulation material of the insulated 46 conductor or cable. The component materials of the resin insulation shall be 47 packaged ready for convenient mixing without removing from the package. I 1 2 9-29.12(4) Re-Enterable Splice Enclosure 3 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 4 contained in a two-piece plastic mold. The mold shall either snap together or use 5 stainless steel hose clamps 6 7 9-29.12(5) Vinyl Electrical Tape for Splices 8 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I- 9 24391 C. 10 11 9-29.12(1) Illumination Circuit Splices 12 This section is revised to read. 13 14 Underground illumination circuit splices shall be solderless crimped connections 15 capable of securely joining the wires, both mechanically and electrically, as defined in 16 Section 8-20 3(8) Aerial illumination splices shall be solderless crimp connectors or 17 split bolt vice-type connectors 18 19 9-29.12(1)A Heat Shrink Splice Enclosure 20 This section is deleted in its entirety 21 22 9-29.12(1)B Molded Splice Enclosure 23 This section is deleted in its entirety 24 25 9-29.12(2) Traffic Signal Splice Material 26 This section is revised to read 27 28 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 29 crimped connector capable of being soldered 30 31 9-29.16(2)E Painting Signal Heads 32 In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595" 33 34 9-29.17 Signal Head Mounting Brackets and Fittings 35 In the first paragraph, item number 2 under Stainless Steel is revised to read 36 37 2 Bands or cables for Type N mount. 111 38 39 9-29.20 Pedestrian Signals 40 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS , 41 Standard 595" 42 43 9-29.24 Service Cabinets 44 The third sentence of item number 6 is revised to read 45 46 The dead front cover shall have cutouts for the entire breaker array, with blank covers 47 where no circuit breakers are installed. 48 49 Item number 8 is revised to read 50 51 8 Lighting contactors shall meet the requirements of Section 9-29.24(2) 1 I Ii 2 The last sentence of item number 10 is revised to read 3 I 4 5 Dead front panels shall prevent access to any exposed, live components, and shall cover all equipment except for circuit breakers (including blank covers), the photocell 6 test/bypass switch, and the GFCI receptacle. I 7 8 9-29.24(2) Electrical Circuit Breakers and Contactors 9 This section is revised to read: 10 I 11 All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity 12 described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at 13 240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000 I 14 amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have 15 an interrupting capacity of not less than 14,000 amperes. 16 I 17 18 Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor, mercury vapor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277 19 volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts 20 maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be I 21 rated at 480 volt maximum line to line voltage. 22 I I I I I I I I I I 1 I I APPENDIX B WSDOT STANDARD PLANS I I I I I I I I IG:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx I Standard Plans (August 6, 2018 WSDOT GSP) ' The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No PT 16-048, effective August 6, 2018 is made a part of this contract. The Standard Plans are revised as follows: A-40.10 Section View, PCCP to HMA Longitudinal Joint, callout, was —"Sawed Groove — Width 3/16" (IN) MIN. to ' 5/16" (IN) MAX. — Depth 1" (IN) MIN. — see Std. Spec. 5-04.3(12)B" is revised to read; "Sawed Groove — Width 3/16" (IN) MIN. to 5/16" (IN) MAX. — Depth 1" (IN) MIN. —see Std Spec. Section 5-04.3(12)A2" ' A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70 10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 A-50.30 ' Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1 B-10.60 DELETED B-82.20 DELETED B-90.40 Valve Detail - DELETED ' C-4b DELETED I C-4e DELETED C-4f ' Sheet 3, SECTION B, callout — was: "THE NUT SHALL BE ASTM A563D STEEL, AND GALVANIZED ACCORDING TO STANDARD SPEC. 9-16.3(3)." Is revised to read: "THE NUT SHALL BE ASTM A307 STEEL, AND GALVANIZED ACCORDING TO STANDARD SPEC. 9-16 3(3)." C-16b DELETED C-22.14 DELETED ' C-22.16 Note 3, formula, was. "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read: "Elevation G = (Elevation S—D x (0.1) + 31/12" ' C-22.40 Elevation View, MSKT-SP-MGS (TL-3), dimension, MSKT-SP-MGS (TL-3) SYSTEM LENGTH = 50' —0" , dimension is revised to read: 46'— 101/2" ' C-22.41 DELETED G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx I C-22.45 Elevation View, MSKT-SP-MGS(TL-2), Dimension, "MSKT-SP-MGS(TL-2)SYSTEM LENGTH =25'—0""; the 25' - 0" dimension is shown to begin at the centerline of POST 1 and terminate at the Mid-Span Splice located between (unlabeled) POST 6 and (unlabeled) POST 7. The dimension is revised to begin at the centerline of POST 1 and terminate at the centerline of(unlabeled) POST 5. C-25.18 DELETED ' C-40.14 DELETED C-90.10 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual(BDM)and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum D-10.20 r Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be revised to read* The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0 32g D-10.25 Wall Type 4 may be used in all cases The last sentence of Note 6 on Wall Type 4 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall.Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum D-10.45 , Wall Type 8 may be used if no traffic barrier is attached on top of the wall.Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. , D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 111 I I D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. IF-10.12 Section Title, was—"Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted IF-i 0.42 DELETE—"Extruded Curb at Cut Slope" View I G-90.10 TOP VIEW, callout, was—"Vertical Brace —W4 x 13 steel (TYP )(See Note 4)" is revised to read, "Vertical Brace —W4 x 13 steel (TYP.)(See Note 3)" I H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 I 1-30.30 8" Diameter Wattle Spacing Table, lower left corner, was —"Slope:1 H : 1V, Maximum Spacing:10' — 0"" is revised to read. "Slope:1H : 1 V, Maximum Spacing:8' —0"". I J=3 DELETED I J-3b DELETED J-3C IDELETED J-10.21 Note 18, was—"When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for I details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." I J-10.22 Key Note 1, was — "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory-installed test bypass facility that meets the requirements of EUSERC drawing 305 " Is revised to read; "Meter base per serving utility requirements— as a minimum, the meter base shall I be safety socket box with factory-installed test bypass facility that meets the requirements of EUSERC drawing 305.When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." I Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp— 120/277 volt "T" rated). Is revised to read. "Test Switch (SPDT snap action, positive close 15 amp— 120/277 volt"T" rated) " Key Note 14, was — "Hinged dead front with 1/4 turn fasteners or slide latch." Is revised to read; "Hinged dead front with 1/4 turn fasteners or slide latch. — Dead front panel bolts shall not extend into the vertical I limits of the breaker array(s)." Key Note 15, was—`Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J-3b." is revised to read; "Cabinet Main Bonding Jumper Assembly I — Buss shall be 4 lug tinned copper — See Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details." J-20.10 Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian pushbutton post." I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx 1 J-20.11 Sheet 2, Foundation Detail, Elevation, callout-"Type 1 Signal Pole" is revised to read "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" Add Note 6, "6. One accessible pedestrian signal assembly per pedesli ian pushbutton post." J-20.26 Add Note 1, "1 One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was-LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout-"ANCHOR BOLTS - 3/4' (IN) x 30" (IN) FULL THREAD -THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS"'3/4" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2#4 reinforcing bar shown,to read; 3"CLR.. Delete"(TYP.)"from the 2'A"CLR.dimension,depicting the distance from the bottom of the foundation to find 2#4 reinf. Bar Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown,to read, 3"CLR. Delete"(TYP )"from the 2'/2"CLR. dimension,depicting the distance from the bottom of the foundation to find 1 #4 reinf Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2#4 reinforcing bar shown,to read, 3"CLR. Delete"(TYP.)"from the 2'/i"CLR.dimension, depicting the distance from the bottom of the foundation to find 2 #4 reinf Bar. Sheet 2 of 2, Elevation view(Square), add dimension depicting the distance from the top of the foundation 111 to find 1 #4 reinforcing bar shown,to read; 3"CLR. Delete"(TYP.)"from the 2'A"CLR. dimension,depicting the distance from the bottom of the foundation to find 1 #4 reinf Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYP ) - 3/4" (IN) Diam Torque Clamping Bolts (see Note 3)" is revised to read, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2' - 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is revised to read, "3/4" (IN) x 2' - 6"Anchor Bolt(TYP ) -Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 'A" DIAM , is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was- LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 'A" DIAM. is revised to read; CHASE NIPPLE - 1 'A" (IN) DIAM J-40.10 ' Sheet 2 of 2, Detail F, callout, "12- 13 x 1 IA" S S PENTA HEAD BOLT AND 12" S. S FLAT WASHER" is revised to read, "12- 13 x 1 '/i' S S. PENTA HEAD BOLT AND 1/2" (IN) S S. FLAT WASHER" J-60.14 ' All references to J-16b (6x) are revised to read; J-60.11 K-80.30 1 In the NARROW BASE, END view, the reference to Std Plan C-8e is revised to Std Plan K-80.35 Plan Title, was "ALTERNATIVE TEMPORARY CONC. BARRIER (F-SHAPE)" is revised to read* "CONCRETE BARRIER TYPE F" , M-11.10 Layout, dimension (from stop bar to"X"), was-23' is revised to read, 24' G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx I IThe following are the Standard Plan numbers applicable at the time this project was advertised The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that Iplan Standard Plans showing different dates shall not be used in this contract. A-1010-00 8/7/07 A-40.00-00. . .... . . 8/11/09 A-50.30-00..... . . ... 11/17/08 IA-ID 20-00..... .... 10/5/07 A-40.10-03 12/23/14 A-50.40-00 ..... . .... 11/17/08 A-10 30-00.. . ...... 10/5/07 A-40.15-00 . . .... .. 8/11/09 A-60 10-03.... . . ... 12/23/14 A-20.10-00 ..... .. ..8/31/07 A-40.20-04.. . .... .. 1/18/17 A-60.20-03. ..... ....12/23/14 A-30.10-00 11/8/07 A-40.50-02 12/23/14 A-60.30-01 06/28/18 I A-30 30-01 6/16/11 A-50.10-00....... .... 11/17/08 A-60.40-00.. 8/31/07 A-30.35-00 ..... ...10/12/07 A-50.20-01 9/22/09 I B-5.20-02. . . .... .. 1/26/17 B-30 50-03 . ..... . ... 2/27/18 B-75.20-02 ... . ..... ..2/28/18 B-5 40-02.. ... . .....1/26/17 B-30.70-04 2/27/18 B-75.50-01 6/10/08 B-5.60-02 1/26/17 B-30.80-01 ... . .... .. 2/27/18 B-75.60-00 . 6/8/06 B-10 20-02 3/2/18 B-30 90-02.... 1/26/17 B-80.20-00 .. . ..... . ..6/8/06 I B-10.40-01 ...... ...1/26/17 B-35.20-00 6/8/06 B-80.40-00 ... ... ..... .6/1/06 B 10 70-00.. 1/26/17 B-35.40-00... 6/8/06 B-85.10-01 . . .6/10/08 B-15 20-01. 2/7/12 B-40.20-00.... . .... . 6/1/06 B-85.20-00 6/1/06 I B-15.40-01.... . . ....2/7/12 B-40.40-02 ....... ... . 1/26/17 B-85.30-00 ... . . 6/1/06 B-15 60-02... 1/26/17B-45.20-01 . .... .. .... /11/17 B-85 40-00 ...... . .... . 6/8/06 B-20.20 02... 3/16/12 B-45.40-01 ... ..... ... 7/21/17 B-85.50-01 ... . . ......6/10/08 B-20.40-04 2/27/18 B-50.20-00. . ...... .. .. 6/1/06 B-90.10-00 . .... . ...6/8/06 I B-20.60-03 . B-25.20-02 3/15/12 B-55.20-02. . ..... . . 2/27/18 B-90.20-00 6/8/06 . 2/27/18 B-60.20-01 6/28/18 B-90 30-00 . .... ... ....6/8/06 B-25.60-02 .... . ..2/27/18 B-60 40-01 . .... . .. 2/27/18 B-90.40-01 ... .... . 1/26/17 I B-30 10-03 . ... . .2/27/18 B-65.20-01 . 4/26/12 B-90.50-00 . . ..... . ...6/8/06 B-30.15-00 2/27/18 B-65.40-00.... 6/1/06 B-95.20-01 . . . ..... .. 2/3/09 B-30-20-04 2/27/18 B-70.20-00... . . ... ... 6/1/06 B-95 40-01 6/28/18 B-30.30-03. . 2/27/18 B-70.60-01 ... . ....... 1/26/17 IB-30.40-03 2/27/18 C-1 6/28/18 C-20.15-02... . .. ......6/11/14 C-40.18-03... . . ......7/21/17 C-20.18-02 6/11/14 C 70.10 01 .. . . .... 6/17/14 IC-la. . ....... . . .... .7/14/15 C-lb 7/14/15 C-20.19-02.... . 6/11/14 C-75 10-01 ...... .. ....6/11/14 C-Id . 10/31/03 C-20.40-06 7/21/17 C-75.20-01 ... . . ... ..6/11/14 C-2c. 6/21/06 C-20.41-01 .. 7/14/15 C-75.30-01 .... . . ... .6/11/14 I C-4f C-6a 7/2/12 C-20.42-05.. . . .... . .7/14/15 C-80.10-01 ...... . .... 6/11/14 10/14/09 C-20.45-01 . . ....... ....7/2/12 C-80.20-01 ... . . ..... 6/11/14 C-7 . .... . .6/16/11 C-22.16-06... ........ ..7/21/17 C-80 30-01 .... . .......6/11/14 C-7a. 6/16/11 C-22.40-06 7/21/17 C-80 40-01 6/11/14 I C-8. 2/10/09 C-22.45-03 . 7/21/17 C-80.50-00 4/8/12 C 8a . .... . ...... . ..7/25/97 C-23.60-04 7/21/17 C-85.10-00 4/8/12 C-8b .2/29/16 C-24.10-01 6/11/14 C-85 11-00 4/8/12 I C-8e. ....... . ... . . 2/21/07 C-25.20-06. . 7/14/15 C-85.14-01 6/11/14 C-8f ..6/30/04 C-25.22-05.... . .... . .7/14/15 C-85.15-01 . ....... ....6/30/14 C-16a 7/21/17 C-25.26-03 7/14/15 C-85.16-01 6/17/14 C-20.10-04 7/21/17 C-25.30-00 . 6/28/18 C-85.18-01 6/11/14 I C-20 11-00 .... .. . .7/21/17 C-25.80-04... 7/15/16 C-85.20-01 6/11/14 C-20.14-03 6/11/14 C-40.16-02 ... . ........ .7/2/12 I D-2 04-00 .11/10/05 D-2.06-01 ..... . .. ....1/6/09 D-2.48-00... . . .. ....11/10/05 D-3 17-02. ...... . .... ..5/9/16 D-2.64-01 .. 1/6/09 D-4 .... 12/11/98 D-2.08-00 . 11/10/05 D-2.66-00...... . .. ...11/10/05 D-6 . . . 6/19/98 D-2.14-00 11/10/05 D-2.68-00 11/10/05 D-10 10-01 . . ..... . . 12/2/08 I D-2.16-00 11/10/05 D-2.80-00. 11/10/05 D-1015-01 . ...... .. 12/2/08 D-2.18-00 . 11/10/05 D-2.82-00.... 11/10/05 D-10.20-00. 7/8/08 D-2.20-00 . . .... . 11/10/05 D-2.84-00 ...... ... ..11/10/05 D-10.25-00 7/8/08 ID-2.32-00 ...... . ..11/10/05 D-2.86-00.. . . 11/10/05 D-10 30-00 7/8/08 G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx I D-2 34-01 . ... .1/6/09 D-2 88-00. . 11/10/05 D-10.35-00 . ...... . . .7/8/08 I D-2.36-03 6/11/14 D-2.92-00. . 11/10/05 D-10.40-01 . . .. . 12/2/08 D-2 42-00 . . . 11/10/05 D-3 09-00. 5/17/12 D-10 45-01 . ... 12/2/08 D-2.44-00 . ... 11/10/05 D-3 10-01 .. 5/29/13 D-15.10-01 . . ... 12/2/08 D-2 60-00 .. . . ...11/10/05 D-3 11-03 .... .. 6/11/14 D-15.20-03.. 5/9/16 Il D-2 62-00 ... . .. ..11/10/05 D-3.15-02 . .... . . . .6/10/13 D-15 30-01 ... . . . 12/02/08 D-2.46-01 .... . . ....6/11/14 D-3 16-02 .5/29/13 E-1 .. . . . . .... ..2/21/07 E-4 .. . . .... . .... . .8/27/03 I E-2... ... . ... . 5/29/98 E-4a .. . . .... 8/27/03 F-10.12-03. . ....6/11/14 F-10 62-02 .. . .. 4/22/14 F-40 15-03 .6/29/16 I F-10 16-00 . . 12/20/06 F-10 64-03 .... . . .4/22/14 F-40 16-03 . . ... 6/29/16 F-1018-01 . .. . 7/11/17 F-30.10-03 . . 6/11/14 F-45.10-02.. 7/15/16 F-10.40-03.. 6/29/16 F-40.12-03 .6/29/16 F-80 10-04 ...... . . .7/15/16 F-10.42-00 ... . . .1/23/07 F-40.14-03 . 6/29/16 G-10.10-00. . ... 9/20/07 G-25.10-04.. . ... 6/10/13 G-90.10-03 .... . . .7/11/17 I G-20 10-02. . .. 6/23/15 G-30.10-04 .... . ...6/23/15 G-90 11-00. ... . ...4/28/16 G-22.10-04 6/28/18 G-50.10-03 .... . .6/28/18 G-90.20-05. . .... . . 7/11/17 G-24 10-00 . .. 11/8/07 G-60.10-04.... . . ... .6/28/18 G-90.30-04 .. . ....7/11/17 G-24.20-01 .... . . 2/7/12 G-60.20-02. . . .. ... 6/18/15 G-90.40-02... . . . .4/28/16 I G-24 30-02 6/28/18 G-60.30-02 . . . . ... 6/18/15 G-95 10-02 . . . ...6/28/18 G-24.40-07. .... 6/28/18 G-70.10-03 . . . .... . 6/18/15 G-95.20-03 . .. .. 6/28/18 G-24 50-04 . . . .7/11/17 G-70.20-04 . . . .. 7/21/17 G-95.30-03 .. . ....6/28/18 I G-24 60.05 .... . 6/28/18 G-70 30-04 .7/21/17 H-10.10-00 . . ... . 7/3/08 H-32 10-00 .. . . 9/20/07 H-70.10-01 . . .2/7/12 H-10.15-00 . . .. . 7/3/08 H-60 10-01 . ..7/3/08 H-70.20-01 . .. . 2/16/12 I H-30.10-00 . . .10/12/07 H-60.20-01 . . .. 7/3/08 H-70 30-02.. 2/7/12 1-10.10-01 . . .. 8/11/09 1-30.20-00 . .... . . 9/20/07 1-40.20-00 . . ... ..9/20/07 I 1-30.10-02 . . . ... 3/22/13 1-30.30-01 . .... . . 6/10/13 1-50.20-01 .. . .... . .6/10/13 1-30.15-02.. . . ......3/22/13 1-30 40-01 . ..6/10/13 1-60.10-01.... 6/10/13 1-30 16-00 .. ... .. ..3/22/13 1-30.60-01 . .. ... . . .3/7/18 1-60.20-01 6/10/13 1-30 17-00 . . . 3/22/13 1-40.10-00 . . 9/20/07 1-80 10-02 .. . . . ... 7/15/16 I J-10 ... . .. . . .7/18/97 J-28.22-00 .. . . . . . 8/7/07 J-50.25-00. 6/3/11 J-10.10-03 ... . . 6/3/15 J-28.24-01. ... . . 6/3/15 J-50.30-00 ... . . ..6/3/11 J-10 15-01 . . .. . 6/11/14 J-28.26-01 . . .12/02/08 J-60 05-01 .... . 7/21/16 J-10 16-00 .. . . ..6/3/15 J-28.30-03 .... . . .. 6/11/14 J-60 11-00 . .. . .5/20/13 J-10 17-00 . .. . . . .6/3/15 J-28.40-02 .. .. . ..6/11/14 J-60 12-00 ... . .5/20/13 J-10.18-00 ... . .6/3/15 J-28.42-01 ... . .. . . 6/11/14 J-60.13-00 ... . ....6/16/10 I J-10.20-01 . . 6/1/16 J-28.43-01.... ... .6/28/18 J-60.14-00 . . . . 6/16/10 J-10.21-00 .. . . . ..6/3/15 J-28.45-03.. .... . 7/21/16 J-75 10-02 .... .. 7/10/15 J-10.22-00 .... . .. .5/29/13 J-28 50-03 ....7/21/16 J-75.20-01 .. . .... . 7/10/15 I J-10.25-00 ... . .7/11/17 J-28 60-02 . .... .. . . 7/21/16 J-75.30-02.. 7/10/15 J-12.15-00 ... . .6/28/18 J-28 70-03 .. .. .. . ..7/21/17 J-75.40-02. . .6/1/16 J-12.16-00 ....6/28/18 J-29.10-01 .. . . . ... 7/21/16 J-75.45-01 . . ... . . .6/29/16 J-15 10-01 . .... . 6/11/14 J-29 15-01 7/21/16 J-75.45-02 .. . . ...6/1/16 I J-15 15-02 . 7/10/15 J-29.16-02.... 7/21/16 J-80 10-00 .... . ..6/28/18 J-20 10-03 .. . . 6/30/14 J-30.10-00 .... . 6/18/15 J-80 15-00 . ... .6/28/18 J-20 11-02 ..... . .6/30/14 J-40 05-00 . .... .. 7/21/16 J-81 10-00. . .... . 6/28/18 111 J-20 15-03. .... . .6/30/14 J-40 10-04 .... . 4/28/16 J-86.10-00. .6/28/18 J-20.16-02 .... . 6/30/14 J-40.20-03. . . .. .. .4/28/16 J-90.10-03 . . . ... .6/28/18 J-20.20-02 . . . .... .5/20/13 J-40.30-04 . .4/28/16 J-90.20-03 .. 6/28/18 J-20.26-01 . 7/12/12 J-40 35-01 . 5/29/13 J-09.21-02 . . . 6/28/18 I J-21.10-04 . .. .. 6/30/14 J-40.36-02 .. . . ... . 7/21/17 J-90 50-00. . ....6/28/18 J-21.15-01 ... . 6/10/13 J-40.37 02. . . . .. . 7/21/17 J-21.16-01 . ... .6/10/13 J-40 38-01 5/20/13 I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx I I J-21.17-01 J-21.20-01 6/10/13 J-40.39-00 ..... . . .. ..5/20/13 6/10/13 J-40.40-01.... . ........ 4/28/16 J-22.15-02 7/10/15 J-45.36-00. .. . ....... .7/21/17 I J-22.16-03 7/10/15 J-26.10-03....... 7/21/16 J-50-05-00 ... .. . ......7/21/17 J-50.10-00 6/3/11 J-26.15-01 5/17/12 J-50 11-01.. ..... .. . . 7/21/17 J-26.20-01 6/28/18 J-50.12-01 7/21/17 I J-27.10-01 .... . .....7/21/16 J-50.15-01 7/21/17 J-27.15-00 ..... ... .3/15/12 J-50.16-01....... . .. . 3/22/13 J-28.10-01 ...... . ..5/11/11 J-50.20-00.. .... . . ......6/3/11 IK-70.20-01. 6/1/16 K-80 10-01 6/1/16 K-80.20-00 . 12/20/06 I K-80.30-00 2/21/07 K-80.35-00 2/21/07 K-80.37-00 2/21/07 I L-10.10-02... . . ....6/21/12 L-40.10-02 .... .. . .. ..6/21/12 L-70.10-01 5/21/08 L-20.10-03. . . .. . .7/14/15 L-40.15-01 6/16/11 L-70.20-01 5/21/08 L-30.10-02 ... . ... 6/11/14 L-40.20-02 .. .. 6/21/12 IM-1.20-03 . ..6/24/14 M-12 10-01 6/28/18 M-40.10-03 6/24/14 M-1.40-02 .... . . .....6/3/11 M-15 10-01 . ...... .. . . 2/6/07 M-40.20-00. 10/12/07 I M-1.60-02... . . 6/3/11 M-17.10-02 . 7/3/08 M-40.30-01 7/11/17 M-1.80-03 6/3/11 M-20.10-02 .. . ... .... .6/3/11 M-40.40-00.... . . ....9/20/07 M-2.20-03 ...... . ..7/10/15 M-20.20-02 ..... . .. ...4/20/15 M-40.50-00 9/20/07 M-2.21-00 . ...... . .7/10/15 M-20 30-04 .... . 2/29/16 M-40.60-00 9/20/07 I M-3.10-03. ..6/3/11 M-20.40-03 .. . ... .....6/24/14 M-60.10-01 6/3/11 M-3.20-02. . . .. ......6/3/11 M-20.50-02 .. ....... . ...6/3/11 M-60.20-02 6/27/11 M-3.30-03... 6/3/11 M-24.20-02 .. .. ...... .4/20/15 M-65.10-02.. .... ......5/11/11 I M-3.40-03 6/3/11 M-24.40-02 4/20/15 M-80 10-01. 6/3/11 M-3 50-02 6/3/11 M-24.50-00 ..... ... ..6/16/11 M-80.20-00. 6/10/08 M-5 10-02. 6/3/11 M-24.60-04 . .6/24/14 M-80 30-00 .. 6/10/08 M-7 50-01 . .. ..... 1/30/07 M-24.65-00 .. ...... ...7/11/17 I M-9.50-02 6/24/14 M-24.66-00 ..... . . . .7/11/17 M-9.60-00 2/10/09 M-11.10-02 . .. 7/11/17 I I I I I I G:\PROJECTS\2018\18105E\Spec\18105 SPEC.Docx NEI 11111 EN NM M MIII Ell I MN E 1111. MIE IIIIII E GROUNDING CONDUCTOR-NON-INSULATED NOTES 04 AWG STRANDED COPPER-PROVIDE CONDUIT COUPUNG-INSTALL 3'-0"MIN.SLACK(ROUTE CONDUCTOR -FLUSH WITH TOP OF BARRIER 36" 1 See Standard Plan J-28.40 for Luminaire Pole base mounting details. TO LUMINAIRE GROUNDING STUD) (DO NOT GLUE PVC STUaOUT) - 3"(IN)DIAM.x 3/4"(IN) . 1 EIGHT 117 BARS, 2. The Strap Templates shall be held in place by nuts,6"(In)from the top of the foundation GROUT WELL(TYP.) y EVENLY SPACED and 3"(In)from the bottom of the anchor bolts.Eighteen heavy duty hex nuts and six • ,_ -3/4"(IN)CHAMFER(IYP.) �:1\ round washers are required for a slip base assembly Eighteen heavy duty hex nuts and y i _ `� CENTER THE CONDUIT six plate washers are required for a fixed base assembly -€ i 11 IN THE FOUNDATION .d�l •" • 07 REINFORCING )0....!,--. ` 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding a I STEEL BAR l' 4H 1 V Use Type B for slopes steeper than 4H 1 V,but no exceeding 2H 1V M1 �_ i > 11.- Slopes steeper than 2H.1V shall require a special design.„ _ . MI �'� S4 REINFORCING �_� x fir'/ /JSTEEL HOOP \ / 4. These foundations are designed for a minimum of 2000 PSF(TYPE A)or 1500 PSF i / PE B allowable lateral bearin assure for the soil.A sANCHOR BOLT(TYP.)- (fY ) g pr pecial foundation shall be SEE TABLE L �.- / C-3"C DIAM.BOLT required for soil with allowable lateral bearing pressure lower than 1500 PSF • CIRCLE(TYP.) 0 r '' �' 5. The Luminaire Pole height shall not exceed 50'(ft)(H1). 04 HOOP(TYP.) 6. Slip bases shall not be installed on 50'(ft)(H1)poles with Double Mast Arms,nor on 1O 1°(IN)DIAM.CONDUIT-CAP EACH TOP VIEW poles weighing more than 1000 lbs. END-PROVIDE ADDITIONAL CON- HEAVY HEX DUIT FOR COMMUNICATION OR FIXED BASE NUT(TYP.)- SEE FIXED BASE FOR DETAILS NOT SHOWN SIGNAL CABLE WHERE SHOWN 7 Slip bases are required on poles installed inside the Design.'".leaf Zone,and on poles SIZE TO MATCH IN THE CONTRACT installed behind traffic barrier that are within the traffic barrier deflection zone. ANCHOR BOLT- PARTIAL ELEVATION VIEW 3/4"(IN) SEE TABLE _ v CHAMFER(TYP.) 8. Foundations constructed within Media Filter Drains shall be•ncreased in depth by '' SLIP BASE \ Z the depth of the Media Filter Drain. 4?, l 5.1 ��f 9. Exposed portions of the foundation shall be formed to create a Class 2 surface finish. i e. l✓ ROUND WASHER SIZE TO 116.._ MATCH ANCHOR BOLT � All forming shall be removed upon completion of foundation construction. (TYP.)-SEE TABLE Z t ir"21 } 1 s I 1 ; 10. For excavation,concrete placement,and backfill options,see METHOD 1 and o .. ` o i is METHOD 2 on Sheet 2 of 2. ,' STRAP TEMPLATE I I ��1 I � 11. The anchor bolts shall be high-strength steel,manufactured from ASTM F1554 Grade SEES MBDET IA Yam.) ' ��j, 1: V( 105,with to ASTM F2329.hex nuts and hardened washers.Galvanize the anchor bolts according I +'� z 5 12. The foundation shall be grounded in accordance with the requirements of a y Standard Specification 8-20.3(4). aANCHOR BOLT(TYP.)- EMEND THE CONDUIT 6"(IN)MIN. i —�I 13. See Standard Plans C-8h and C 85.14 for steel li ht standarits on traffic banter SEE TABLE BEYOND THE FOUNDATION OR THE 11 I—� ii 11 v 9 CONTROLLED-DENSITY SACKFUL i i 41 I@1 ;v4 HOOP(TYP.) I I $o ' m W , p ZERO CLAMP CONDUCTOR TO STEEL ) 0 <a~ / `` Q B �, _ REINFORCING BAR WITH LISTED_ ( Lu W 0 VQ~� •e'p1 A9y'' '�6 CONNECTOR SUITABLE FOR �\I FL` ill I USE EMBEDDED IN CONCRETE Zw I- I O " J � ,"„ a ,:... 4 a. 0a 1'\ 0 ,-f�._" 4 (D.1/16"(IN))DIAM. <m _ ._- 4yi (TYP.) CONCRETE CI ASS 4000P �_ .. 0 25476; , HOLE P.- z54To Qr °ISOMETRIC VIEW SEE TABLE 1 LL SLIP BASE 4' AL t� ANCHOR BOLT ASSEMBLY 1/4"(IN)STEEL BAR(TYP.)- 11' q7(TYP.) s�ONAL �� 2"ON)WIDE x1'-3'LONG - _(SLIP BASE SHOWN) Zeldenrurt,Richard ANCHOR BOLT TABLE v 21fI CLR. O /"�`�� Jun 10 2014 10:37 AM STEEL MAST AllikII I I I \ o• ° OUNDA770NTTYPES A&B LUMINAIRE MAST ANCHOR BOLT n 1T_-- t_ HEIGHT(FT) ARM ARM DIAMETER(IN) ' TT STANDARD PLAN J-28.30-03 (Ht) TYPE L(FT)" "D" ®' -©' 7---- Z r FIXED BASE SHEET 1 OF 2 SHEETS 20'TO 50 SINGLE 6 TO 16' 1" I , i 1'-1°(rYP.) i 'n ANCHOR BOLT LAYOUT APPRO./ED FOR PUBUCATION 20'TO 50' DOUBLE 6'TO 6' 1" SEE SLIP BASE FOR DETAILS NOT SHOWN J) Rakotich,Pasco /"a-. -.� A m 11 2014 1:33 PM Kr TO 45' DOUBLE 10'TO 16' 1" TOP VIEW ELEVATION VIEW -"°' MAWP167EA 0' DOUBLE 10'TO 16' 1 t/a" Wa:Mnpbn toot.waa,mrnt of Tnenpmtntbn 46'TO 5 STRAP TEMPLATE ASSEMBLY FIXED BASE MI KM M NOTE 1 1 I These foundation Construction Methods are applicable to all Steel Light Standard Placement Cases.See Standard Plans EDGE OF---2_,.... EDGE OF J-28.22,J-28.24,and J-28.26. SHOULDER SHOULDER LUMINAIRE POLE LUMINAIRE POLE POLE BASE POLE BASE SLOPE ROUNDING SLOPE ROUNDING 77 7,l'i-7%-II �j ___ "D 0,i v/' \`'//�//•-a�II EMBANKMENT i , /°".`\`.1 WIDENING •y EMBANKMENT i ammaimele6 �• ;' WIDENING / I .. �g�� SLOPE 2H 1V(MAX.) 4: i \�\/ ���' / OR FLATTER o si,• / �� s y� , ra/ 'a-e� UNDISTURBED SOIL /. .• % +'P1� UNDISTURBED SOIL, -'!`' ��ay . '',� P. i SLOPE 2H 1 V(MAX.) �, (rYP.) / „'" •+�- W W ) \,,. i / OR FLATTER 4 m \/` __ F---' _ -�. /!/ TEMPORARY SLOPE OR • r r //'\ = , \ SHORE AS REQUIRED(TYP.) LIGHT STANDARD % I le W "1- -: METAL FORM FOR LIGHT �� \ FOUNDATION \G• 1/ CONCRETE CLASS 4000P STANDARD FOUNDATION \>i M'I �/ OVER-EXCAVATED AREA SHALL BE BACKFILLED I ,.Y , S. 't' WITH CONTROLLED-DENSITY FILL(CDF),OR WITH V. i • \ i r COMPACTED BORROW IN ACCORDANCE WITH / STANDARD aPECIFlCATION a•20.3(2) CONCRETE CLASS 4000P - i o ,!\�t r./�7\/`likt1/4‘ LIMITS OF EXCAVATION STRUCTURE O y 9'-0"DIAM. UNDISTURBED SOIL 0 1'-0" 3'-0"DIAM. (TYP.) -UNDISTURBED SOIL (CASE A SHOWN) (CASE A SHOWN) i m g METHOD 1 METHOD 2 o NO SUBSURFACE FORM METAL(SUBSURFACE)FORM REQUIRED This option is used only when the existing soil in the hole will When the existing soil will not retain a vertical face,over-excavate remain standing and the cement concrete can be placed with- the foundation area and Install a 36"(in)diameter corrugated metal out causing the soil to collapse.Concrete shall be cast directly (pipe)form.The corrugated metal form shall not extend more than against undisturbed soil. 5"(in)+/-1"(In)below any portion of the foundation that will remain I) Q ZEL exposed upon final grading.Continue forming to full height using a bQ�x 04 mail Auger the hole for the foundation.Use a paper or cardboard form paper or cardboard form to achieve a smooth finish on final exposed VZ`g 46-' to achieve a smooth finish on the final exposed cement concrete. cement concrete.Support the form as necessary to remain plumb. Ja Support the form as necessary to remain plumb. See Standard Plans J-28.24 and J-28.26 for-maximum heights a fr' ¢ See Standard Plans J-28.24 and J-28.26 for maximum heights of exposed foundation when no embankment widening is to be 90`4" r2 fri 7 � of exposed foundation when no embankment widening is to be installed. es eL 42• installed. Place the concrete foundation. /ONAL % Place the concrete foundation. Zeldenn,st,Richard After concrete has cured,remove the paper or cardboard f�G'/,.off-71--Jun 10 2014 10:38 AM After concrete has cured,remove the paper or cardboard form portion. r cam„ form portion. STEEL LIGHT STANDARD Backfill with controlled-density fill or compacted borrow in accord- FOUNDATION TYPES A& B Construct the embankment widening(if required). ance with Standard Specification 6-20.3(2). Construct the embankment widening(if required). STANDARD PLAN J-28.30-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBUCATION 4 e.�" RAM.,Roca CONSTRUCTION METHODS /`(/ 33 PM sure aesmx DOIMEEn "` WoahUgbn Stare o.pmlm.nl el Tran,p•Nolbn = - = - OM - = - - NM NM — — r — M ME NM MI LUMINAIRE HEAD ,..( _ — SINGLE OR DOUBLE MAST ARM AS REQUIRED ___ ------------ ._.. __ _ --- ----- ------ -- 1. --- — (• INSTALL SIZED REDUCING WASHER (—AND CONNECTOR TO SECURE CON- at O DUCTORS AT END OF MAST ARM(TYP.) ' TO GROUNDING o NUT CONDUCTOR w �\\ \ �//J�DISCONNECTS LT. `I� / " j 1 1„ A t,/ POLE AND BRACKET �% _POLE AND BRACKET CABLE- \ \ t �" CABLE-TO LUMINAIRE 1'MAX. o /' TO LUMINAIRE HEAD t \` HEADS ^-'".�" `I t', V •CONDUCTOR etl % i J I•.n - ATTACHMENT BRACKET t t, \^n LEAVE 2"(IN)(MAX.) / ' CONDUCTOR \1' OF OUTER JACKET OF / i; ATTACHMENT i HAND -_ POLE AND BRACKET / _HAND BRACKET HOLE CABLE AT BOTTOM OF HOLE `��1 CLAMP(TYP.) t MCI GROUNDING NUT -- .___ DETAIL C .___________ —ELIMINATE ALL SLACK I`, ELIMINATE ALL SLACK RMC CONDUIT GROUNDING NUT - �. " HAND HOLE \ STRIP OUTER JACKET / _ _� TO GROUNDING OFF POLE AND SINGLE QUICK /" U NUT CONDUCTOR BRACKET CABLE- `\ -Q ( DISCONNECTS LUMINAIRE POLE I 1 I / DISCONNECTS : )A _ „kV. Si '` I 1111 . . + _•!'�``"�11�II 1.L11 / i"MAX. n (�i•131 n� t'IFfll�;1 </ n • ...... -lid I � n n / ' > • i SEE DETAIL"C'OR"D" SEE DETAIL"C"OR"D"_.___�-- " ' \``n •n PER CONDUIT TYPE PER CONDUIT TYPE BASE WIRING DETAIL FOR SINGLE MAST ARM FOR DOUBLE MAST ARMS � BASE WIRING DETAIL - (SLIP BASE SHOWN-FIXED BASE SIMILAR) (SLIP BASE SHOWN FIXED BASE SIMILAR) DETAIL"D" PVC CONDUIT JOSEpy 4. 5'-0"MIN.(PREFERRED) ,cr„cy., -'Ih� - 1D'-0"MAX. _ POLE AND BRACKET �( ¢ CABLE_� e li: 90� A�:,I.M2o Q '<v ( EQUIPMENT BONDING JUMPER-FROM Ef 5f 5T6& `� LIGHT STANDARD BASE RMC CONDUIT 'X�ONAL G� (SLIP BASE SHOWN- } TRAVELED WAY SHOULDER FIXED BASE SIMILAR) \ t _ FINISHED GROUND O EQUIPMENT GROUNDING CONDUCTOR ... ...___._._...___, LINE q . Bade).Ted NOTE. AND O2 MAY BE SAME WIRE av /and 64'(" Jul IR 20179.51 AM / / a - >EQUIPMENT BONDING JUMPER-FROM STEEL LIGHT STANDARD FOUNDATION• WIRING DETAILS JUNCTION BOX- Z ®DOUBLE QUICK DISCONNECTS-PULL SEE JUNCTION BOX _./'� DOWN TIGHT TO CONDUIT(SHOWN STANDARD PLAN J-28.70-03 LEFT UP FOR CLARITY) WIRING DETAIL, SHEET 1 OF 2 SHEETS SHEET 2 rZ_ ::: _ ___ __ ___-- • n APPROVED FOR PUBLICATION -- - - - -- - _ CONCRETE FOUNDATION- `__ SEE STANDARD PLAN J-211.30 f.5i '°"'-q1'"""" .a,t \—__-- STPT..DESIGN ENCINEEFI \ j Washington State Department of Transportation TYPICAL LOCATION OF JUNCTION BOX AND FOUNDATION -" MO IIIIII MO NM NMI NMI MN OM w NOTES 0 2 _SPLICE(TYP.)- 1 Each wire shall be physically separated by at least z SEE SPLICE DETAIL CONNECTOR 1/4"(in)so that sealing material can fill in between 1'MIN. 1"MIN. I WIDTH VARIES 1 1"MIN, I 1"MIN. SINGLE WIRE the wires;where heat shrink tubing is used for the y SEE DETAIL'A"OR"B" SINyyGjRE \ SEE NOTE 2 (TYP.) k-3/15"-11716'�I (TYP.) SEE NOTE 2 outer splice enclosure,it shall meet one of the m r PER CONDUIT TYPE I - following requirements: Z 1_ 1 i 1 .- ------ ------ 1/4"MIN.-SEE NOTE 1 a. Have separate ports for each conductor o 5.=_-r . ("WYE"or"X"shaped tubing). -or- —.-ii_ \-SINGLE WIRE b. Have rubber electrical mastic tape wrapped S) LIMITS OF SPLICE ENCLOSURE-5"MIN. around each conductor to ensure a weather- proof seal.See Rubber Electrical Mastic Tape �� �r 'i --)aid �1iI` / 1 CONNECTOR ASSEMBLY- Installation Detail,Standard Plan J-50.05. © --_,IA _ ' �� f' SEE CONNECTOR AND../ � CONDUIT- INTERNAL SEALING SPLICE DETAIL 2. Heat shrink tubing shall extend a minimum of one RMC OR PVC DETAILS BELOW inch onto the original wire insulation of each wire �` w.�' in the splice.Rigid splice enclosures shall be centered over the crimped connection. I?kSCJ� o OD STEP 1-CRIMP CONNECTION 3. Electrical tape used in splicing applications shall ��) ( `b •9:O // SINGLE WIRE CRIMP SPLICE/--SINGLE WIRE be 3/4"(in)wide,be UL listed under UL 510,and / be CSA Certified under C22.2 NO 197-M1983. GRAVEL PAD L { / { 4. Crimp splices shall be installed with an approved '� crimping tool for the type and size of crimp splice used.Pliers and similar multi-purpose tools may - not be used. JUNCTION BOX WIRING DETAIL STEP 2-WRAP CONNECTION FOR GROUNDING REQUIREMENTS,SEE STANDARD PLAN J-60.05 VINYL ELECTRICAL TAPE (SEE NOTE 3) "MIN. f CONNECTOR 1"MIN. GROUNDING END -CONDUCTORS I 1 SEE NOTE 2 WIDTH SEE NOTE 2 CONDUCTORS END BELL BUSHING BUSHING '� //�"—�� r ? aosE� (61,:al: / 1'\1 (1 [, 1\____ O OF WASy/ � REMOVE ALL SLACK hi �� 7REMOVE ALL SLACK / O fi'BEFORE INSTALLING- C )+; BEFORE INSTALLING 1 � TAPE V 9CABLE TIE -1�: ).__.1 CABLE TIE ■� S >,e WIDTH J `� 9 �, S ��/ --- 7 8 A VERLAP WIDTH (012 TAPE �,p //B 3982g0A�O��� 'I--- ,I DO V WIDTH) 6'Js I ST/�C.i" O DETAIL"A" DETAIL"B" \ , s TONAL F' RMC CONDUIT PVC CONDUIT TAPE OVERLAP DIAGRAM ��y--����� ` ¢, Bulky,red " Jul IS 20179.S2 AM WHEN USING WRAPPED VINYL ELECTRICAL TAPE. STEEL LIG(C((////HT STANDARD -INSTALL TWO LAYERS OF SPIRAL WRAPPED TAPE. WIRING DETAILS -EACH SPIRAL LAYER SHALL HAVE AN OVERLAP OF 1/2 O EQUIPMENT BONDING JUMPER-FROM O APPLICATION FOR FIXED BASE SIMILAR,EDD A OF THE TAPE WIDTH(SEE DIAGRAM ABOVE). RMC CONDUITEXCEPT NO CABLE TIE S REQUIRED STANDARD PLAN J-28.70-03 JUNCTION BOX SHEET 2 OF 2 SHEETS NOTE: SO AND©MAY BE SAME WIRE OB 24"(IN)MIN.SLACK REQUIRED TO ALLOW APPROVED FOR PUBLICATION ©EQUIPMENT GROUNDING CONDUCTOR QUICK DISCONNECTS TO BE PULLED �.�..,..mn OUTSIDE HAND HOLE 6"(IN)MIN. ;1 ''''' " ' '"'A, , p CABLE TIE-120 POUND TENSILE CONNECTOR AND INTERNAL STATE DESIGN ENGINEER STRENGTH.BLACK SEALING DETAILS 7 Washington Sat,.Depntlm.nf uI Transportation MI 11111 NIS NM Nil NMI 111111 E TAPER DIVIDER ENDS NOTES TO MATCH INSIDE - -- - -®-G- JUNCTION BOX DIMENSION TABLE 1. All box dimensions are approximate.Exact configurations vary among manufacturers. TAPER OF BOX BOX INTERIOR LENGTH-1/18' o 2. Minimum lid thickness shown.Junction Boxes Installed In sidewalks,walkways,and shared-use 6 5/18(IN)•1'IN S.S. (TYPO 1/4 01 BOX TYPE COUPLING NUT 5t18"(IN) 1 1/2'(IN)S.S. K ITEM paths shall have a slip-resistant coating on the lid and lip cover plate,and shall be installed with O SET SCREW(TYPJ 2TYPE 1 TYPE 2 the surface flush with and matched to the grade of the sidewalk,walkway,or shared-use path. g ( ) y" 10 GAGE A OUTSIDE LENGTH OF JUNCTION BOX z2• 33' The non-slip lid shall be identified with permanent markings on the underside,indicating the n GALVANIZED type of surface treatment(see Contract Documents for details)and the year of manufacture. DIVIDER PLATE STEEL B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2' The permanent marking shall be 1/8"(in)line thickness formed with a mild steel weld bead and ELEVATION VIEW SIDE VIEW C INSIDE LENGTH OF JUNCTION BOX 18"-19' 28'-29" shall be placed prior to hot-dip galvanizing. 2 (FOR TYPE 2 JUNCTION BOX ONLY) D INSIDE WIDTH OF JUNCTION BOX 13"-14' 17"-18" 3. Lid support members shall be 3/16"(in)minimum thick steel C,L,or T shape,welded to the frame. c E LID LENGTH 17 5/8" 28 5/8' 4. A 1/4-20 NC x 3/4"(in)stainless steel ground stud shall be welded to the bottom of the lid;include A stainless steel nuts and(2)stainless steel flat washers. LID SUPPORT(TYP.) C F LID WIDTH 12 5/8' 181I8' (2) (SEE NOTE 3) CAPACITY-CONDUIT DIAMETER 8' 1r 5. Bolts and nuts shall be liberally coated with anti-seize compound. E 3/18•(TYP.) 6. Equipment Bonding Jumper shall be#8 AWG min.■4'(ft)of tinned braided copper GROUND STUD DIAMOND PATTERN 3/8"(IN)STEEL COVER (TYP.) 7 The System Identification letters shall be 1/8"(In)line thickness formed with a mild steel weld bead.See (SEE NOTE 4) 7 3/18 1 12 (SEE NOTE 2) UP PLATE(TYP.) Cover Marking detail.Grind off diamond pattern before forming letters.For System Identification details, J • a c t LID SUPPORT(TYP.) see Standard Specification on 4. COUPLING NUT -t-- -� (�� --- FOR ALTERNATIVE 2- __ _ WELDED WIRE 8. When required in the Contract,provide a 10"(in)x 27 1/2°(in),10 gage divider plate,complete,with SEE SHEET 2 "-' -Z LID C d Q' ' I FABRIC(TYP.) (TYP) 1, fasteners,in each Type 2 Junction Box where specified. LID LIFTING NOTCH- I '� I I. HOOK ',N.' Q 9. When required in Contract,provide a 12"(in)deep extension for each Type 2 Junction Box where specified. 1/4"(IN).3/4'(IN) I_ (TYP.) O O O R SEE �O 10.See the Standard Specifications for alternative reinforcement and class of concrete. O r` NOTE 7 _ ,i I 11 Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to '! (' �� LL a the vertical Welded Wire Fabric when in contact with each other Wire tie all other Headed Anchor Shear HEADED ANCHOR SHEAR / I C I 1 Studs to the horizontal Welded Wire Fabric. STUD-316'(IN)•3'(IN)10 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of COUNT STUDS EVENLY d 4, b "' I SPACED AROUND FRAME . , a}. welding.Attachment Tab shown depicts atypical component arrangement;actual configurations of (PLACE TO SIDE OF LID I I ' I t assemblywill varyamongmanufacturers.See approved manufacturers'shop drawings specifics. r- - r PP 9 PeG BOLT DOWN SUPPORT A- 'I'- - f ----- - - L NGLE WHEN USING LOCK- `___ -. __ I 13. Unless otherwise noted in the plans or approved by the Engineer,Junction Boxes,Cable Vaults,and ING DETAIL ALTERNATIVE a Ti I Q ._.__..t. �� Pull Boxes shall not be placed within the sidewalks,walkways,shared use paths,traveled ways or paved - -'--- • HEADED ANCHOR Y 2)(SEE NOTE 11) SHEAR STUD(TYP.) , 1\ shoulders.All Junction Boxes,Cable Vaults,and Pull Boxes placed within the traveled way or paved 1 3/8"(IN)DIAM.HOLE WITH <:::: D (SEE NOTE 11) Mip shoulders shall be Heavy-Duty 1/2-13*1 1/2 STAINLESS WELDED WIRE HOOP(TYP.) WWF WIRE TIED TO 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6"(in)min.to 8" in STEEL PENTA HEAD BOLT 1 1/4"GAP(TYP.) 4' (SEE NOTE 10) HEADED ANCHOR ( ) FOR HOOK RELEASE r-ccyp,) max.for final grade of new construction only See Standard Specification 8-20.3(5).Where adjustments BOLT PLATE-SEE DETAIL SHEAR STUD(TYP.) are to be made to existing Junction Boxes,or for interim construction stages during the contract,the LOCKING LID STANDARD SECTION OD limits shall be from 6"(in)min.to 10"(in)max.See Standard Specification 8-20.3(6). m,P�3/18 N 3/4 DUTY JUNCTION BOX 311E 3/4 (CONDUITS NOT SHOWN) PERSPECTIVE VIEW TOP OF SOIL A 3/8"(IN)STEEL B GROUND STUD(SEE NOTE 4) 3OSEp4, SURFACE OR COVER LIP PLATE O Equipment Grounding COUPLING NUT FOR ALTERNATIVE 2- C etz FINISHED GROUNDING STUD 1 112•MIN. Conductor I SEE DETAIL"E"ALTERNATIVE 2 Q� R,p4 BASy7 GRADE (SEE NOTE 4) TOP OF PAVED 1 1/2 MIN. O ��. >��,�, 3t8•(IN)STEEL 3/18'J SURFACE . Copper Soldedess 3/8(IN)STEELUD SUPPORT(TYP.)- Ri J-5i COVER PLATE - i TOP OF BASE Crimp Connector COVER PLATE 3/16' L SHAPE SHOWN F _ ,,,4 g LID HOOK I (SEE NOTE 3) COURSE (NP'i -.0 Q Equipment Bonding _ _ ����� 3/8"(IN).3"(IN)HEADED ANCHOR Ix_ �1 e6� ry Jumper(See Note 6 s: asezo o �- .;—� • c ) 1 I SHEAR STUD(TYP.) ,G P,-4 0 '5 "' s 1 w F �, ®See Contract for conduit _ 1 e'7 _ WELDED WIRE �ssl sT 6�G` ONAL 'z size and number FABRIC(TYPJ 6 —I (VONF)4.4-W2.9"W2.9 • xs =wcil (8 GAGE)(SEE NOTE 10) L�t 7�? i,I0y.l d ° >, 1 MAN I ; COVER MARKING DETAIL r WELDED WIRE HOOP (J'"'r .7 Ap'25 2015 9.32 AM w 3• ..1; 2' OJ 8 MIN. © (TYP.)W2.9(8 GAGE) LOCKING LID STANDARD m o 'r x• 3 (SEE NOTE 8) t'.•.MIN.; Si w ^1'(TYPO =1'(TYP•) (SEE NOTE 10) DUTY JUNCTION BOX T @` 7 M I h_} }' •'�:�:� % TYPES 1 &2 I �" CRUSHED SURFACING(BASE i., T� 2 LL COURSE OR TOP COURSE)-PERZ 0 1rz'(TYP• _ STANDARD PLAN J-40.10-04 Si STANDARD SPECIFICATION 9 03.9(3).,',, Co f a 1 `O E. .is, = O 3!-��,�>. SHEET 1 OF 2 SHEETS a t.. H~ t %00,.... I.S:i}i�� 4 0 0 0 4 C 1/4"CLEAR APPROVED FOR PUBUCAT1ON p,�..d.e... ^•+ma"x,.art 4 PVC„- O X. LAROUND ®GRS CONDUIT 0I I T �as�astes. (ft�f� pe 3916]n PM 1 DUIT a4&4N,ifOTE O MAM MUM!enowcn �'' SECTION OB SECTION O SEENOTE7 wmhinpbnsMO.pmimonlelrmmponoten (CONDUITS NOT SHOWN) -" B an S — i I N NM N NM I M M NM E MIN UNMIS r 12-13 x 1 12 S.S.PENTA HEAD LID UFTING NOTCH-1/4'(IN)x 3/4"(IN) 1/4-LID LIFTING NOTCH 2' __ 2 1/2" BOLT AND 1/2'"(IN)S.S.FLAT WASHER 1 3/16" LID SUPPORT-L SHAPE SHOWN Y'F - 1 318'(IN)DAM.HOLE 3/8"(IN)STEEL COVER PLATE- 3/8'(IN)STEEL 318"(IN)STEEL (SEE NOTE 3) 3/16' 1 2'(IN)x 1/4•(IN)-3 1 ,1 5J6• K �� SHOWN CUT AWAY FOR CLARITY COVER LIP PLATE COVER PLATE GAGE STEEL SPACER I '� p BOLT PLATE CHANNEL- v 3/8'(IN)STEEL 12-13 a 1 12 S.S.PENTA HEAD 1 O SEE DETAIL lR 3/16 I (TY ) //��/�����������������/i. BOLT AND 12'(IN)S.S.FLAT WASHER j' > G P. COVER LIP PLATE siz,zp (FM.) 3/16 —• //0 3/16 I 1 12 �118 i 3/18 '1 (TYP.) r p' PZ4,'&0/. S-3 . 1"(IN) 1��rr�� G I G mil ro 1 F BOLT PLATE CHANNEL- HORIZONTAL 2°(IN)"1/4•(IN)-3 GAGE 1 LID SUPPORT- 1/8 I �$� �6 e's� SEE DETAIL " STEL SPACER ��i! / LID HOOK-1"(IN)x 5. �, — SLOT � �'" --L SHAPE SHOWN 3!18 1"(IN)x 3/18'(IN)ANGLE 3/16 V 1 1/2 _ 0 i_ SLOTTED STEEL CHANNEL O (SEE NOTE 3) '!� 5/8•(IN) 1"(IN) ('IYP) I !•'}'� 13H8 _ -.. ©(SEE NOTE 8) HORIZONTAL SLOT 3!16 It HEX COUPLING NUT LID SUPPORT- �� y,,,,� WWF-WELDED LDSPE SHOWN WWF-TIED IN PLACES UD BOLT DOWN TO LIP PLATE (SEE NOTE 3) TO EACH HEADED `` 1 6/8"(IN)SLOTTED S.S. S ATTACHMENT TAB- ANCHOR SHEAR STUD 3/16 I \ I 3/18 I CHANNEL WITH S.S. - -- SEE DETAIL WELDED WIRE QI CHANNEL NUT AND SPRING W WF<"4-W2 9"W2 9(NPJ fp HEX COUPLING NUT HOOP(TIT.) (6 GAGE)(SEE NOTE 10) \-1 S.S.8/18-NC"718"(IN)WITH DETAIL OF W2.9(6 GAGE) O S.S.5/18-NC x 3f4'(IN)BOLT (SEE NOTE 10) SECTION 03/8'IN ALTERNATIVE 1 SHOWN ( )"3'(IN)HEADED LID BOLT DOWN ATTACHMENT 8(3 EACH)S.S.5/16•(IN) PERSPECTIVE VIEW ANCHOR SHEAR STUD- TAB-SEE DETAIL FLAT WASHERS WELDED TO LIP PLATE LID SUPPORT- 1/4'LID LIFTING NOTCH DETAIL 0 L SHAPE SHOWN ALTERNATIVEATTACHMENT (SEE NOTE 3) 3/18"rt 0 3/16 V ALTERNATIVE 1 SHOWN LID BOLT DOWN ATTACHMENT TAB 12-13"1 12 S.S.PENTA HEAD (SEE NOTE 12) 3E (IN)STEEL HEAD 13 x 1 12 S.S.PENTA BOLT AND 12'(IN)S.S.FLAT WASHER COVER LIP PLATE HEAD BOLT AND 1/2"(IN) 9/18' IN S.S.FLAT WASHER 1 3/8"(IN)DIAM.HOLE 2" Dom) 2' 2" LID LIFTING NOTCH-1/4"(IN)"3/4"(IN) iD�����I A IG-... v����������/i BOLT PLATE CHANNEL- rrt" HOLE 1 12� _ 7 ����.-- SEE DETAIL u IN)STEEL COVER PLATE- SHOWN CUT AWAY FOR CLARITY 1 11/8 ��Ico F ��i BOLT PLATE CHANNEL- , �� — 1 j I 0 � ■ SEE DETAIL �i��� - r -- -- 6/B(iNI�)x 3/16 1112 =`/.I� 1>�yJ\/�/ I 7H 8" xr 1 '�VERTICAL 3/16 112 m (IN) II 1 I SLOT WWF-TIED IN a`� ©(SEE NOTE B) �P' 3/16 � i 3!4'(IN) PLACES TO HEADED • _ I, d,� LID SUPPORT-L SHAPE _{ SLOT ANCHOR SHEAR STUD .� 4 I Zis _ ',H s•�" SHOWN(SEE NOTE 3) - - - 1 1 ;I WWF4"4-W2.9GW2.9 O 5 EXPOSE LID BOLT CI DIAM.HOLE (TYP.)(6 GAGE) d'''' BOLT DOWN y _SUPPORT ANGLE TO ATTACH r i (SEE NOTE 10) - ` ATTACHMENT TAB-- O ALTERNATIVE 2 LID BOLT DOWN 2"(IN)"3'(IN)x I • HEX COUPLING NUT SEE DETAIL 3 12" ANGLE ATTACHMENT TAB 12'(IN)S.S.HEX NUT —1/4"(IN)ANGLEC+l Lt 3/8"(IN)x 3'(IN) , __S.S.5/16-NC"7/8'(IN)WITH _ HEADED ANCHOR S.S.5/16-NC"3/4'(IN)BOLT 8 THREE LID BOLT DOWN SUPPORT 7/16•(IN)"3/4'(IN)SLOT _ SHEAR STUD-- EACH S.S.5/16"(IN)FLAT WASHERS ANGLE^2'(IN)"2'(IN)" BOLT PLATE CHANNEL WELDED TO \ 1/4'(IN)ANGLE 12"(IN)S.S.HEX NUT LIP PLATE L,LID BOLT DOWN SUPPORT ANGLE- 1 1/2"(IN)"3'(IN)x 1/4"(IN)ANGLE DETAIL 0 ALTERNATIVE 2 SHOWN 1/8 (TMP-) 41y, JOSEpy DETAIL OE PERSPECTIVE VIEW O OT WASH/ O ALTERNATIVE 2 SHOWN ALTERNATIVE 2 0 ATAV _e t�,•-, 12.13"112 S.S.PENTA HEAD BOLT AND VT(IN)S.S. LID BOLT DOWN ATTACHMENT TAB as�a FLAT WASHER (SEE NOTE 12) F "� 3/16' 1 1/8'(IN)"2'(IN) 12-13 x 1 12 S.S.PENTA HEAD BOLT 3�' 3/8-(IN)STEEL '" 1 1/8"(IN)"2"(IN) VERTICAL SLOT AND 12'(IN)S.S.FLAT WASHER 0 ,l/,/�r 4) COVER LIP PLATE VERTICAL SLOT v G q 39820 O 44 m,P) 1 U 318"(IN)PLATESTEEL COVER 1/8'(IN)"3/4"(IN) A� B6'13TB&Q' � V����������A���R�N //. 3/16 I AWAY FOR OWN CLARITM �j— 1/4"(IN)STEEL PLATE tONA L T'G a STEEL ANGLE S 1/8 4 i l 0 3/18 r (TYP.) \� / .1 1/4"(IN)STEEL n.ay1� S �' ._ PLATE '' ��rr2 Apr'_5 20169 13 AM 1/8'(IN)x3/4"(IN) 3/16I112 -; Cttr!y , 3/16 I 1 12 ill- STEEL ANGLE IH '�/_—N LID SUPPORT- 4" 3 3/4" 1/6 LOCKING LID STANDARD WAIF^TIED IN 2 �� 4 • C ��/ L SHAPE SHOWN .v I .I I ,.• y DUTY JUNCTION BOX PLACES TO HEADED 4 3116 I 1/8'(IN)x 3/4"(IN r (SEE NOTE 3) ffij ANCHOR SHEAR STUD ANGLE(TYP.) / . 'T '� -• TYPES 7 &2 1/4"(IN)STEEL PLATE T1 - STANDARD PLAN J-40.10-04 WWF 4"4-W2.9xW2.9 '4 4• 1/4"(IN)S.S.PLATE \ I 3/4'(IN) f �� SHEET 2 OF 2 SHEETS (TYP.)(6 GAGE) LID SUPPORT-L SHAPE SHOWN 1/6 RADIUS (SEE NOTE 10) .1 (SEE NOTE 3) 1l8'(IN)"3/4'(IN)STEEL APPROVED FOR PUBLICATION 3/8•(IN)"3"(IN) ANGLE-RIGHT ANGLE 12'HEX NUT ANGLE( �"MIRROR IMAGE !1� AprCarpaver,n Jet HEADED ANCHOR SHOWN,MIRROR IMAGEFOR LEFT ANGLE easfte4e+. 7"'n STEEL 6 Ar11a'AI6 S 1'PM SHEAR STUD- DETAIL O FOR LEFT ANGLE ALTERNATIVE 3 STARUbx3NGN000£R WELDED TO DETAIL OE LID BOLT DOWN ATTACHMENT TAB V/Lys„state a TnMpeMllen ALTERNATIVE 3 SHOWN LIP PLATE ALTERNATIVE 3 SHOWN PERSPECTIVE VIEW (SEE NOTE 12) jm�.fir. ;.' 4� � 1-----I[-j '1I'\ '• \i 1 t__:F), -_,\;._.LH_ -I II;I I I \ • } +`% ;-S _- ry!RAGE!!ST,I.-T,y'LL.L,LI`4", 1:.1'i-- ! i7 RD_I N !� jALDERLST..l•! Iltr 1 ! i �___ ,„., 1= I -j L '--- W191r.E Ij` 'E-4,.,'J'ill'`____ _,I.� _ Li'�llI-�3i 4 ,\ j `t- C I TY OF YAKIMA I _, dr_'-. ro PACIFIC AVE., = \ 1-'_:__ i _ , 1 WASHINGTON a�Or_ 1 '-, « _ ;<,:, ----, J YAKIMA COUNTY �Wi--. �. x;-�^�y, 'I 1 I ACM F'ST I N �i`i'I 1-- _!`' -ARLINCTONST \� m---E ARLINGTON.,ST^__' 'V• 1 , __ CAMP HOPE _HIL�I.1__r�'.CENTNAL•'AVF-� ,' Irl JCENTRAL AVE 1 --` \ rJj -` l 1v,�' • i !! r-I SLICER IRD; �, r ,• _R ,_ „5 ,_ . k.5 t_____„..,, __ _24 �_ �,. ,5 „<„,,, , ___,., UTILITY EXT E N I N ,•____:_,- .- ,, lI- t'I j • pI=-i'���E_RR 1_-AVE 1'Il-;\- - - uNAuL I _'---- -;NILSON,LN= ------- - _nr--.yr Tlj;, �, '' 2;f . .1=vi 1�wGui -H 11 !l`tl \ i,- - �sV - 1/1 `4',V10l-A-AV=-- ni=_.-T,-T -. �E_NOCA AVE= —' /" H PROJECT N 0 • 18105 -- ----�,-7ENNANT=IN=�=_ -, 1' -ZF= , � --- •�> , _ -_ I IE_LOGAN=AVE" = • _ --..� .1 -�YT'i .i--, I WASTE WATER ;�' --_ I,1 -NJ iT_ 11=1 N- _,-�j-- I-I-',_ f.- WASTE WATER UNDY-UV` =I v+,--�—I TREATMENT / --; --;1,g :E PLANT PROJECT _-- {_ � o l YAKIMA PROJECT NO . 2478 .3 1._____-LO_CAT_ION-- . .___ ,,.___,___,D : . id i'Hi-Li!ii i__,_1_11,L111.___[.1 ., [8, <� - , ` . __ `--- ' c�-- • n o-CAREYLAVE.{ �.-_ •-- F_'_ A-0'E-KING_STy -ll''jll -i I __ `' 1'I W EKING ST !n--_ _-i___0,--i. i_- _ROSS tN I,_�Lii_i L' I , ' -- _____----,'�' - w.�-_'�N g I 4 1 - ,T-2 Md1AIR:AVE-=_-4 i �\ ' -----• __ _ --- ___-_- __-��_--____.--)II arms �,, PIERCEIST�`r ,___ By. AUGUST 2018 . - -__ -_ !'IIJLAO=LNr-,�;.-__� , `,.+.mom ,__ _�_: ham_, VICINITY MAP • NOT TO SCALE SHEET INDEX SHEET 1 COVER SHEET SHEET 2 GENERAL NOTES AND LEGEND SHEETS 3-5 PLAN AND PROFILE SHEET 6 SITE PLAN SHEETS 7-8 PROJECT DETAILS ELEVATION 811 . DATUM 0 10i ELEVATIONS PER THE WASHINGTON STATE REFERENCE NETWORK (WSRN). Know what's below. NAVD88 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. JOB NUMBER: DATE. CITY O F YAKIMA 2803 River Road •,,, •^N92Z. 18105 8-30-18 SHEET Yakima,WA 98902 �����F �i� r FILE NAMES. di f DRAWING Sheets.dwg CAMP HOPE .. .4*. HLA 509.966.7000 w '` PLAN: 18105.dwg Fax509.965.3800 ?/r' PROFILE. 16105.dwg UTILITY EXTENSION OF Engineering and Land Surveying,Inc. www.hlacivil.com •�`�-Yo AL�,Vc DESIGNED BY SSH COVER SHEET 8 ENTERED BY AJH - - We'' REVISION DATE LEGEND CITY OF YAKIMA PUBLIC GENERAL NOTES WATERLINE GENERAL NOTES — — EXISTING RIGHT-OF-WAY 0 EXISTING MONUMENT FOUND -s'+ ' ;; NEW HMA EXISTING CENTERLINE •• EXISTING PROPERTY CORNER FOUND 1. EXCAVATION OF MATERIAL OF WHATEVER NATURE 1. NO PUBLIC WATER VALVES SHALL BE OPENED OR ENCOUNTERED AND DEWATERING FOR ALL CLOSED (OPERATED) BY ANYONE BUT THE CITY OF EXISTING EASEMENT 0 5/B•REBAR WITH CAP/33132 SET .: NEW CEMENT CONCRETE SIDEWALK UNDERGROUND ITEMS SHALL BE INCIDENTAL TO AND YAKIMA WATERAIRRIGATION DIVISION STAFF ' "' INCLUDED IN THE BID ITEMS. NO SEPARATE PAYMENT - - EXISTING SECTION UNE V EXISTING WATERMAIN BLOWOFF FOR ROCK EXCAVATION OR DEWATERING SHALL BE Y x X EXISTING FENCE IY EXISTING IRRIGATION VALVE •. ' z NEW GRAVEL SURFACING MADE. 2. ALL HED, PRESESURE FACILITIES SHALLNCHLORINATEDB NA AND PRESSURE TESTED AND AND A w W EXISTING WATER t7 EXISTING FIRE HYDRANT 2. THE CONTRACTOR IS ADVISED THAT THE LOCATION POTABLE WATER TEST(BAC-T) SHALL BE APPROVED AND OR ELEVATIONS OF EXISTING UTILITIES SHOWN ON BY THE CITY OF YAKIMA PRIOR TO ANY CONNECTION ss ss EXISTING SEWER EXISTING PIV `.... . ............ NEW PEDESTRIAN CURB RAMP TO EXISTING WATER SYSTEM. FLUSHING OF THESE DRAWINGS ARE BASED UPON UTILITY CHLORINATED WATER INTO STORM DRAIN SYSTEM IS D D - EXISTING STORM DRAINAGE ! EXISTING FDC INFORMATION OF RECORD AND UTILITY COMPANY NOT ALLOWED UNLESS DE CHLORINATED. C C COSTING NATURAL GAS e EXISTING WATER VALVE NEW CURB AND GUTTER MARKINGSA IN THE FIELD. ALL UTILITIES TO BE RELOCATED WILL BE RELOCATED BY OTHERS UNLESS 3. ALL WATERLINE, FITTINGS AND VALVES USED FOR -CULV CULV- EXISTING CULVERT ® EXISTING WATER METER - - NEW SEWER UNE OTHERWISE NOTED. FINAL WATERLINE CONNECTIONS TO THE EXISTING OHP OHP EXISTING OVERHEAD POWER OW EXISTING WATER MANHOLE 3. THE CONTRACTOR MUST CALL THE LOCAL UTILITY WATER SYSTEM SHALL BE SWABBED WITH 300PPM CHLORINATED SOLUTION. COORDINATING COUNCIL AT LEAST 48 HOURS BEFORE OHT OHT COSTING OVERHEAD TELEPHONE Ss EXISTING SANITARY SEWER MANHOLE NEW STORM DRAIN UNE ANY EXCAVATION TO REQUEST FIELD LOCATIONS OF UP UP EXISTING UNDERGROUND POWER C� EXISTING CLEANOUT - - - - -•- � NEW ELECTRICAL UNE UTILITIES. LOCATION OF ALL UNDERGROUND UTILITIES 4. THE CITY OF YAKIMA WATER/IRRIGATION SHOWN HEREON ARE APPROXIMATE AND ARE BASED SHALL MAKE ALL WATER MAIN TAPS UNLESSN T T EXISTING TELEPHONE ® EXISTING STORM DRAIN ORELL — •- �• �••�•� NEW GAS LINE ON FIELD LOCATIONS OF VISIBLE STRUCTURES SUCH PREVIOUSLY APPROVED BY CITY OF YAKIMA. YW FO FO EXISTING FIBER OPTIC CM EXISTING CATCH BASIN X—K NEW AND/OR RELOCATED CHAIN LINK FENCE AS CATCH BASINS, MANHOLES, WATER VALVES, ETC., AND COMPILING INFORMATION FROM PLANS SUPPLIED —CATV CATV— EXISTING CABLE TV OO EXISTING STORM DRAIN MANHOLE eP NEW MONUMENT BY VARIOUS UTILITY COMPANIES. ALL CONTRACTORS CAE E EXISTING IRRIGATION O COSTING TELEPHONE MANHOLE • NEW MANHOLE/CATCH BASIN TYPE 2 EEXXCAVAnION ORRK00-424-5555 PRIOR TO ANY BW BW EXISTING BLACK WATER © EXISTING POWER MANHOLE ® NEW CATCH BASIN TYPE 1 4. IT IS CL CL COSTING CHLORINE ® EXISTING IRRIGATION MANHOLE 0 NEW DRYW VERIFY THE ELLREN PERTINENTNT LOCATIONS OF THE CONTRACTOR TO ONS AND ELEVATIONS OF Ds Ds COSTING DIGESTED SLUDGE EH EXISTING GAS METER • NEW SEWER CLEANOUT UTILITY CONNECTION POINTS AND UTILITY CROSSINGS. FIELD VERIFY DEPTHS OF UTILITIES BY POTHOLING EFF EFF EXISTING EFFLUENT 0 EXISTING GAS VALVE • NEW JUNCTION BOX PRIOR TO BEGINNING ANY NEW CONSTRUCTION TO IRR IRR EXISTING IRRIGATION EXISTING SIGN IIIII NEW SERVICE BOX ALLOW FOR ADJUSTMENT IN GRADE OR ALIGNMENT. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR FM FM EXISTING FORCE MAIN ,I COSTING MARKER SIGN ---E NEW STREET LIGHT POTHOLING OR ADJUSTMENT OF PIPE GRADES. NOTIFY THE ENGINEER IF CONDITIONS ARE OTHER CW GW EXISTING GRAY WATER E— EXISTING ANCHOR POLE * NEW PEDESTRIAN UGHT THAN DEPICTED. -HW HW EXISTING HOT WATER SUPPLY 0 EXISTING PULL BOX f NEW UTILITY POLE 5. THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM IW IW EXISTING INDUSTRIAL WASTE W EXISTING TELEPHONE PED W NEW FIRE HYDRANT THE SITE. NO BURNING WILL BE ALLOWED. THE INF INF EXISTING INFLUENT -0- EXISTING UTILITY POLE •f' NEW FIRE DEPARTMENT CONNECTION CONTRACTOR OWNSHA ABS ER DISPOSALSIRED T ECATE AND OPERATE HIS OWN WASTE SITE AT HIS OWN GUY GUY EXISTING GUY UNE 0 )(- EXISTING UGHT 0 NEW WATER VALVE EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE RS RS EXISTING RAW StWLN * COSTING PEDESTRIAN/YARD UGHT • NEW BLOW OFF/AIR VACUUM RELEASE VALVE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL SL SL EwsnSLUDGEac SLUDGE 0 EXISTING TRAFFIC SIGNAL NEW REDUCER WHICH IS DIRECTED TO WASTE. THE CONTRACTOR D SHALL COMPLY WITH THE STATE OF WASHINGTON TBW TBW — COSTING TREATED BLACK WATER et, EXISTING PUSH BUTTON SIGNAL ► NEW THRUST BLOCK REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, TR TR COSTING TREATED WATER O EXISTING WOOD POST • NEW WATER METER SUBCHAPTER 481. LID UD EXISTING UNDER DRAIN 0 EXISTING STEEL POST 0 NEW GAS METER 8. EXISTING TRAFFIC SIGNS SHALL BE RELOCATED DURING —VENT VENT EXISTING VENT IO EXISTING HOSE BIB • NEW BOLLARD CONSTRUCTION AND MAINTAINED UNTIL PERMANENT SIGNING IS INSTALLED. WAS WAS EXISTING WASTE ACTIVATED SLUDGE b EXISTING SPRINKLER ® NEW MAILBOX ilialrl-MIIIIIIWIIIII EXISTING RAILROAD OO EXISTING STAND PIPE F NEW SIGN 7 ALL S ALL BES AND REMOVED ORS WITHIN TRI MEDpCI AS DIRECTED YAY SB SO EXISTING SEDIMENT FENCE 0 EXISTING WELL A NEW RADIUS POINT THE ENGINEER. EXISTING MAIL BOX ELEVATION AT TOP BACK OF CURB 8. THE CONTRACTOR SHALL NOT DISTURB EXISTING Hki f? =,• 4 EXISTING DECIDUOUS TREE 0 EXISTING FLAG POLE -1'F\ SURVEY MONUMENTS. ALL DAMAGE SHALL BE ,� U ..0:1' ELEVATION AT FLOWUNE OR SURFACE REPAIRED AT THE CONTRACTOR'S EXPENSE. "ik' ••=8=. EXISTING WIND MACHINE EXISTING EVERGREEN TREE 9. THE CONTRACTOR SHALL COORDINATE HIS WORK WITH AOTHER CONTRACTORS AND/OR AGENCIES WHO MAY BE WORKING IN THE PROJECT AREA AND COOPERATE EXISTING SHRUB WITH THEM. AT A MINIMUM, THIS INCLUDES CONTRACTORS FOR PACIFIC POWER. Z` EXISTING STUMP /// ASPHALT AREAS . CONCRETE AREAS JOB NUMBER: DATE: 2803 River Road ;F^ H9,k 18105 8-3°-18 CITY O F YAKIMA SHEET Ilk . Yakima,WA 98902 ��e�°k RA II/? FILE NAMES. 2f � DRAWING: Sheets.dwg CAMP HOPE 509.9.965.30 PLAN: 18105.dwg '11 a- PROFILE. 18105.dwg UTILITY EXTENSION OF • Fax 509.965.3800 , 4F 5M <4< Engineeringand Land Sure Inc, www,kilaeivil.com cTsrr, '�� DESIGNED BY SSH ' °�`"`Y'a/ r� REVISION DArE ENTERED BY. AJH GENERAL NOTES AND LEGEND N I 0 10 20 40 I \ WOODPECKER TRUCK OF WASHINGTON -' w ,E -� 1 . 1509 S.22ND ST I S C 191329-41409 I CITY OF YAKIMA TO INSTALL 2" WATER I ( CONSTRUCTION NOTES: I i SERVICE AND 1-1/2" WATER METER. I NiINSTALL CLASS 200, SDR21 PVC OR • \ CONTRACTOR TO CONNECT TO CUSTOMER „'i �' O SIDE USING APPROPRIATE FITTINGS AND I r SCHEDULE 40, 3" DIAM. WATER MAIN TO I - .' COUPLING AFTER SUCCESSFUL COMPLETION TUNNEL UNDER EXISTING I r� � w CONFORM TO ASTM D 2241. x "p, %°'s,/ ,,,.\ OF PRESSURE AND BACTERIA TESTING. STA. 3+82.63 & STA. 4+13.19, CURB AND FENCING TO 1 w C I'" INSTALL NEW 3" 22.5' ELBOW. INSTALL NEW FORCE MAIN. I ,s 1 = N2 INSTALL CLASS 200, SDR21 PVC OR i + ( � SCHEDULE 40, 1.25" DIAM. FORCE MAIN N' \ STA. 1+50 & STA. 2+97.58, r N /I / c `N, DEFLECT PIPE AS NECESSARY ssMH / I, TO CONFORM TO ASTM D 2241. w \��\ ,�. SSMH PoM:1013.10 ® N1 RSMH TO MAINTAIN ALIGNMENT. RIM:1012.88 IE IN:1003.10 O RIN:1011.82 - x CO, L .` k IE:10o217 IE OUT:1002401E:1001.90 t 1- zi NOUT PER -OHP OHP .. �•Y - - - -- -- - -- - - - - - -- -- - _ - - oI O DTAILL3.30 ON S EETC7EA N3OHP / O -_-- __--OHP - X - X X--_ .%- X--X-_____X % X X X X X % X %-X % Y Y Y Y - 5'RND e / / ' � OLp-eH � / r' ter_ T T r r r r T T T r 1s. T -_r- T T �1uD N4 INSTALL SEWER CLEANOUT PER DETAIL -W /w,', �� / 50.0o NEW 3" WATER SERVICE -_ cRAVE� �- - ' ONP -/0f3____-_ 0'AC_- --_ I ° r ) OHP OHP OHP OHP Q7, 9 ca'-Iw Nv N n Ac` z"` 1.1 ON SHEET 7. i �' / /g• % i _ _ _ _ _ a.. _FGr- OHP OHP OHS OHP x / j ' / ' / / '167 �' ,' / / ,NEW-3"`WA'TER SERVICE/ `/ 'f4D j2W,,// 6 72'?r„ D ,Fin 'FM,' 'Fr?'' Fr" .aw, - Q N5 BUILDING CONNECTIONS FROM UTILITY TO -0 D,' ,/ " D .'� D. D, 18 D D' D'• ' D 0 D , ° ,'D-c'-GATE-- / / / PI: 3+82.6 / /�LL / /' M, ' FMB RA 'F 2 12•iP FM FM F / 0•FlR wA7ER L P(ww1P) ' / /".� :;'2+97.58 , � :" ��%�/ H BUILDING TO BE COMPLETED BY OTHERS w FW. °� ' ' ' W W / 'W ' w w w,'� w / W/ / ,W_, W ' ,' w.' ' W./ ' W.: �,' _ W___ y/�- WFb+O�FM.' 1v --- n_' 6_ wFM w U) PER LOCAL BUILDING CODE. CAP AND IN /'SS / it" ' W IW' IW ' IW IW IW, ,' IW .IW IW ,� IW ' IW._ ,I ' ,38'INDUSTRIAL WASTE /y _/ __+_______ _ Z__ / /f / i '• '36'INDUSIRIAL'WASTE , / , +/--% '-:Iw"-10/4^,IW / ,.'IW Iw, .'/i / Iw 4'BRI /. , / N 1.25rFORCE MAIN�'4''DRlai RCH /�Z'� MARK END OF UTILITY PER DETAILS. , ® 3,SS --XSS SS SS SS---- 77TJJT//////J // - ,, - _, / 4'BRI AF2 %IE:1004.16' / 3 S W yy N, 8 W WATER n I WW W-w w w / ' 'I� ,rGRA��i� / GAM , ssMH oar N6 INSTALL NEW 4" PVC SEWER PIPE PUNT LOOP(MOP) 1.: -ss ss SS \ s� �" / � i '�` w w i.- yy RIN:1011.14 5=0.02 FT/FT. 48'SEWER SS SS W SS SS SS SS 48'SEWER /=w'-���'.--i% SS SS SS SS SS SS / .s.'= .mo; J �'n'`� IS:1000.44 -..GRAVEL -�-GRASS�- ..-GRASS'S- BUILDING .$$ J$$':.'.'.'.'aft ... S9"H DRY / N2 W 3 3 . .. LT-1 pX:.'." .... RICK Z 48'SEWER 48'SEWER L_-1 : -' BRICK -SS SS SS j S 3 SS SS SS SS SS SS SS SS -SS SS 455 SEVER SS / / P. �T'' / __ __ E,°D254 _ _ _ _ __ _ _ - ELECTRICAL NOTES z4• I m 24• / // \jam Q n CONNECT TO NEW SERVICE PROVIDED BY IRR IRR R !OR IRR IRR IRR /////////////d .SSN}f • '"v'�p'" STA. 4+68t, 6.5' RT, m m PoM:1015.53 INSTALL NEW 1.25" OTHERS BY FOLLOWING LOCAL ELECTRICAL v IE:1010.93 CODE (LOCATION MAY NOT BE AS I 22.5' ELBOW- I SEE DETAIL 3.1 ON INDICATED). CITY OF YAKIMA SHEET 7 FOR MANHOLE ni 33 n 2220 E.VIOLA CONNECTION DETAIL. INSTALL TYPE 1 J-BOX. -% li 1 �1913293� INSTALL 2" CONDUIT WITH CONDUCTOR PER I ill _ qIJ J LOCAL ELECTRICAL CODES. o I n INSTALL 2" CONDUIT WITH 2 #8 AND 1 #8G. • 1=1 INSTALL 1" CONDUIT WITH SUPPUED PUMP CONTROL CABLE- _ - -__ - -_- ---- - -rT T -------- . --- --- -- ----- --=-I E6 INSTALL TYPE 1 J-BOX WITH SEAL OFFS -- T-- 0 ---i-I-` -___ ----l --ce__- I X_ - -- AND EXPLOSION PROOF BOXES. - _ • • • • rl :rT - r T T'�^-I- I' ___L_L!1� _ _ TAT -- __ _ -- _ __ -__ -__ _ __ ______ i i '1 Cr-- �__L_1 L 'T 1- _ _ _ _ __. - fit.-�-.-1 1025 -_ _- _ _ 025 _ PROFILE NOTES - _ O O I 't-.-r ryT. - J-:.�1 J • • i I r T J --L'I I-+ I' - - - iI • � � _ EXISTING UTILITIES - -�_! 1 THE DEPTH OF THE i- i ,i -i r --` iT 'i� T -: • ADJUST NEW WATER -'-, ARE APPROXIMATE. E I I� 1 i! _i SERVICEOR FORCE MAIN TO MAINTAIN I� I -t« ---r • - �i-•�- 0 CE r' t n - - - 1020 1020 - __ _ _ _ _ - -- __-- - - - - MINIMUM - N 4'-0" COVER r >+1r i -''=_ r --r' 1 --I t�� j - 1 1 I I *_,_ --r,- - �T- -_ _ 3' O" AND T t=a T1 NEW WAT R METER' :11 f- - � IT :; 1 I' y1 yF- -� ' -- - - -� rI RESPECTIVELY. WHILE AVOIDING +�- -4Lrt a - i - i� - , -- CONFLICTS WITH THE EXISTING UTILITIES. rt, Ht T -: 7 -r - - - ti-I-- -H i- ,-I-' 'H--H-4-±1 �EXISTIN -GROUND AT ri' I i I ZL i,-T- -` -T H ,`--�' ��-I--1�LIT+ -F--�-I:1 I t-=:_I.++ -H- a _ ;-_•_ --1H-r'-.- ,--`1 I ,_ _ T-'-._, _-r A ', --- - -,-T-� --tr•. 1 1 _ �__- -_ -,- r? -1`l - ,_,-T. '-4_,-- -,T�-,-_ -I �I ,_� -!,----,-r=1T_{, riHL - :;WATER=SER1!ICEtCE}_„_,.. INE T: �_i r-+-�- _ 2. DEFLECT PIPE WITHIN MANUFACTURER'S 1015 i-' --I- L - =_ 'r /r ' i= i 'm:T T- •_I♦ ;' _- - f . ,,1 r:I I rr --t- -- - . - 1015 + -+ -_ - - • T �- r -• = „ - - RECOMMENDATIONS TO MAINTAIN -_- -- I I t --;I I-ti' ''---.-ri ..2.7---r= ' - - _ _ - - ^1 ' _i-(,Y �-iT - - _- -1 T VERTICAL AND HORIZONTAL ALIGNMENT ''- err$+-fi-'T 'l Si-T=1 - ,_- -_i T-I-`- -'--!- ;3' MIN.r---I - i -I- - = rl- ; - :_ - TT L= -7 i--- -'-I---+-_.__!_t_-.r :. _ - _ -_ --y -L_I-_" '1 tit --- --- �=�- TI I 1-77-'!!,, ,-- -- - - - - - --I L- --Ti (TYPICAL). -i J I �1. .COVER-4 --L -� -1-''�I_LI''_-_ I. 11- - -h,i _-;- 1 '+ l E%8'-,-,,1 MAIN ,-- I I 1 ` _ _�T- �r- -r�T , _ _ __ _>r_r.-.,_.-EK=2-1Y-F CEi MAIN=�. �-i, _ __ _ �� �} -. '-_ _- T ' rt7 _1 I_ -7 : 'I+ -.NEW 3 r,WATER=SERVICE - r _�'�,f�? t. _ t' - _ _ 7 r - - _ ,4 -4. _I-__. �-_4:MIN. -_ 1010 3. IT IS THE RESPONSIBILITY OF THE 1010 - i--'--7-"-I-7-4-h. -1-rr-rr- , , I� - 1 :- - 1 L:_ L _� -•a 4 _ ._ _ __ ,T: „T „Lf GOVE� NEW13, _:�I CONTRACTOR TO VERIFY PERTINENT 7-' -� y 7" J• = y _..�_L_ '_ _{ I- 7 i� ~=� �T„ _ ` - :1FR i1, - LOCATIONS AND ELEVATIONS OF UTILITY ti r=-r, _, _ ±fit � + T_ 1 `fi »` t a aly �11 -� - NEYV 1 ...� I� CE.;i 'r CROSSINGS. FIELD VERIFY DEPTHS OF T T :, ifi j _, : 1�: r •- � �1_L L 'i 25_SEWE *►: UTILITIES BY POTHOLING PRIOR TO +._ -- 1 __r :i - Iy_ =+___--- T-- - -' H 4_ r; ,,_T _�I --..R - RCE' -�I - _�� �= efc lz wAtER� L' - =+ = r =ef_3671N°usTRIAf'',wsfE- MAIN ,- '�T 1005 _,_,,'', ,. i '� r -r -r`r - I 1 1 1 ,,' • 1pp5 BEGINNING ANY NEW CONSTRUCTION TO -.__ - �_ -_.� T _ 7 ALLOW FOR ADJUSTMENT IN GRADE OR - r ± LI:17.-I �'- -:'-r -'-' -1� _- - - --� �- -,-rTH-t - ' • r , ' r ---',-,-,1-T•-L -,- --_L_-_ - - '4- r -�t_ " �� ALIGNMENT NO ADDITIONAL I _• 1;1 I_ r1---1-I- -._i- - - -- -'-T - I -_ ,- '-' -'--,-rur-'=-` '-I =-ro---,%'=-_'--' _ _ -L - I y.+- !_-= COMPENSATION WILL BE ALLOWED FOR -I-- ' - 1'I !--r'1 :i i I'- _ - T .I T-'-,.� '� i --r t ' '-,. -1 ,, -r 1i --ri-ry1 TrI ' .''__-- 2 =` - _ POTHOLING OR ADJUSTMENT OF PIPE 1000 J '1 1 1 1-r--�- -- -_ • - - - 1• -1 1000 GRADES. NOTIFY THE ENGINEER IF �- �' T L 1• _ _ +_L H- 1 �� _L.__, CONDITIONS ARE OTHER THAN DEPICTED. • T _• I fit+ --r-r 1 1 _- _ �� i _ -- _ - 'I - --- H : T I - ,i.t 7 y� - :,I T = - 995 -1 I i_-J I I --r-,__T - - - - ----T- '-T--`+--- - L 995 • .i I i- ,-1.-_i_. .-.a�- _ '-Hr-_:j._.-_'_-1--LH•' i I r` _ `_•-._ - - ,----++..-+'• I'� _. - ,-'- 1 -1 - ,I _ 'I i•I:•1 1 " �L. -- �-• - - _- -r , - • ---_ -_ I -- I i i I + :I I:-1-r l-� _ - • - - -T -- __1 i_ • ', -1 1ci .t' 1'I I I - -1 'ter i11-'- -` !-_ - i- Tu I = - -'.-HT-,:_,- -r- _ ---- _- --1. - __ . ; _._.I r, - - - - -- - - - i 1+00 2+00 3+00 4+00 5+00 6+00 JOB NUMBER: DATE: CITY O F YAK I MA SHEET 2803 River Road 0E�S HA2,, 18105 8-30-18 Yaloma,WA98902 ���F°t"". �,'•� FILE NAMES. 3 DRAWING. Sheets.dwg CAMP HOPE .. .4.. HLA s09.9.965.00 " '/ PLAN: 18105.dwg UTILITY EXTENSION Fax s09.96s3800 1?I" 4''-' PROFILE. 181os.dwg OF `. E05°454`tE: h� Engineering and Land Surveying,Inc. www.hlacivil.com �;<< DESIGNED BY. SSH PLAN AND PROFILE 8 8/,�4'1g REVISION DATE ENTERED BY: AJH SEE SHEET 5 FOR CONTINUATION N 1 Clo+�Il I W • E 010 2+lit0 ® E3 CITY OF YAKIMA o 1 MINN 2300 E.BIRCH ST f S (191329 41410 { I I ;' Y\ x Y x ,i x\ 4 CONSTRUCTION NOTES: In j : - / I .1i3 I N1 INSTALL CLASS 200, SDR21 PVC OR , i yaps ' I I LL SCHEDULE 40, 3" DIAM. WATER MAIN TO I I- : ...GRAVEL SEE SHEET 6 CONFORM TO ASTM D 2241. LLI I N2 INSTALL CLASS 200, SDR21 PVC OR I / FOR SITE PLAN N cxeAVEL ® \ r �„' K / OF NEW GRINDER , SCHEDULE 40, 1.25" DIAM. FORCE MAIN 4dr \ PUMP STATION. TO CONFORM TO ASTM D 2241. ,:ci , fir - I STA. 7+91 t, I \ I // INSTALL NEW 3" I - N3 INSTALL FORCE MAIN CLEANOUT PER I, :.... e e - N1 90' ELBOW. ®U • E N2 O '\ y -- • - -- -- ,- ' I - 1 L. N4 NSTALL DETAIL 3SEWER CLEANOUT PER DETAIL + • '��• psi m3 ,I + r- - - - - - - - - - - - - - 11 ON SHEET 7 S. loos I I NS BUILDING CONNECTIONS FROM UTILITY TO �.-..._•.•,I % u:looss6 ti,,. •,,... law s.G? 1. I W -- iE:1002.28 _-_ ______ '-'+"`�..— FM FM FM FM FM—FM FM FM FM FM FM---FM- BUILDING TO BE COMPLETED BY OTHERS ~ FM--;-IwFM. I� �__ _FM-� --FM=FM�FM FM FM I� FM-L—FM "FM -___-_ 10'AC PER LOCAL BUILDING CODE. CAP AND _ 10'AC 3 (n TOP'OF SLOPE -- _--- -/� % r /,� I FM Fu FM FM FM ' FM FM1 F PVC FM: TM -FM FM FM FM, FM FM FM - FM PVC FM FM FM MARK END OF UTILITY PER DETAILS. FM/", FM FM /M , , . M FM 2)12'P , .� FM FM -FM . FM FM Fl�h�FM FM(2)12•�j,1, FM FM FM FM- �L-3Q�cie 7p-_ bl_���u�p=qA7' fM / ,,wVFM-{-W fM�'11` M FM' Tail F ,FM FM FM FM 'FM FM FAME—FM FM FF{' FM FM FM FM- 0 INSTALL NEW 4" PVC SEWER PIPE /// �` TOP 002.89 C0.100zs8 S=0.02 FT/FT. O'RIM:1007.91 �j ,, 0. GATE/ 7+91:17 °0' 1 ' x ' SN.g9s.21, b --GRAVEL / STA. 8+08.69, 18.8' RT, Li., x---x�=--_____'____� INSTALL NEW 1.25" • -..GRAVEL SLIDE GATE X 4.—x - _.-x x— 45' ELBOW. _ ®/ ELECTRICAL NOTES: H - - - - - - - - - - - -- - - -- - n CONNECT TO NEW SERVICE PROVIDED BY - - - - - - -- - - - - -- - OTHERS BY FOLLOWING LOCAL ELECTRICAL CODE (LOCATION MAY NOT BE AS INDICATED). n INSTALL TYPE 1 J-BOX. CITY OFYAKIMA n INSTALL 2" CONDUIT WITH CONDUCTOR PER 2220 E.VIOLA AVE LOCAL ELECTRICAL CODES. (191329-44003) n INSTALL 2" CONDUIT WITH 2 #8 AND 1 #8G. n INSTALL 1" CONDUIT WITH SUPPLIED PUMP CONTROL CABLE. -�y� 11 :I ---- __ _ _- +I_;^-_1---------;"i } _+;_ - _--Tu_.T.�7_.T;:_'-___ - - -- , __, -_�_ -_ --_- _- - TiINSTALL TYPE 1 J-BOX WITH SEAL OFFS -,-�j?1, 1 . _ - `I ,I - T___ - _ • • - - = t 1 _ �-r .TiT1-=�- {a.—_t I i _.,J77 -_-I , ._ = _ _ I AND EXPLOSION PROOF BOXES. I- I7-7 I.L,_L:,!-:, i_ �1- i f -_ -J� -_--, ;-I� --l-J -'-1-I - I: L LL',- - -- __-L.T,_ i _ i-- t� -l-• -1-r-i _ - - --- -- _ I I_17 .,I _I, ;' T L _ --r�--' _ -- '" J -I - 1 --h-T' •'�-I T 1._�_.`,-!T_-._. .--�'-1 - -,- - -1` - - 1020 - -I r j ' :�_ �� - �� _ T - f L ,r- r = 1-1, a - - ---r--;- �. - -+ ' -,----I --,-I-;T �+ '_.+ �, � -�`-ram~ - - 1020 I' 1:; ,, I -H i I _;11_� - • ---• �- - -� ' —•-, PROFILE NOTES: I I ' 1 + 11 I I'I 'H i TT'H I - - - _ '1 I -i It .;I-,n I` -.-ram=-• L , ' - f 1 I _77 .iI 1-T', -u - �' - :-�_ 1. THE DEPTH OF THE EXISTING UTILITIES 1 ' 4,4_I' I 1 .,1 11 i i - I i� : i i; 1 - I:I-i-; I I ,_ T - ----; - i .J+:�T, •+ i-;+ LI� ;, = -4-'1' ARE APPROXIMATE. ADJUST NEW WATER =Ta IJ' '' IT -Y-µ '''1 ,��- I''I I 1 ,- rr - -+- -�'I 1'-r ---+-- '-- I - _- - 1015 SERVICE OR FORCE MAIN TO MAINTAIN A 1015 =---, II +- I T +� r- I - -�-- i i 'i i- 'I - III -,!___,___:::;;IN - :I F1I II GS - - --'i 1 --1 ,;--4,I I 1' -� I f, MINIMUM 3'-0" AND 4'-0" COVER, , I 1 I' ,__- I'I I '1 I NE SSARY�O-AVOID� - ` = - I•---i- .I --I-' H T ` -▪-IH---1-,- ,, i� 'I' ' rt- TH -- - RESPECTIVELY, WHILE AVOIDING 'i I! 7 ,I i.' y_,. _ _ -ITT- - --_ CONFLICTS WITH THE EXISTING UTILITIES. �C FLICT:WI ;r: i'I I r ' � I - 1 - - ST1NG�UTI A-TIES---- - - - - EXI L Iii -`- -t 'y_ i -:i_i I �T Tr ._a_1�i-.'�J_ 'IMANUFACTURER'S 1, 2. DEFLECT T PIPEWITHIN MANUFACTU E S '+-- �i --ice E LEC 1 10 - 00 0 `- ---- RECOMMENDATIONS TO MAINTAIN " _,�,_,-�' i II ' ter - -INSTA- FIT;TiNGS i- _ - i U Di T� HORIZONTAL ALIGNMENT ISTING. 0 N A. _%_ - VERTICAL AND I '--EX 4' - i- ' T -: .-fr is - - _ia, - - - - CES ARY T iAVOID--T ,- I -�' -NE S 0 I - +T, ' e: ,HATER SERACE_CE;:--"jNE_T_ _ ,_ _ — 7 __!___ - TYPICAL t i 1 - IF- - I I - -CON CI T,WITH-- ice" } - - I i I 1:�Y 1 - 'i�u -IYAS1E=� - - - - 'EK-2� NO 1R1AL -F= �XISTIN �UTILITIE - ,;=-; E -I: -1_i RESPONSIBILITY OF THE �•� T� �-�` 3. IT IS THE I I �- I - - 1-r==:. - 1005 - is: - 1005 1--i'- {MIN � _ VERIFY PERTINENT _ ;N - CONTRACTOR TO ER W: �OVER Ii' � 3 - -- A I R. - + - n TY �=. I _; L�� LOCATIONS AND ELEVATIONS OF U LI 1I _I� VI - - M - - - - -- I' ;i •, ,I 11 , - CROSSINGS. FIELD VERIFY DEPTHS OF I� :11 • -�_ ELD 1 I � I i - t-r I I 1 T '1_�'� • PRIOR TO ._ • • UTILITIES BY POTHOLING W �' : �-; �_' i�IT +' i �_SE1NE �--++—�- 1000 • flR - - BEGINNING ANY NEW CONSTRUCTION TO : ; A R ADJUSTMENT IN GRADE 0 - I _ ALLOW FOR ADJ S I rl r �' • ADDITIONAL� ALIGNMENT NO ADDTIO L I - TALL-ODE-BETWEEN-N- _ _ I I TAIL-CDF BETWEE N - �1�'F CE MAIN 1 I' I-'-EX. 12 2r OR 1+�--r • - T - ALLOWED FOR t� COMPENSATION WILL BE LLO 1� _ -UTI'ITI ;AND - I: l I'NW L ES - - I �.� POTHOUNGOR ADJUSTMENT OF PIPE ,+ i •- - I- I- =s FORCE-MAIN I TING�Un TIES' 1- E• S LI.1 �'1''FOR i 0-. CE_MAIN -�;- ENGINEER IF -+- �= GRADES. NOTIFY THE - li'- �+ 995 985 i-r;-I I�I t • THAN DEPICTED. ti tl i� II CONDITIONS ARE OTHER II li �'lll _ "i-I- r'i 1 I 1: - - is `T. �1 I 11 1 - - I •1 I I i L - I I +'--� �� - - ice; , -- r-•I - - - - I - • i1 „_,1 i 4 I-.-:-..ITT-i 1 ' F �• I I �i- ' ' i r '- r._ '-r- t= = -_--_--1--- -- u"__-: I 'r-+'•__-'�i T• ••• • -_- I-T- ( --.1' '- ^ ;I I I r-'�--': I'--- - - -,. - - '-'-- 1 = ,.-- '-r -IJ._-i-'I,- •1 1';- I�--'-_...-.-1 �,-_ ,--I I'I ..,_. _- - I_;- 'T, 1 I `1 j �-i. F ___,I._;._1 -: +y -- T�T- --. - ,_'_• - -1 -Is l_ 'I 1 I.' _•H, -I_. •985 r -�� , r I - - T r - - 985 8+00 7+00 8+00 9+00 JOB NUMBER: DA13. CITY O F YAK I MA SHEET 2803 River Road `s' -nHAC 18105 B-30-18 .4+4 HLA Yakima,WA 98902 ����OF •9%f,'r FILE NAMES: 4 509.966.7000 �, - ,L`G DRAWING: Sheets.dwg CAMP HOPE Fax ,;,I"' -'t ,x PROFI 18105.dwg Inc. y�04 c PROFILE. 18105.dwg UTILITY EXTENSION OF Engineering and Land Sure 111WWw,b]acivii.COID in '•„,•,, rw�4 -`" DESIGNED BY. SSH "'b"' Surveying, . /oNALw`B3d!✓ REVISION DATE ENTERED BY AJH PLAN AND PROFILE ut •fOJ\DI I"` v Z' lOpg- ° 0''_ _-OHP OHP- OHP OHP OHP OHP OHP OHP OHP------OHP OHP OHP OHP OHP OHP OHP OHP OHP OHP OHP OHP 4' II Ill W .0r ; I; - � �� ,__ ^_ - - _ _.._.. .._.._.._.._.._.._.._.._.._.._.._.._.._ _.._.._ _.._.._.._.._.._.._.._.._.._.. o 0 20 40 • I41 li' Lli-7 415 \ !;„...-- MI 41 i I �\II� ,„ .. mar' © E3 r I _.II T • 6I �� 7 r , r ` CONSTRUCTION NOTES. III I ? I J N1 INSTALL CLASS 200, SDR21 PVC OR I� I I �31 1 I 0 J I SCHEDULE 40, 3" DIAM. WATER MAIN TO I I l� ' • CONFORM TO ASTM D 2241. I\ \j�` . ;� 1I I , ' -- N2 INSTALL CLASS 200, SDR21 PVC OR I L ��-gg) I • SCHEDULE 40, 1.25" DIAM. FORCE MAIN II '^ �' I • I TO CONFORM TO ASTM D 2241. I I� I� \I,,. \° �' , I N3 INSTALL FORCE MAIN CLEANOUT PER I `O\II Il A DETAIL 3.3 ON SHEET 7. ITj f-__----- N4 INSTALL SEWER CLEANOUT PER DETAIL g?`,I I ,:; ''I I IN I 1.1 ON SHEET 7. 1I`� J ;j i I I r CITY OF YAKIMA 1 '�� N5 BUILDING CONNECTIONS FROM UTILITY TO I I I 2300 E.BIRCH ST BUILDING TO BE COMPLETED BY OTHERS 8^ u I�--_ 191329 41410 , r PER LOCAL BUILDING CODE. CAP AND I I MARK END OF UTILITY PER DETAILS. II I +I \'\II ; / 7 I I I - I I , N6 INSTALL NEW 4" PVC SEWER PIPE x \ 1, 5=0.02 FT/FT. I .�''II 1 Ii I I X I I I ? II\ \I '°� �' r ELECTRICAL NOTES II 9 oc, I I I. ; ; 1! I 's I I x E1 CONNECT TO NEW SERVICE PROVIDED BY xl F` II ® ® I CODER LOCATION MAY GNOT BE AS ELECTRICAL I LOCAL ' L ® 0 INDICATED). ' II SEE SHEET 6 II �` L----J I' q ' I FOR SITE PLAN _ E3 I J E2 INSTALL TYPE 1 J-BOX. I I, " 6 I OF NEW GRINDER I I I STA. 7+91t, I II ' _ PUMP STATION. II I O I O I n INSTALL 2" CONDUIT WITH CONDUCTOR PER INSTALL NEW 3" ' I 1 • 0 ® N1 I N5 LOCAL ELECTRICAL CODES. 90' ELBOW. I, 2' �, I x I I I , I , T � \ E4 INSTALL 2" CONDUIT WITH 2 #8 AND 1 #8G. I I ;IE+Oo I I 9+00 i 1 I I x n INSTALL 1" CONDUIT WITH SUPPLIED PUMP - - �_-_-_-_J_-_ t0+eo CONTROL CABLE. �jI r \ I t B �' - —1 I i �` x' E6 INSTALL TYPE 1 J-BOX WITH SEAL OFFS 0 4 Z C \\ / r-x ! I r AND EXPLOSION PROOF BOXES. t111 J NEW 4" PVC SEWER PIPE 1 I I ` ® 1 PROFILE NOTES• r r /\ I �y� 1 THE DEPTH OF THE EXISTING UTILITIES 2 2 iI2 I N2 x—%/ N6^ ,- - N4 I ARE APPROXIMATE. ADJUST NEW WATER I S. / SERVICE OR FORCE MAIN TO MAINTAIN A I / I _ r , i MINIMUM 3'-0" AND 4'-0" COVER, RES�� ECTIVELY, WHILE AVOIDING CONPFLCTS WITH THE EXISTING UTILITIES. I ;/ STA. 8+08.69, 18.8' RT, DEFLECT PIPE AS I I I INSTALL NEW 1.25" NEEDED WITHIN 2. DEFLECT PIPE WITHIN MANUFACTURER'S RECOMMENDATIONS TO MAINTAIN 45' ELBOW. MANUFACTURER'S X VERTICAL AND HORIZONTAL AUGNMENT I I SPEC. TO MAINTAIN L (TYPICAL). AUGNMENT. I \ 1015 I _ _ -- T L___T- _ I 3. IT IS THE RESPONSIBILITY OF THE +T T • �;T� 1015 - - �_T -�_._. _ _ -1:-;{ , _ - --- - __-_- -_r;_- _T _ ;rY L_- :r' - -I --, . _-T_ ttt -r r- -- -_ CONTRACTOR TO VERIFY PERTINENT i- j H -- _' - -1= =�i a- ..-.,,_ _ -�; - T 7r7. �� -J-' -J• _- - - LOCATIONS AND ELEVATIONS OF UTILITY - - CROSSINGS. FIELD VERIFY DEPTHS OF - `r - � T�_- - - - - UTILITIES BY POTHOLING PRIOR TO T -E-,-1--r--1- W --~ '---- 1 ��� - �r . -- - ~1 - 1Y I - - - 1010 BEGINNING ANY NEW CONSTRUCTION TO __ • __ -._, _- ALLOW FOR ADJUSTMENT IN GRADE OR r • AUGNMENT. NO ADDITIONAL + XISTING=GFOUNDTAT -'I, INSTA FITTINGS -- t; _ - —; T— _ - _ _. - -+ -`T'� - T, fir WATER SERVICE-CEN: RUNE I' -NECES ARY TO AVOID - _ !_ . ___ _ - -TT TI _ T COMPENSATION WILL BE ALLOWED FOR - - T'1MTHJ,-�- GONFU i� '�~ 17 , POTHO NG OR ADJUSTMENT OF PIPE �i' u Jar - �;N W_ RI DER - - - _%T,-� E G N - - - - - 'S� - EXISTIN �UTIUTIE �--�-r� - �� GRADES. NOTIFY THE ENGINEER IF - - �i 1005 0 - I:. 'i1ii� -:'�I � CT �Nt 1005 ar 1Jd��AT10. _ R OTFI R THAN DEPICTED. —_,— CONDITIONS ARE E 11 :I�J- I _1_' - 1- - 11 � I _ y3'rMIN"- � ter- '', I ' - ��--;1- �= �- =�- 1,I rI r � -T � ._.� _ .-. - z -,COVER S+!-,'ti i L i ` n = r --r T i- -1777 , _,_ LIT= _ - I _ !1 11- '" T- -- , I L _��i�_.��J 3'�u11N. ---r 'J I .y1•-� -` ,�-�-- _ �-- a I - .I i i T'-.. *I ICY -rl I i --'r-N--,-,--L'-u_-__,_, L j,I i T "-'J-h_ --- _ I _ t!-'-- _ I— --�i_ rL-___1.,_„__:_, _ �.J-'-_,-,- - _..- _--_ --- L_- T� ;� - 'J_ � Y__-- -+ = COVER.-+-NEW-3-r WATtAt-i= E'_--n--? - - 1000 -f-r-�-t = Wit-` 1 I I I: , ' YJJ -- - -- --I- -'t _ _ -Hr - :1--, __-� 1 ._ -7:Lam- r-- r- -L --:- 1000 -- ' 1 i -.._L' ' ,,-1T LI hi,-;-,- i l _ -`n�,� _I� r'--1 I'1 I IJ___1 1 '0.021` T:F7 }-_"',..t_', .-J-t_--i` ` - 1 1-i; 1.1-f"--a�1--T. - L',-,1 y;-.-.-�-;j _.._J.E - _�-_ - - •- _ _ • -. -I T� i -r;-!- i - ' - WER IPE=1301;- ---r t' 1 •- -r 1 - T __' _ !-I -t--,•Thi-r r = I T- y Ham.-J-- 7.-'-.'OL-�211 '''EYNN 1a._ i -I,- O - ,1 1 NEW SE rr: - __-rr _- y-H-.-_,-,; - -r. -'1 --IL_ _ _SJ'H • =- - �_' _i L_ �_;I rat = {', I-+i-C•_H-77 •1 I- J r-3'FORCE MNN 70�FORCE,4MN: • J_ PRO)(GROUND ! -{..-,L_ t--_ _--,.i__ I -.-.-�_ _"_r -C- _ -_-i-7'f- I -�-. - Lr y-- 99S 995 '+,t ;,; r '' -: _ 7Tir=w mar vAnON--t-'- T �1--- --4� ' rr,; , I r �771_1 �-r I -, , 1 ': 8+00 9+00 10+00 11+00 . JOB NUMBER: DATE. SHEET _ .... HLA 2803 River Road 0FnSygi 18105 B-30-18 CITY OF YAKIMA Yakima,WA 98902 <<v��ot n7 y•f lr 5 FILE NAMES: DRAWING. Sheets.dwg CAMP HOPE 509.966.7000 w 1 PLAN: 18105.dwg Fax509.965.3800 .11- r. PROFILE. 18105.dwg UTILITY EXTENSION OF v- Engineering and Land Surveying,Inc. tvww.hiacivil.com �y�C Y 50454. DESIGNED BY. SSH W v, � •/ONALtt B� Ib REVISION DATE ENTERED BY: AJH PLAN AND PROFILE N CONDUIT TO PUMP CONDUIT TO PUMP W ;> E CONTROL PANEL CONTROL PANEL • CONDUIT SEAL I JUNCTION BOX CONDUIT SEAL �J JUNCTION BOX S (TYPICAL) I 2!� EXPLOSION PROOF (TYPICAL) EXPLOSION PROOF 1ill (TYPICAJUNCTIONBOXJUNCTION BOX ) � (TYPICAL) PUMP N0.2 ! PUMP NO.4 CORD GRIPCORD GRIP E3 I SEE DETAIL POWER & BUSHING POWER & BUSHING ® Q fl CABLES CONTROL �� (TYPICAL) CABS CONTROL it— (TYPICAL) ON SHEET B. �I 20' -1 M; Ell PUMP NO.1 POWER PUMP NO.3 POWER g MEMO & CONTROL CABLES & CONTROL CABLES -x x— I 5 1—x x— -^- �x 0 x x I JUNCTION BOX DETAIL ,• i x \\••'\ 0.1 IES X4 \\\ \\ 1 \\ \Y E6 FORCE MAIN x \\ �`\ FORCE MAIN CRUSHED SURFACING CLEANOUT CLEANOUT JUNCTION BOX TOP COURSE GRADE MUST SLOPE x O 1 O x ,r' AWAY FROM STATION CHAIN LINK FINISHED GRADE % I x SECURITY FENCE �� ` % /\/\ • / y\\/\ 6" LENGTH / / :,� \/\/ Li-PVC SLEEVE \/\\/\. /\\/� I SINGLE 3' CHAIN x Net' -" __^_ '� • /��\. \\� LINK GATE [ Q �G�// GRAVEL >//,/� �. / 1 AiFG/ ^-SURFACING - b \/\\\\ • \ \/\ JG// (2" DEPTH) . //\ /� GROUT PIPE END ROUTE PUMP \\j/\ \\� zQ l x�. �x TO WALL OF BOX CONTROL AND /\// 11.111.1111.111‘ //� M I ' .I I POWER CABLES \\//\ • ' 21 ok , �I , „ j\\ �I L /X ---4---.„, TO J-BOX \\� IJ. \\\ 0 /�/ ' /j\ a l 0 /\/ �iliartilik ' ,�/ NEW 4" PVC SEWER DOUBLE 20' CHAIN /\/\3I > LINK GATE \\/\v r� Ol+ - —//.�/, — ZI N CRUSHED SURFACING ///\\// : I�� I!�I \/ /\ • TOP COURSE \ ` - x w NOTE. /\//\/� • ill \ z CONTRACTOR SHALL SECURE GRINDER PUMP // /\ %/\//\i STATION AND ASSOCIATED ELECTRICAL WORK /\\ \\�� am ' j\�/\\j WITH TEMPORARY SECURITY FENCING AT THE // // /� 1 1 1 1 //\//\/ x END OF EACH DAY UNTIL THE INSTALLATION / /\/\ ' \\ \\ OF PERMANENT FENCING IS COMPLETE. \ \\/\\/ _ C//\\//\\\ In In 12" MIN. CONCRETE / /�' � rI x I BALLAST, 4" MIN. j\/,A' a .' / \ BELOW TANK BASE \ \ \� �a ° \ \\ \\\ - I -- i - - - -- L— -- -- - - -- - - - /\ \ \ x ELECTRICAL NOTES. 6" COMPACTED //\\/\ \'/\'/X/\'/\'/\'/\'/\'/\'/\'/\'/\'/a'/\'/\'/\'/\ \ \\ CRUSHED SURFACING \\/i\/\\ \\/\\/\\ \\ \\ \\ \\ \\ \\ \\ \\ \\ \\/\ \\ u \ E1 OTHERSNNEBY FOLLOWING OCALO PROVIDED BY TOP COURSE \//��/\./\//.\//.\//.\//.\//•\/40\\//\/�\/\\/��j�j% j/u��//�\/ CODE (LOCATION MAY NOT BE AS I INDICATED). 5.7' n INSTALL TYPE 1 J-BOX. E3 INSTALL 2" CONDUIT WITH CONDUCTOR PER LOCAL ELECTRICAL CODES. SITE PLAN n INSTALL 2" CONDUIT WITH 2 #8 AND 1 #8G. SECTION A-A 0 2.5 5 10 n INSTALL 1" CONDUIT WITH SUPPLED PUMP SCALE. 1" = 1' CONTROL CABLE. n INSTALL TYPE 1 J-BOX WITH SEAL OFFS AND EXPLOSIONS PROOF BOXES. JOB NUMBER: DATE. CITY O F YAK I MA SHEET 2803 River Road Yakima,WA 98902 �w�FoF a H9,�_ 18105 8-30-18 6 FILE NAMES. 509.966.7000_ +el 40 H L A 9.965. "r o DRAWING. Sheets.dwg CAMP HOPE PLAN: 18105.dwg Fax509.965.3800 +"' d'J ' PROFILE. 18105.dwg UTILITY EXTENSION OF Engineering and Land Surveying,Inc. www.hlacivil.com /off G DESIGNED BY SSH 8 We REVISION DATE ENTERED BY- AJH SITE PLAN CLEANOUT RISER.SEE DETAIL i Y* WYE NEW SIDE SEWD2 SEE SURFACE REPAIR DETAIL %�% •I�%� �\C�\�\C EXISTING PAVB01f-DEPTH VARIES ` /� / APPLYCB9.1 A SHED TO SEAL TIE SURFACE-MIDI S ' rCI.EANWT RISER,SEE DETAIL ' 09111.1.1.4. '� n {• //��//�%��,j` 1 1 //\ �::.�T PA.-, BWFYAfEOF1 TO EDGES OF REPPER SECTION tQ�ETE ffOVWAYED MID TO // r-NEW SIDE SEVER .` N 'Q/��G� \C. LOOTS t EXCAVATION 1C L� n ■ 45 BEND CLEANOUTS SHALL BE TA~ COMPACTED NATIVE BAQffILL .. ` - _ FERNCO FUMBLE COUPUNG CONSTRUCTED OF THE SAME R ► EXCEPT SELECT BAg01LL T- -,. FERNCO FLEXIBLE COUPLING ADAPTOR OR APPROVED EQUAL SIZE AND MATERIALS AS l FULL DEPTH AT LOCATIONS mr ADAPTOR OR APPROVED EQUAL EXISTING SIDE SEVER THE SIDE SEVER IN NHldi $ DETECTABLE DIRECTED BY TM ENGINEER .. AtTE1PIMTE BADa 6LGPE ArCQ1I11ACT00.4 EXISTING SIDE SEWER t r— THEY ARE INSTALLED. E MI. aTY OF YAKS. ANra ADDITIONAL COST TO ME if MARKING TAPE IMAM-1W PG SAES CE IA TILES DEPTH OF EXISTINGASRMLT. INLINE CLEANOUT 05511NG BUILDING` i s 0.24 EN.(CCEPACIEG GEPT/1112 EQUAL UFOS ENDLINE CLEANOUTE BEDDING ZONE B V=ECO2IEIPACIEJ DEM) CARDEN&OTHER LAWN AREAS ASPHALT CONCRETE SURFACING CAST IRON FRAME&COVER, BEDDING MATERIAL SHALL AREAS CLEANOUT PING NEENAH FOUNDRY CO., 18'SQ MEET THE REQUIREMENTS FASTING SURFACE-OEP111 VARIES (YPT W/RIUSED NUT) FINISHED GRADE R-80f1 W/EMT DOWN TRAVELED WAY03 OF CRUSHER SURFACING �. COVER,OR APPROVED EQUAL I 1 FOgSHED /, �\ �\ TOP COURSE PER SECTION TS -'I I-n-Irbil- ��C ����0 STAND SPE'CIFlCATIONS PATCH 10 EIRAVATNIN T CLASS 3000 /�//c !\t•n CEMENT CWd2ElE 1111.:74.-u /i�/N %G�/i 111.1 d.EANOUT� WYE FOR INLINE CLEANOUT 45' r.iiii ITB .��',,//,4,'„,/,,'/Q�O�Q����/��/O�O/'�/�/�����///, �zmx mmtt IGO uuwan-..ztitti ,, ADAPTOR BEND FOR ENDUNE CLEWQUT nrll=l�Il ••• UNDISTURBED EARTH N` Alll]ilNlEBACK SLCIPE AT CONTRACTORS (SLEPT) III-- NQ.hSL OPTION PAO AT B.IT CGTC ICGEFACT®GEPIMW YAIONNGAoorIIONAL COST TO THE r 1.ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE 45'BEND — / SIDE g B•PVC SEVER PIPE CONTRACTOR TO PT THE METHOD OF CONSTRUCTION AND AU. GRAVEL SURFACING �� Il SAFETY REQUIREMENTS. �s no �'lYl'S FLOW_ CLEANOUT RISER 2 MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHESpipmang GRGLPO CLEANOUT RISER 1 SIDE SEWER CLEANOUTS O TYPICAL TRENCH SECTION ■�■ I B NOT TO SCALE CLEANOUT IN TRAVELED WAY 3 NOT To SCALE �„ v" SEE SURFACE MINIMUM SIDE SEWER SLIDES 0 Ng'_ REPAIR DETAIL ,. e" ALTEMPITE BACK SLOPE ATWNINAClORS 4'PIPE 0.02 FT/FT SANITARY 1. SERVICE CONNECTWS B'OR LARGER MUST BE MADE AT 1�\W1 ; ��\ •� �. OPTION PY WAND AT NO ACCIIIW/AL COST TO TIE B'PIPE 0.0E FT/FT SEVER MAN MANHOLE. %.\\1 .i a22. 3.5 l///COMPACTED 1.BNH(WYPACIED®MN NATIVE MATERIAL EPEE FROM DOCKS OVER2 4'CITE B' '.' M EXCEPTNATISELECT INCH.STOPS W STOOGES WHEN R£IAOW°GONG TRENCIDE 2. IF 5'MAXI/UM SLOPED DISTANCE IS INSUFFICIENT FOR SIDE ODD SEWER SEWER CONNECTION,INSTALL SIDE SEWER RISER PER DETAIL BACMTLL FULL DEPTH AT UNSURFACED AREAS MMIMII0.111t3 LOCATIONS DIRECTED BY 3. ROTATE SANITARY SEWER MAIN TEE OR WYE 45'UPWARD. THE ENdNE1R NOTES 1. CONTRACTOR SMALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER4. TEES OR RYES SHALL BE INSTALLED IN NEW SANITARY SLOPE AT TRENCHES AIR SECTIONS RESULTING FROM ALTERNATE BACK TEE RYE SEWER. SEWER MAINS WHEN INSTALLING ODE SEWERS IN EXISTING DETECTABLE 2 CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED (STANDARD) MAINS. SHALL CONNECTION ALL BE MADE BY MACHINE MADE MARKING TAPE BY THE ENGINEER IN CERTAIN APPLICATIONS. 4 OR B' TAP AND APPROVED SATIN F BEDDING MATERIAL SHALL A A `` ODE SEWER MEET NE REQUIREMENTS 5. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS OF CRUSHED SURFACING GREa1 MARKER SHOWN,CONNECT SERVICE AS DIRECTED BY ENGINEER AT. "TiTtr TOP COURSE PER SECTION POST PER B' B-03.8(3 TIE E STANDARD B. "'EMANATE ODE SEWER AT R/W UNE UNLESS OTHERWISE STAND SPECIFICATIONS e•CV. City Of Yakima City of Yeidma-Standard Detail SPECIFICATIONS . DIRECTED BY ENGINEER OR SHORN OTHERWISE ON PLANS r MIN. 1 MIN. „``\` MARKING 'a> s a k Engineering Division 7. AU.ODE SLIVER MATERIALS SHALL BE PVC SEWER PIPE `�� 1a,,,,,,BHA.Dye TYPICAL SURFACING R7 CONFORMING 10 THE REQUIREMENTS OF SECTION B-05.12 I rrer W.wr�R NIT TO BEDUE /' ig�' / WYE(AS OF THE STANDARD S'ECFlCATONS. I VI �/ NEW 3'WATER Rewbn llQWB 18'/4 Tomm REQUIRED) MIN.SLOPE A ' I b SERVICE R®Aft L 1 \�\�,r '`. MIN.SLOPE ''I J I OBSTRUCTION 1 '<icf IA•*</kCI,�I��I I'I II'' J` t} \IN THIS AREA/ NEVI 1.25' FORCE MAN UNDISTURBED EARTH PLUG BEDS OR 45' ' N. - A• NO M. •CITY ID CUSTOM E a CIF MIER�10 K CAP AS 45' TEE WYE BENDS AS MIN.SLOPE REWIRED 7YP �O REQUIRED .I'®+'I,` 1.ACTUAL SDPE OF TRENCH ODES TO BE DETERMINED BY THE 1 AP ,� CONTRACTOR TO FlT THE METHOD OF CONSTRUCTION AND ALL SECTION A-A PLAN SAFETY REQUIREMENTS. CITY OF V.I.STANDARD COPPER METER SETTERS SHALL BE CONNECTION AT OBSTRUCTION 2 MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES. EOUIVALENT TO EITHER PORE I TIM-278-4A PREFABRICATED COVER SECRON—\ OP i VBB77-27B-44,1 1/2.OR 2'RESPECMEL1 I O.1 SIDE SEWER CONNECTIONS O�j SHARED TRENCH DETAIL __ �i� 2 NOT TO SCALE 2 3 NOT TO SCALE a'DIA.CONCRETE WELL CURBS III DL PIPE O O 0 0 / - / REMOVE AND REPLACE n I I iiiEXISTING STARS ANDI�,��e �,-.II '/� CONCRETE NEW FORCESARY TO I INSTALL MAIN DC SIDEWALK 0 'i E--E 0 PIkTEMvl£NE TUBING-1 I ��P ' nizziziowsow,PoM E1FVI1OS53CRUSHED •�. •dAe= EX SAMPLER LINE II,� I =� SURFACING --FLOW ItNRIO I1�••13 TOP COURSE .. . 1)4 E x.2'PIPE l an _1 A �,� AKL J�i O 1 yyv-,- EC SAMPLER TINE a {■. BOTTOM WELL CURS SECTION TO BE SET HET . NR ' �� F _e LADDER RUNGS / ON CONCRETE BLOCKS ANDES NOTCHED TO OVER WATERLINES �� � INSTALL NEAP .Mill _--pE' 1.25'45'ELBOW TE•D NEW3 I N EC /2" �� �_�M mo 1 1; & 2" METER INSTALLATION .INSTALL 2y5 ELBOW'1.25' EXTEND 1.25' DEFLECT PIPE NEW 1.25'FORCE MAN �cny o1 vµimo-EngmeerTp D�.aien FORCE MAN PAST END NEW 1.25' OF EEL SAMPLER UNE AS NEEDED _.—_--_ © 0 EXTEND N CORE DRILL DOSING MANHOLE FORCE MAINPAST END FF SAMPLER UNE FOR NEW FORCE MAIN.GROUT ANY REMAINING OPENING UM MECHANICAL COMPONENT DESCNP524 AROUND NEW FORCE MAN 1 1-1/4-BALL VALVE LADDER RUNGS 2 1-1/4'PVC PIPE(LENGTH AS REQUIRED) PLAN VIEW SECTION A-A 3 1-1/4'45'ELBOW 4 1-1/4'45'ELBOW 5 3/4'YHT a 1-1/4'SOC PVC ADAPTER B 3/4'THREADED PVC CAP 7 CAST IRON MANHOLE FRAME&COVER(GROUT IN PLACE) B FINISHED GRADE B SEE DETAILS 1.3&1.4 ON SHEET B FOR SURFACING DETAILS APPROVED 11.1516 °1 .N MANHOLE CONNECTION DETAIL °FORCE MAIN CLEAN OUT DETAIL CITY OF YAKIMA-STANDARD DETAIL 1 1/2"&2"METER INSTALLATION W10 3 NOT TO SCALE NOT TO SCALE JOB NUMBER: DATE. CITY O F YAKIMA 2803 River Road ��F\e ut 18105 8-30-18 SHEET .. +... H L A Yakima,PIA98902 r.F�F°F f�, ,% FILE NAMES. 509966rRo �< w{/fir DRAWING: Sheets.dwg CAMP HOPE 7 Fax509.965.3800 . ' 1d'-A r PLAN: 18105.dwg UTILITY EXTENSION OF / /r4",�,SrSIV.Fc hV PROFILE. 18105.dwg En�neeringand Land Surveying,Inc �yoywiiac;�,i].C� ` 70NA1�;�� DESIGNED BY: SSH PROJECT DETAILS 8 8/g/6 REVISION DATE ENTERED BY. AJH LENGTH VARIES CAST WON LID r /2'HYA EN CAST IRON UD CLASS 3000 CEMENT CONCRETE SAMdlT 7-O' FULL DEPTH OF PAVEMENT 1,.... 2-O 8'THICK PASS 3000 POLE CAP SECURE WIRE TO TOP OF 12 ANC OF SOLID HMA PAVEMEN SECTION LESS1 1/2' 1 CEMENT CONCRETE PIPE WITH 2-WIDE X MIN COPPER WIRE WI - BLUE INSULATION ..V//•/ 8'LONGS RIPS OF DUCT �:� ����• TAPE AT IO FT 0.C. •/•. • 'W� \ I 18'HT♦REBAR 8'MIN. SUBGRADEs'MIN. `/•�I�I�__ / �Aar N NT POLE Sls qqF 2'><4',7Y BLUE R UPPER SECTION SJDIRG TYPE `I_ UPPER SECTION SLIDING TYPE WITH PHOTO CONTROL OR EQUAL V MARKER POST NON-METALLIC PIPE CA.VALVE BOX(OLYYNC CL VALVE BOX(OLYMPIC POLE HEIGHT: 18' B FOUNDRY NO.940,18-INCHES FOUNDRY CH NDRY NO.940,18-INCHES LONER SECTION HIGH,OR APPROVED EQUAL) LONER SECTION(OLYMPIC HIGH,OR APPROVED EQUAL) (OLYYPIC FOUNDRY FOUNDRY NO,940, NO. SMILAR INSTALLATION PR APPROVED EQUAL) 111.1 GATE VALVE SHONN- GATE VALVE SHOWN- • NEW Y SERVICE EQUAL) [EpUOgI FOR SIMILAR INSTALLATION .� PIE BUTTERFLY VALVE REQUIRED FOR —7-BUTTERFLY VALVE NOTES MIIiWollai 0110011m 1. AT SPLICES THE CONNECTING ENDS OF THE WIRES SHALL BE OVERLAPPED AND TIED, THE ENDS SHALL BE STRIPPED AND CONNECTED WITH A WIRE NUT.WATERPROOF SECTION CCNNECTON WITH SPUCE KIT. OF POLE—.A- NEW CORE E 2. ACCESS TO LOCATING WIRE TERMINAL ENDS MQIE NOT SHOWNST�NALVE SHALL BE MADE AT All.VALVE BOXES AND MQ-1E. FR E HYDRANTS,SEOIRE TO EXTERIOR OF PROVIDE EXTENSION PIECE WHERE VALVE BOXES AND HYDRANTS STAINLESS STEEL PIPE STRAPS REQUIRED PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX.(OLYMPIC REQUIRED FOR VALVE BOX.(OLYYP C O RR APPY APPROVED E QU FOUNDRY NO.94OR 12.12-INCHES HIGH, O NO.DQU AL INCITES HIGH) OR APPROVED EQUAL) L1 1O3-INCH WATER SERVICE LOCATING WIRE O WATER VALVE BOX-IN PAVEMENT O WATER VALVE BOX-NOT IN PAVEMENT 1 NOT TO SCALE 1 NOT TO SCALE 1 3 NOT TO SCALE 1 NOT TO SCALE APPDX 4' QUADPLEX PROTECT PLUS PANEL F7N11 GRADE HANDHOLE WITH COVER Ri... -4e:.lkN':tp ,♦•.4ik::�`;ts.%;o.:4::<.':�:• Pa RECEPTACLE 1-5/8'A 1-5/8' 11 L• < 12-GAGE SLOTTED d CAREFULLY PLACED GROUT BETWEEN STEEL CHANNEL 111 11.1 MOONLOAD AO COMPACTED ANCHOR BASE lk CENTER NEMA o e ',1 NATIVE MATERIAL OR BASEPLATE WITH BOLT COVER 3R RATED WITH Uf.c B S '. SELECT BACOILL AS SILICONE CAULK B SACEB. a 0 4 ERECTED BY EHONEER 0 EDGE PROVIDE ORCUT B pg5 •• NO UNSUITABLE M SLOPE BEAKERS PER 3 B MATERIAL B U� [- -, RADIUS EDGE 2'4 Y 12-GAGE 101 'emu■ YNF RECOY. + y' `s I51I PERFORATEDi STEEL TUBING 1'OR Y SCHEDULE 40 PVC CONDUIT(S) "vi ' �I 4�iG it H L AS SHORN ON PLANS 8\ 1 HARE -b t9 ,• -SLOE TO DRAIN- \\ 1 API \\ CONDUIT X z 4. 48'ANCHOR BOLT a L 4"` (s-<< ^,'.:34 ^ TIED WITH M GAUGE I Pin _ y, • WIRE 12'ON CENTER �` lj1:,/ '>, \ w 1 CONDUIT \ ������ a30'ROUND CEMENT D OA%NCR >ti y _. .� — \! •Jfj '\ CONCETE ANCHOR BASE _ DEPTH CONCETE • f.:t1.-r�4`•;-- • MATERIAL ,�FOUNDATION '44.•.(a"4:4>O Ai Ao!«;4:4:4 \� REMFORCNC STEEL BARS • is. I 13E1 REQUIRED(8)N0.7 BARS I- 1{ i'l \� �\ VERTICAL BAhS EVENLY \ SPACED AROUND PERIMETER. \\\\ \'�CeC��-C•<f�-'�•",'�/ (5)NO.4 HOOPS AT 10' NEW 1'CONDUITS TO ON CENTERS.3'MINIMUM GRINDER PUMP STATION CONCiEIE COVER 2 3 ALARMEAND ELECTRICAL MOUNTING 2•4 TNo PICAL ELECTRICAL TRENCH SECTION 2 5 T TO SCALE YPICAL AREA LIGHT NOT TO T TO SCALE �� BRACE POSTS WASTED AND END,OR TER BARBED SELVAGE _ 20' CORNER POST SUPPORT UNE POST PULL POST BRACE POST S BARBED WIRE �BARBE WIRE -PLUNGER PIN ARM BARBED WIRE SUPPORT ARIA _ r r ICI \♦W♦W♦♦♦♦♦♦♦♦♦♦♦W♦♦♦W♦W♦W.WYI_ !Iif�W�WiW�Wi♦`W�W.�♦i♦�♦.♦:�'/` t�♦�♦�♦ _TOP RAIL ♦♦♦♦♦♦♦♦11•♦♦ ♦♦11♦♦• ' ♦ ►♦♦♦�w♦• ♦♦♦♦♦♦♦♦♦♦� ♦♦♦♦♦♦♦♦♦♦♦♦ ♦♦♦♦♦♦4;tt♦♦♦ 11 I I�►WW♦�4!�I:I TOP HINGE :� ♦♦♦♦j♦♦♦♦♦j♦♦♦4j♦j♦i�•�- ►�W•♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦�!�t,-- ♦♦♦♦♦♦ ♦♦♦♦♦♦♦♦`♦♦ ♦� ♦♦ ♦f1►♦♦♦♦♦♦♦♦. ♦♦♦♦♦♦♦♦♦♦♦♦• ♦♦♦♦♦♦♦♦♦♦♦♦ MCP RAIL ♦♦♦♦♦♦♦i V* -- • p '♦♦♦♦♦�-" (180•SWING) ♦♦� ♦♦♦♦♦*A,-•♦•♦•♦♦ - ►♦♦.♦4•♦♦♦♦♦♦♦♦♦/ ♦♦�_- --�j♦j♦♦♦ ♦♦♦♦♦♦♦♦11►♦♦ ♦ /♦♦♦ ♦f1►♦♦♦♦♦♦♦♦ SLEEVES ♦♦♦♦♦♦♦♦♦♦♦♦� ♦♦♦♦♦♦♦♦♦♦♦♦ ♦♦♦♦♦♦�(�♦♦♦ III III..♦ II CHAIN UNK Is ♦ ♦♦♦♦ ►♦♦♦♦ ♦♦♦� _ .♦♦♦ ♦00♦O�i►O ♦♦��♦♦ ♦`►O♦♦♦♦O O♦♦♦♦♦O♦♦♦���M�,♦►O♦p0♦Op ♦p♦♦O,�♦♦♦ ►♦♦♦_ FABRIC I ♦♦ / ♦♦ ♦♦ ♦♦_ .1�- FABRIC BAND ♦♦♦♦4:►♦ ♦ ♦♦ ♦fl♦♦♦♦ ♦♦ ♦♦♦ ••••••STRETCHER BAR ♦♦♦'►♦♦ Ill�i♦i♦i♦ilU O ♦♦♦11 ►O♦♦ ♦Oi• OO :•* R►♦ ♦��♦i ♦14► 0♦ aaN UNK ♦ ♦♦00♦♦��•♦`�•�•�•� ♦♦p�C� ♦► *♦ / ♦ I► ♦ / bI♦♦♦ ♦♦♦ l♦ a.♦ ►♦ ♦ FABRIC ♦♦♦♦♦♦• ►♦♦♦♦ ♦♦♦��♦♦ b♦♦ . • ��e � b �00 ♦O♦OOi0♦ ♦::: 4p . ♦♦'►.„:. l�t�L♦ELL/ gt ;its: t♦ 1'0,♦♦i II�I III► %♦III II �♦� I'♦♦ '•♦ -. o♦♦ � I m ►♦ T ♦14 � ►♦♦ mIIIIII♦♦♦4111 - _ ♦♦ ♦ ♦♦♦ ♦♦� m �i♦ ♦ •-:i♦i♦i0♦ m ♦tN �•��• ♦♦O♦♦♦O♦O�_-p000000 . - �'�♦it►ii♦i♦i -0O♦ �� O♦♦• I►♦♦ i O♦4-_ ♦♦Q ��O♦♦♦Ii0♦ ♦�►000♦� OOOi♦i♦Oi ♦i♦i♦i♦♦♦i♦ % i♦i♦i♦i:�i♦i III ► I ♦♦♦ P ♦•►, _ ♦♦♦♦ ♦i0 i40♦ ♦O ♦♦ ♦Ii►♦ ♦♦ \�♦ ♦♦ ♦♦♦♦� 0.O♦O♦♦O♦� •O♦♦O�41 III!♦♦♦II(_ ♦•o♦♦♦♦♦♦♦♦♦♦♦,�'�� I�!;�♦i♦♦i♦i♦♦♦♦Oi♦Oi! •i♦i♦i♦�-..♦i♦i♦i0'►i0♦z ♦♦'+♦♦♦ ♦/4O♦000 ♦♦O♦♦♦♦♦�,►p♦O♦♦♦per ♦pp0��O♦ i♦i♦i L %'♦♦i♦i♦ii♦iii♦i♦♦♦i♦i♦So ♦♦♦♦♦♦♦N♦♦♦♦♦ ♦♦♦� ♦♦♦♦ S ♦ ♦♦ ♦♦i♦♦♦♦ .-:♦♦ ♦♦♦....� ♦♦♦.♦♦ III♦i♦i♦i/11 _ i•y♦♦•♦♦•♦♦♦♦♦♦♦♦♦:s r%-----♦♦��♦�♦�' --•-'vi♦ ♦.,•♦:♦:0♦i ♦A♦:♦ ♦ ♦♦♦ii /rmNaoN WIRE ♦♦♦i i•!4!---,♦�===♦==♦ =♦=♦=♦=♦_tt. 1 III�ii•:•�):•:nl iI ; �� - - v •M \�\\���: •\�\\.�\�\�\�\/\/� ' • \.\. /.\/ .\/.\/\/\`• �/ /A‹A\s.\\��\A\s\��\,\\,\Av., 'A\,\\ \,\\4. '/\\A\,\\,\\A\,\\A\.\\,\\\AN' `,\\A\,\\/\\,\\A\�.\\A\A\A\,.° .� \:• .S< BOTTOM HINGE / \� '., a //��.' "'/� • ','R •I • X CUSS 3000 '. 1111.4 \/' _/ (teo•SWING) > ••.'�\ N /\. ;✓2 .1. BARBED SELVAGE • ' ".- - CONCRETE BASE • '''1 /, CASs 3000 > ii\\\- . _ CONCREIE IN '; \i\\ii\\\i 1E BASE ✓\i\\ \\7\�\J\\ i- 12• 12' 12. 1Y I. 1(Y-0'MAX. OCHAIN LINK SWING GATE O CHAIN LINK DOUBLE-SWING GATE O CHAINLINK SECURITY FENCE-TYPE'A' 3.1 NOT TO SCALE 3.2 NOT TO SCALE 3 4 NOT TO SCALE JOB NUMBER: DATE. CITY OF YAKIMA SHEET • HLA 2803 River Road ��\E` �f92Z 181 os 8-30-18 .. Yakima,WA 98902 �F'F°F ii-Aiii 'r FILE NAMES: DRAWING. Sheets.dwg CAMP HOPE 509.966.7000 iF `:;,'/' PLAN: 18105.dwg 8 Fax 509.965,3800 'N' •� '- r PROFILE. 18105.dwg UTILITY EXTENSION OF Engineering and Land Surveying,Inc. www.hlacivil.com ' s3jo !�G DESIGNED BY SSH PROJECT DETAILS 8 BIB REVISION DATE ENTERED BY• AJH 5l BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.G. For Meeting of: October 2, 2018 ITEM TITLE: Resolution authorizing a contract with Ken Leingang Excavating, Inc., in the amount of$169,005, for extending water and sanitary sewer services to Camp Hope SUBMITTED BY: Scott Schafer, Director of Public Works Brett Sheffield, Chief Engineer-576-6797 SUMMARY EXPLANATION: Yakima Valley Conference of Governments, the agency responsible for administering the Homeless Program within Yakima County, has entered into two Consolidated Homeless Grant and Homeless Housing and Assistance Fund contracts with the City, at a total amount of $300,000 for providing water and sanitary sewer utilities to the temporary homeless encampment (Camp Hope). HLA Engineering and Surveying, by way of professional services agreement, prepared the plans and contract documents for the installation of the water and sanitary sewer services to Camp Hope. The Municipal Research and Services Center Small Works Roster was used to obtain a list of contractors with the ability to install water and sewer utilities. Once the list was obtained, an Invitation to Bid was sent on August 31, 2018 to the following five contractors:Allstar Construction, Inc.; Granite Construction Company; Ken Leingang Excavating, Inc.; Tri-Valley Construction; and, TTC Construction, Inc. Bids were opened on September 14, 2018. Two contractors submitted bids, with Ken Leingang Excavating, Inc. submitting the lowest bid of $169,005. See attached Contract. Ken Leingang Excavating, Inc. has the expertise and experience to properly install the water and sanitary sewer utilities necessary to serve Camp Hope. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Neighborhood and Community Building APPROVED FOR SUBMITTAL: City Manager 2 STAFF RECOMMENDATION: Adopt Resolution. BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date Type D resolution 9/27/2018 Cover Memo D tract 9/17/2018 CrAer Memo