Loading...
HomeMy WebLinkAboutR-2019-032 Wastewater Treatment Plant Digester Cleaning Agreement with Selland Construction, Inc.RESOLUTION NO. R-2019-032 A RESOLUTION authorizing a contract with Selland Construction, Inc. for City Project No. 2489 which provides for the cleaning and coating of biosolids digesters at the City of Yakima Wastewater Treatment Plant WHEREAS, the City of Yakima operates and maintains the Yakima Wastewater Treatment Plant in accordance with applicable Federal, State and Local regulations; and WHEREAS, the City of Yakima Wastewater Division has identified that plant biosolids digesters require cleaning and interior surface re -coating; and WHEREAS, this project will maintain the required biosolids digestion capacity to meet regulatory requirements and maintain treatment system reliability; and WHEREAS, by resolution R-2018-047, the City entered into an agreement with Gray and Osborne, Inc. to prepare the plans and contract documents for the cleaning and re -coating of biosolids digesters at the Wastewater Treatment Plant; and WHEREAS, the City of Yakima Wastewater Division requires construction services for the digester cleaning and re -coating; and WHEREAS, The City of Yakima used the procedure established by the State of Washington for competitively bidding projects; and WHEREAS, Selland Construction, Inc. submitted the low bid and has the ability to perform the contract specified work; and WHEREAS, the City Council finds that it is in the best interest of the City of Yakima and its residents to enter into a contract with Selland Construction, Inc. to perform the work detailed in the contract documents for the cleaning of four biosolids digester and the re -coating of Primary Digester No. 1; 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 Selland Construction, Inc., in the amount of one million, five hundred and five thousand, six hundred and sixty-seven dollars and ninety-two cents ($1,505,667.92) for the cleaning and re -coating of biosolids digesters at the Yakima Wastewater Treatment Plant ADOPTED BY THE CITY COUNCIL this 19th day of March, 2019. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this of M(AvA.20\j.by and between the City of Yakima, hereinafter called the Owner, and moLL*ND CONSTRUCTION, INC. uWashington Corporation, hereinafter called the Contractor. VV|TNESWETH: That in consideration of the terms and conditions contained herein and attached and made a port of this ugmomont, the parties hereto covenant and agree aofollows: |. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: 1,505,667.92 �_,furnVastewo»orTreatmentFaci|ityDiWmomerC|eanin8PnojmctCdyPnojoutNo.VVF34O9.oUin accordance with, and as described in the attached plans and specifications and the 2014 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 One Hundred Sixty (1160) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (111 th) working day after the date on which the City issues the Notice to Proceed. |fsaid work ianot completed within the time specified, the Contractor agrees topay tothe Owner the sum specified inthe Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, ao 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. ||. 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 inthis contract. |||. INDEMNIFICATION. The Contractorshall 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. |V. 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 ooexpressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above this-) ' dayof 20LL".) Selland Construction Inc a WA Corporation *1 1k� � �Iam _�« �~~ ^ "^ = ^- ^ ^' CITY CONTRACT _. ° RESOLUTION NO: Q k CONTRACTOR Cowracmr , (Print Name) V. President (PresidemOwner, otc.) P.O. Box 119 City of Yakima 241 City of Yakima WASTEWATER TREATMENT FACILITY DIGESTER CLEANING PROJECT City Project No. WF2489 Construction Contract Specifications & Bid Documents February 2019 Donald M Tulloch Oz.-1Z-- 2019 Dry. y soon. W Con./ M TA. ON en=OoneiO M TIAN. ceU9 6W ESE 1423Caaaool58CroeEeC>0006eC3eerneestullochat, co WAC 166-23 m OeReason G60 Voicrne2135 O4.4 le �2016 0212 13 55 Cb09'00' City of Yakima 1 r MN I I M N I MN N 1 M I M 1 M- I M I BID SUMMARY CITY OF YAKIMA WASTEWATER WASTEWATER TREATMENT FACILITY DIGESTER CLEANING CITY PROJECT NO. 2489 ENGINEERS' ESTIMATE SELLAND CONSTRUCTION, INC. WENATCHEE, WA SYBLON REID FOLSOM, CA ITEM NO. BID SECURITY QTY UNIT ITEM UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 MOBILIZATION AND DEMOBILIZATION 1 LS $ 106.500.00 $ 106.500 00 $ 25 Wu 00 : 25,000 00 ,$ 55,000 00 S 55.000.00 2 UNEXPECTED SITE CHANGES 1 LS $ 50,000.00 $ 50,000 00 $ 50.000 00 $ 50,000 00 $ 50,000 00 $ 50.000.00 3 TEMPORARY PIPING AND APPURTENANCES 1 LS $ 30,000.00 $ 30.000 00 $ 80000 00 $ 80,000 00 $ 70,000 00 $ 70,000.00 4 PRIMARY DIGESTER NO 1 SLUDGE REMOVAL 202000 GAL $ 1.65 $ 333,300.00 $ 2 15 $ 434,300 00 $ 2.84 $ 573,680.00 5 PRIMARY DIGESTER NO 1 CLEANING, PREPARATION, AND COATIN 1 LS $ 375,000.00 $ 375,000 00 $ 480,000.00 $ 460,000 00 $ 515,000.00 $ 515,000.00 6 SECONDARY DIGESTER NO 1 SLUDGE REMOVAL 24000 GAL $ 1.65 $ 39,600 00 $ 2 27 $ 54,480 00 $ 3 87 $ 92,880.00 7 SECONDARY DIGESTER NO 2 SLUDGE REMOVAL 39000 GAL $ 1 65 $ 64,350 00 $ 2 14 $ 83,460 00 $ 3 05 $ 118,950.00 8 SECONDARY DIGESTER NO 3 SLUDGE REMOVAL 38000 GAL $ 1 65 $ 62.700 00 $ 2.14 $ 81,320 00 $ 3 13 $ 118,940.00 9 SECONDARY DIGESTER CONTROL BUILDING MODIFICATIONS 1 LS $ 25,000 00 $ 25,000 00 $ 70,600 00 $ 70.600 00 $ 9,000 00 $ 9,000.00 SUBTOTAL BASE BID $ 1,086,450.00 $ 1,339,160 00 $ 1,603,45000 SALES TAX @8.2% $ 89.088.90 109,811 12 $ 131,482.90 TOTAL CONSTRUCTION COST BASE BID S 1,175,538.90 _$ $ 1,448,971.12 $ 1,734,932.90 ADDITIVE ITEM NO. 1 1 KNIFE GATE VALVE INSTALLATION 1 LS $ 85,000.00 $ 85,000.00 $ 52.400.00 $ 52,400 00 $ 37,000.00 $ 37,000.00 SUBTOTAL BASE BID $ 85,000.00 $ 52,400 00 $ 37,000.00 SALES TAX @8 2% $ 6,970.00 $ 4.296 80 $ 3,034.00 TOTAL CONSTRUCTION COST BASE BID $ 91,970.00 $ 56,696.80 $ 40,034.00 SUBTOTAL BASE BID AND ADDITIVE ITEM NO. 1 $ 1,171 450 00 $ 1,391,560 00 $ 1,640,450.00 SALES TAX @8.2% $ 96.058.90 $ 114.107 92 $ 134,516.90 TOTAL: $ 1,267,508.90 $ 1,505,667.92 $ 1,774,966.90 CITY ENGINEERS REPORT ..., ;; CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON MARCH 1, 2019 �i . 1 y+ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. • •, 4 ++, I RECOMMEND THE CONTRACT BE AWARDED TO ~ CITY OF YAKIMA WASTEWATER f : 4, SELLAND CONSTRUCTION, INC. �:� ... WASTEWATER TREATMENT FACILITY DIGESTER CLEANING AWARD MADE BY CITY MANAGER 3/y�Zo[�i +• r J PROJECT NO. 2489 PI".........w-''r �JtLi �r ,1 ar\ f-. DATE 31112019 .., DATE CITY ENGI iiii 1,6 ) /' , <�, DATE CITY MAN P R FILE IICilyeng lenginages\BidSummaries SHEET 1 OF 1 ADDENDUM NO. 001 TO THE CONTRACT PROVISIONS AND CONTRACT PLANS FOR CITY OF YAKIMA WWTF DIGESTER CLEANING CITY PROJECT NO. WF2489 G&O #17042.03 ISSUED THIS DATE: WEDNESDAY, FEBRUARY 27, 2019 BID OPENING: 11:00 AM (LOCAL TIME) ON FRIDAY, MARCH 1, 2019 CITY OF YAKIMA CITY HALL 129 NORTH SECOND STREET YAKIMA, WASHINGTON 98901 Donald M Tulloch Bidder shall acknowledge receipt of this Addendum on Page 301, Proposal. DIMO, noel by Donald M TNccf �M.Oo dM. f,c.1S �a2)0000001550fG0E0C>0000eW5. n024,OW V1%20 m RoaanWC.0 Yawns Once Date 20100221051451-war TO PROSPECTIVE BIDDERS: The attention of all prospective bidders on the above project is directed to the following additions and modifications to the Contract Provisions and Contract Plans. I. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE GENERAL CONDITIONS ITEM NO. 1: Page 28 (March 29, 2018 — General Conditions, 2-10), General Conditions, 2.02.1 Award of Contract REVISE the second paragraph of this section as shown below (added text is italicized): "The Owner reserves the right to waive informalities in the bidding, accept a Proposal of the lowest responsive, responsible Bidder, reject any or all Proposals, republish the call for Proposals, or revise or cancel the project. The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the bidding documents, and to determine the low bidder on the basis of the sum of the Base Bid and Alternates accepted." Page 1 of 4 II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE TECHNICAL SPECIFICATIONS ITEM NO. 1: Page 84 (01110-4), Specification Section 01110-1.4, Order of Work ADD the following new paragraph to the end of this section: work described in the Plans and Specifications requires close coordination between the Owner and the Contractor. As each digester tank is taken out of service for cleaning, the Owner must first dewater some of the contents from the tank and this process will have to be performed outside of the normal weekly sludge dewatering operations. The order of work stated above indicates various days the contractor will have to wait on the City's operations. These days are built into the 160 working days allowed for Substantial Completion of the work. If the City's time for dewatering, inspections, etc. takes longer than indicated above, working days will be added to the contract time." ITEM NO. 2: Page 153 (02225-3), Specification Section 02225-1.3, Definitions ADD the following after sub -section D: "E. DEWATERING Dewatering shall be defined as the use of mechanical equipment including, but not limited to, centrifuges, belt presses, screw presses, or rotary screen thickeners as a means to remove and/or separate additional liquid from sludge as defined in (B) above." ITEM NO. 3: Page 154 (02225-3), Specification Section 02225-1.4, Submittals, A., 2 REVISE subsection A., 2. as shown below (added text is italicized, deleted text is shown as strike out): "2. Coordination with the Owner's digester sludge removal, testing, and refilling activities. The Owner intends to remove the sludge in each digester down to the elevation listed in Section 1.1 prior to the Contractor ro g the ro ..terial. The Owner will then collect samples from the remaining material and analyze them for total solids and nutrient value. The costs for this sample collection and analysis will be borne by the Owner. The Contractor shall allow up to five working days for sample collection, analysis, and coordination with local agencies. After sample analysis is complete, the Contractor will be provided with a copy of the results and may initiate removal/processing of the material remaining within the Digester. Once all required material is removed, the Owner will commence with sludge filling and/or transfer according to the Plans and as specified herein." Page 2 of 4 ITEM NO. 4: Page 160 (02225-11), Specification Section 02225-3.9, Utilization REVISE the third full paragraph as follows (added text is italicized): "The Contractor shall ensure that the receiving facility(ies) meets other requirements as defined by the Department of Ecology or appropriate governing authority. The Contractor is responsible for all testing and paying all costs necessary to determine biosolids quality as needed by the permitted use facility, except for total solids and nutrient value as noted in Section 1.4-A.2 of this Specification." ITEM NO. 5: Page 215 (15050-3), Specification Section 15050-2.2, Ductile Iron Pipe and Fittings ADD the following new paragraph to the end of this section: "Unless noted otherwise herein or on the Plans, exposed to view ductile iron fittings shall be installed using Type 304 stainless steel bolts, nuts, and washers. Gaskets shall be full face, red rubber, and suitable for the material carried within the connecting piping." III. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page 279, Item Proposal Bid Sheet DELETE the Item Proposal Bid Sheet (page 279) in its entirety and REPLACE with the attached Item Proposal Bid Sheet (page 279R). IV. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE CONTRACT PLANS ITEM NO. 1: SHEET 8, PHOTO DETAILS On Detail 1, REMOVE the callout for "6" RCS" on the left side of the photograph and REPLACE with the following: "4" RCS" ITEM NO. 2: SHEET 9, PHOTO DETAILS CHANGE existing "Detail 3 - Photo Detail: Secondary Digester Piping Modifications" to "Detail 2 - Photo Detail: Secondary Digester Piping Modifications" Page 3 of 4 V. PRE -BID MEETING ITEM NO. 1: Attached, for informational purposes only, are the February 20, 2019 Pre -bid Meeting Agenda and Sign -in sheet. The meeting notes do not change the Contract. Page 4 of 4 ADDENDUM NO. 001 ITEM PROPOSAL BID SHEET Wastewater Treatment Facility Digester Cleaning Project City Project No. WF2489 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. DOLLARS DOLLARS 1 MOBILIZATION AND DEMOBILIZATION 1 LS Os. jDO0.°° ,5 ; DDO. 6° 2 UNEXPECTED SITE CHANGES 1 CALC $50,000.00 $50,000.00 3 TEMPORARY PIPING AND APPURTENANCES 1 LS 8c 0 °° o° 'C) 0' 0. 4 PRIMARY DIGESTER NO. 1 SLUDGE REMOVAL 202,000 GAL • 1 f o0 `i �j� j' oo . 5 PRIMARY DIGESTER NO. 1 CLEANING, PREPARATION, AND COATING 1 LS ijho (7O d© -1W) Ooo.°° 6 SECONDARY DIGESTER NO. 1 SLUDGE REMOVAL 24,000 GAL a.a-J a.14 S9jLi20.°6 i3 3 1..U00 •°O 7 SECONDARY DIGESTER NO. 2 SLUDGE REMOVAL 39,000 GAL 8 SECONDARY DIGESTER NO. 3 SLUDGE REMOVAL 38,000 GAL ;' , cal 13ao.00 70, /r200. Ob 9 SECONDARY DIGESTER BUILDING MODIFICATIONS 1 LS 7o.1E2,Uo,nt, SUBTOTAL BASE BID: 1 J�2CI, 1/ /�.pU 4-1 SALES TAX (8.2%): 109811 l - TOTAL BASE BID: , 1, Li 6 017 1 I 6 10 ADDITIVE ITEM NO. 1 KNIFE GATE VALVE INSTALLATION 1 LS 5aj�oa ,a 9 °6 SUBTOTAL ADDITIVE ITEM NO.1: a v0 °D SALES TAX (8.2%): Lj aof k $° TOTAL ADDITIVE ITEM NO. 1: J G J 6 el6.8° TOTAL BASE BID +ADDITIVE ITEM NO. 1: 1, 50s/ U07 £'' Note: A bid must be received on all items 1 City of Yakima 279R ADDENDUM NO. 001 MANDATORY PRE -BID MEETING AGENDA WASTEWATER TREATMENT FACILITY DIGESTER CLEANING PROJECT CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CITY PROJECT #WF2489 G&O #17042.03 DATE: February 20, 2019 1:00 p.m. PLACE: WWTF, 2220 East Viola Avenue, Yakima, WA I. Introduction A. Sign -in B. Welcome to pre -bid meeting C. Introduction City of Yakima (Owner) Gray & Osborne (Engineer) D. Brief description of the project scope of work. 1. 20 years since Primary Digester 1 Cleaned, 1 million gallons 2. Operate Secondary Digesters 1 & 2 as Primary Digesters 3. Wait 15 days when Primary Digester is taken out of service 4. City to process approximately 80% of the contents in digesters 5. Contractor to load, transport, dispose remaining contents. 6. Contractor to clean secondary digesters. Allow inspection 7. After 15-day HRT treatment period in primary Digester, City begin dewatering 8. City dewater and process approximately 80% of volume in Primary Digester Page 1 of 4 ADDENDUM NO. 001 9. When City can no longer process digested sludge, depth measurement taken and remaining volume calculated for measure and payment item. 10. Contractor to purge primary digester atmosphere w/ inert gas and maintain air quality below lower explosive limit. 11. Contractor to load, transport, and dispose of remaining primary digester contents. 12. Contractor to thoroughly clean interior of primary digester. 13. Two weeks allowed for structural inspection and coatings inspection. 14. Negotiate structural repairs. Recoating included in bid. 15. City to operate all valves/pumps for maintaining treatment process. II. Construction Management A. Gray & Osborne is Construction Manager B. Contract will be with the City of Yakima. C. Only one prime Contractor. III. Bidding Information A. Bid due date and time: Friday, March 1, 2019 at 11:00 a.m. local time. B. Bid Delivery Location: City Clerk at City Hall, 129 North Second Street, Yakima C. Submit written bid in sealed envelope using proposal forms provided. D. Prices to be guaranteed for 60 days. E. Fill out proposal forms completely. F. Bids must be in strict accordance with the bidding documents. G. Submit Bid Security as outlined. H. Acknowledge Addenda received. Page 2 of 4 ADDENDUM NO. 001 IV. Bonds A. Bid Bond is required. This is a standard 5%, please read the contract. B. Performance and Payment Bond (as part of the Agreement) V. Insurance A. Contractor provides all insurance. B. Read General Conditions, Bonds and Insurance. C. Be sure to include City, Engineer on all certificates for additional insured. VI. Labor A. State Prevailing Wages VII. Safety A. Safety will be of primary importance on this project. B. The City and Engineer will not enforce safety; WISHA will enforce. Safety is solely the responsibility of the Contractor. VIII. Bid Package Scope and Schedule Review A. Review plans and all spec sections. 1. 01110 — Summary of Work 2. 01200 — Measurement & Payment 3. 02225 — Biosolids Removal, Transport, and Utilization B. Plans available through City's web site. C. Contract Duration: 160 working days substantial, 75 physical. IX. Questions and Answer A. Submit any questions in writing with name and telephone number. B. All questions will be addressed and confirmed by addendum, if necessary. Page 3 of 4 ADDENDUM NO. 001 X. City of Yakima Comments XI. Conclusion and Site Tour Page 4 of 4 1111111 INS E In A all a— r MB w— I OS r— N I all MANDATORY PRE -BID MEETING WASTEWATER TREATMENT FACILITY DIGESTER CLEANING PROJECT CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CITY PROJECT #WF2489 G&O #17042.03 Name Company Telephone Number Email 1 75-(1.4 JIed( £Jec7 F'tij Sol - S2Z- ga3 ,'dn4a e. isc tecf,o„4.,„ g,i It 11 1 (,a,s-tw 0-., 5131- 7SC -oogO '.'it [4,4ici 0 o Co��i c?-51:�1/5-6S7C 50 , - 83 -u 922, 9G _Q/ciloniecc CU e H rSM 5 -ai ✓emP Lu K1- S i-tu r PlouNrm)N (rs 60N5i - 60 . '?A CbDNDrV pis r,o gwoc-wrL , t 1u rililiactairitiik c.4rc-Je1)-1h.4s-g(6-(DI i-o n e nt,t). _ i n c, CO L't (J2ry-y N-e11`S fe1'd,'ae4) v,S3-6)ds3 v11v1 d- gat- '-1 _cyblur AzcA6 co,,,s i t d-7\ c n 3i o 31 e 8708 T00 'ON WfnaN3aaV IFA -tAiv CONTENTS CITY OF YAKIMA WASTEWATER TREATMENT FACILITY DIGESTER CLEANING PROJECT City Project No. WF2489 SECTION PAGE CONTENTS 3 ADVERTISEMENT FOR BIDS 5 GENERAL CONDITIONS 7 TECHNICAL SPECIFICATIONS 79 01110 Summary of Work 81 01160 Regulatory Requirements 87 01200 Measurement and Payment 89 01290 Schedule of Values 95 01300 Submittals 97 01310 Project Meetings 107 01320 Progress Schedules 109 01385 Video Recording 113 01500 Temporary Facilities 115 01505 Mobilization and Demobilization 121 01510 Maintenance of Treatment Facility 123 01520 Field Offices and Storage Sheds 125 01530 Temporary Bypass Pumping 127 01720 Record Drawings 131 01740 Cleanup 133 01800 Testing, Commissioning, and Training 137 01900 Salvage and Demolition 149 02225 Biosolids Removal, Transport, and Utilization 151 07900 Caulking and Sealants 163 08560 Aluminum Windows 169 09900 Painting 173 11000 Equipment General Provisions 201 15050 Piping Systems 213 15066 Pipe and Conduit Support System 229 15100 Valves 235 CONTRACT 241 PERFORMANCE BOND 243 MINIMUM WAGE AFFIDAVIT 245 PREVAILING WAGE RATES 247 City of Yakima 3 PROPOSAL 277 ITEM PROPOSAL BID SHEET 279 BID BOND FORM .. 281 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 283 NON -COLLUSION DECLARATION 285 NON-DISCRIMINATION PROVISION 287 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 289 COUNCIL RESOLUTION 291 AFFIRMATIVE ACTION PLAN 293 BIDDER CERTIFICATION 295 SUBCONTRACTOR CERTIFICATION 297 MATERIALLY AND RESPONSIVENESS _... 299 PROPOSAL SIGNATURE FORM 301 BIDDER'S CHECK LIST 303 APPENDIX A SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORMS 305 City of Yakima 4 ADVERTISEMENT FOR BIDS The City of Yakima invites separate sealed BIDS for the construction of the Wastewater Treatment Facility Digester Cleaning City of Yakima Project No. 2489 including the following scope of work: The project includes removing and wastehauling a portion of the material within Primary Digester No. 1 as well as Secondary Digesters No. 1, 2, and 3. The project involves furnishing, installing, maintaining, and removing temporary piping to facilitate WWTF operation during the work period. The project also includes cleaning the interior of all four anaerobic digesters, and preparing and painting the interior of Primary Digester No. 1. Lastly, the project includes piping modifications within the both the Primary Digester Control Building and the Secondary Digester Building, and the replacement of six windows at the Secondary Digester Building. This contract has one hundred sixty (160) working days to substantially complete the work. Bids will be received by the City Clerk at City Hall, 129 North Second Street, Yakima, Washington 98901, until 11:00 a.m., March 1, 2019, and then shortly thereafter will be publicly opened and read aloud at the City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the office of the Yakima City Engineer in Yakima, Washington. A mandatory Pre -Bid meeting is scheduled for February 20, 2019 at 1:00 p.m. at the WWTF, 2220 East Viola Avenue, Yakima, WA 98901 Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20.00 by inputting Quest project #6137599 on the website's Project Search page. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $50.00 for each set, non-refundable. Project questions should be directed to Project Manager Dana Kallevig at 509-249-6813. Each bid or proposal must be accompanied by bond or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifica- tions, sealed and filed with the Clerk on or before the day and hour above mentioned. The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Dated this 12th day of February, 2019 Publish: February 12, 2019 February 19, 2019 City of Yakima 5 GENERAL CONDITIONS TABLE OF CONTENTS PAGE SECTION 1 - GENERAL INFORMATION APPLICABLE TO PROPOSAL AND CONTRACT 1-1 1.01 DEFINITIONS AND TERMINOLOGY 1-1 1.02 ABBREVIATIONS AND TERMINOLOGY 1-1 1.02.1 REFERENCED STANDARDS AND CODES 1-1 1.02.2 TERMINOLOGY 1-3 1.02.3 ITEMS OF WORK AND UNITS OF MEASUREMENT 1-3 1.03 DEFINITIONS 1-4 SECTION 2 - INSTRUCTIONS FOR PREPARATION OF PROPOSAL (OR BID) 2-1 2.01 BID PROCEDURES AND CONDITIONS 2-1 2.01.1 QUALIFICATIONS OF BIDDERS 2-1 2.01.2 CONTRACT PROVISIONS AND CONTRACT PLANS 2-1 2.01.3 ESTIMATED QUANTITIES 2-1 2.01.4 EXAMINATION OF CONTRACT AND SITE 2-1 2.01.4(1) General 2-1 2.01.4(2) Interpretation of the Contract Provisions and Contract Plans 2-2 2.01.4(3) Subsurface Information 2-2 2.01.4(4) Availability of Specified Items 2-3 2.01.5 PROPOSAL DEPOSIT 2-3 2.01.6 PROPOSAL 2-3 2.01.7 WITHDRAWING OR REVISING PROPOSAL 2-5 2.01.8 DISQUALIFICATION OF BIDDERS 2-5 2.01.9 PROPOSAL ERRORS 2-10 2.02 AWARD AND EXECUTION OF CONTRACT 2-10 2.02.1 AWARD OF CONTRACT 2-10 2.02.2 EXECUTION OF CONTRACT 2-11 2.02.3 FAILURE TO EXECUTE CONTRACT 2-11 2.02.4 RETURN OF BID DEPOSIT 2-11 2.02.5 NOTICE TO PROCEED 2-12 SECTION 3 - GENERAL REQUIREMENTS OF THE CONTRACT 3-1 3.01 SCOPE OF THE WORK 3-1 3.01.1 INTENT OF THE CONTRACT 3-1 3.01.2 COORDINATION OF CONTRACT 3-1 3.01.3 ASSIGNMENT OF CONTRACT 3-1 3.02 CONTROL OF WORK 3-2 3.02.1 AUTHORITY AND ROLE OF THE ENGINEER 3-2 3.02.2 AUTHORITY OF FIELD REPRESENTATIVE 3-3 3.02.3 CONSTRUCTION OBSERVATION AND INSPECTIONS 3-4 3.02.4 EMERGENCY CONTACT LIST 3-5 3.02.5 ORAL AGREEMENTS 3-5 3.03 LEGAL RELATIONS AND RESPONSIBILITIES 3-5 March 29, 2018 — General Conditions i City of Yakima 7 3.03.1 APPLICABLE LAWS AND REGULATIONS 3-5 3.03.1(1) General 3-5 3.03.1(2) Utilities and Similar Facilities 3-5 3.03.1(3) Site Maintenance 3-6 3.03.1(4) State Taxes 3-6 3.03.1(5) Equal Employment Responsibilities 3-7 3.03.1(6) Archaeological and Historical Objects 3-8 3.03.2 SAFETY MEASURES 3-8 3.03.3 HAZARDOUS MATERIAL 3-8 3.03.4 PAYMENT OF WAGES AND RELATED REQUIREMENTS 3-9 3.03.4(1) Minimum Prevailing Wage Requirements 3-9 3.03.4(2) Posting Notice Requirements 3-10 3.03.4(3) Apprentices 3-10 3.03.4(4) Required Documents 3-11 3.03.5 BONDS, INSURANCE AND INDEMNITY OBLIGATIONS 3-12 3.03.5(1) Contract Bonds 3-12 3.03.5(1.1) Two -Year Guarantee Period 3-13 3.03.5(2) Worker's Benefits 3-13 3.03.5(4) Public Liability & Property Damage Insurance 3-13 3.03.5(4.1) General Requirements 3-13 3.03.5(4.2) Additional Insured 3-14 3.03.5(4.3) Subcontractors 3-15 3.03.5(4.4) Verification of Coverage 3-15 3.03.5(4.5) Coverages and Limits 3-15 3.03.5(4.5)A Commercial General Liability 3-16 3.03.5(4.5)B Automobile Liability 3-16 3.03.5(4.5)C Workers' Compensation 3-16 3.03.5(4.5)D Excess or Umbrella Liability 3-16 3.03.5(4.5)E Builders Risk Insurance 3-17 3.03.5(4.5)F LHWCA Insurance 3-17 3.03.5(4.5)G Protection and Indemnity Insurance Including Jones Act 3-18 3.03.5(4.5)H Hull and Machinery 3-18 3.03.5(5) Indemnity and Hold Harmless 3-18 3.03.5(6) Patent Royalties & Process Fees 3-19 3.03.6 METHOD OF SERVING NOTICE 3-19 3.04 PROSECUTION AND PROGRESS OF THE WORK 3-19 3.04.1 QUALITY OF WORK 3-19 3.04.1(1) Workmanship 3-19 3.04.1(2) Contractor's Supervisory and Site Personnel 3-20 3.04.2 MATERIALS AND EQUIPMENT 3-20 3.04.3 SPECIFICATION OF PARTICULAR MATERIALS AND EQUIPMENT 3-21 3.04.4 STORAGE 3-21 3.04.4(1) On -Site Storage 3-21 3.04.4(2) Off -Site Storage 3-22 3.04.5 DEFECTIVE MATERIALS, EQUIPMENT AND WORKMANSHIP 3-22 3.04.6 CHANGES IN THE WORK 3-23 3.04.7 DIFFERING SITE CONDITIONS 3-27 March 29, 2018 — General Conditions ii 1 t t City of Yakima 8 t 3.04.8 PROTEST BY THE CONTRACTOR 3-28 3.04.9 SUBCONTRACTORS AND SUBCONTRACTS 3-29 3.04.9(1) Contractor Responsibility 3-29 3.04.9(2) Contractor Work Performance Requirement 3-30 3.04.9(3) Approval of Subcontractors 3-30 3.04.9(4) Subcontracts 3-30 3.04.9(5) Incorporation of Contract 3-30 3.04.9(6) Replacement of Subcontractors 3-30 3.04.10 MUTUAL RESPONSIBILITY OF CONTRACTORS 3-30 3.04.11 RISK OF LOSS 3-31 3.04.12 MEASUREMENT AND PAYMENT 3-31 3.04.12(1) General 3-31 3.04.12(2) Measurement 3-31 3.04.12(3) Payment 3-31 3.04.12(4) Access to Books and Records 3-31 3.04.12(5) Progress Payment Estimates 3-32 3.04.12(6) Payment for Materials on Hand 3-32 3.04.12(7) Payments Withheld 3-32 3.04.12(8) Payment Upon Correction of Deficiencies 3-33 3.04.12(9) Final Payment 3-33 3.04.13 WORK HOURS 3-34 3.04.14 CONTRACT TIME 3-35 3.04.15 CONSTRUCTION SCHEDULE 3-36 3.04.15(1) Progress Schedule 3-36 3.04.15(2) Extensions of the Contract Time 3-37 3.04.15(3) Liquidated Damages 3-38 3.04.16 COMPLETION AND ACCEPTANCE OF THE WORK 3-38 3.04.16(1) Substantial Completion Date 3-38 3.04.16(2) Physical Completion Date 3-39 3.04.16(3) Contract Completion Date (Acceptance of the Project). 3-40 3.04.16(4) Use of Completed Portions of the Work 3-41 3.04.16(5) Waiver of Claims by Contractor 3-41 3.04.17 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT 3-41 3.04.18 RETAINAGE 3-41 3.05 DISPUTES AND CLAIMS 3-43 3.05.1 DISPUTES 3-43 3.05.2 CLAIMS 3-43 3.05.3 TIMELINE AND JURISDICTION 3-46 3.05.4 CONTINUATION OF WORK PENDING RESOLUTION OF DISPUTES3-46 3.06 AUDITS 3-46 3.07 SUSPENSION OF WORK AND TERMINATION OF CONTRACT 3-47 3.07.1 SUSPENSION OF WORK 3-47 3.07.2 TERMINATION FOR DEFAULT 3-47 3.07.3 TERMINATION FOR CONVENIENCE OF THE OWNER 3-48 3.07.4 RESPONSIBILITY OF THE CONTRACTOR AND SURETY 3-48 March 29, 2018 — General Conditions iii City of Yakima 9 GENERAL CONDITIONS SECTION 1 - GENERAL INFORMATION APPLICABLE TO PROPOSAL AND CONTRACT 1.01 DEFINITIONS AND TERMINOLOGY The following terms are abbreviated and defined as they are used in the Contract. When used in the Proposal form to denote items of Work and units of measurements, abbreviations mean the full expression of the abbreviated term. 1.02 ABBREVIATIONS AND TERMINOLOGY 1.02.1 REFERENCED STANDARDS AND CODES The following is a partial list of specifications and codes that may be referenced in sections of the Contract. The Contractor shall be responsible for conducting its Work and carrying out its operations and furnishing equipment in accordance with the latest edition or versions, in effect at the time of bid opening, of any applicable specified portions of the referenced standards and codes. AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti -friction Bearing Manufacturing Association AGA American Gas Association AGC Associated General Contractors of America AI Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANLA American Nursery and Landscape Association ANSI American National Standards Institute, Inc. APA American Plywood Association API American Petroleum Institute APWA American Public Works Association ARA American Railway Association AREMA American Railway Engineering and Maintenance -of -Way Association ASA American Standards Association ASCE American Society of Civil Engineers ASLA American Society of Landscape Architects ASME American Society Mechanical Engineers ASNT American Society for Nondestructive Testing ASTM- American -Society €er Testing -and -Material AWPA American Wood Preservers' Association AWS American Welding Society March 29, 2018 — General Conditions 1-1 City of Yakima 10 t 1 t t AWWA American Water Works Association CFR Code of Federal Regulations CLI Chain Link Institute CRAB County Road Administration Board CRSI Concrete Reinforcing Steel Institute CSA Canadian Standards Associations CSI Construction Specifications Institute DIPRA Ductile Iron Pipe Research Association EEI Edison Electric Institute EPA Environmental Protection Agency ETL Electrical Testing Laboratories FHWA Federal Highway Administration FM Factory Mutual FSS Federal Specifications and Standards, General Services Administration HUD United State Department of Housing and Urban Development IBC International Building Code ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronic Engineers IES Illumination Engineering Society IMSA International Municipal Signal Association IPC International Plumbing Code ISA Instrumentation Society of America JIC Joint Industry Conference Electrical Standards for Industrial Equipment LID Local Improvement District LPI Lightning Protection Institute MSHA Mine Safety and Health Act MSS Manufacturer's Standardization Society of the Valve and Fitting Industry MUTCD Manual on Uniform Traffic Control Devices NCMA National Concrete Manufacturer's Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NEPA National Environmental Policy Act NFPA National Fire Protection Association NRMCA National Ready Mix Concrete Association OMWBE Office of Minority and Women's Business Enterprises OSHA Occupational Safety and Health Administration PCA Portland Cement Association PPI Plastic Pipe Institute P/PCI Precast/Prestressed Concrete Institute RCW Revised Code of Washington SAE Society of Automotive Engineers SEPA State Environmental Policy Act SIES Specifications and Illuminating Engineering Society SSPC Steel Structures Painting Council UL Underwriters' Laboratory ULID Utility Local Improvement District UMTA Urban Mass Transit Administration March 29, 2018 — General Conditions 1-2 City of Yakima 11 WABO Washington Association of Building Officials WAC Washington Administrative Code WCLIB West Coast Lumber Inspection Bureau WISHA Washington Industrial Safety and Health Administration WRI Wire Reinforcement Institute WSDL&I Washington State Department of Labor and Industries WSDOE Washington State Department of Ecology WSDOT Washington State Department of Transportation WWPA Western Wood Products Association 1.02.2 TERMINOLOGY The use of pronouns of any gender in these General Conditions shall include pronouns of all genders, as applicable. The terms "provide," "furnish" and "install" are used interchangeably in the Contract and mean that the Contractor shall provide, furnish, and install the item(s) described unless specifically noted otherwise. The terms "Plans" and "Drawings" are used interchangeably in the Contract and shall mean the Contract Plans, which show location, character, and dimensions of prescribed Work, including layouts, profiles, cross -sections, and other details. 1.02.3 ITEMS OF WORK AND UNITS OF MEASUREMENT AC Asbestos Cement Pipe Agg. Aggregate At. Aluminum ATB Asphalt Treated Base BST Bituminous Surface Treatment CB Catch Basin Cfm Cubic Feet per Minute Cfs Cubic Feet per Second Cl. Class CMP Corrugated Metal Pipe Comb. Combination Conc. Concrete CPEP Corrugated Polyethylene Pipe Crib. Cribbing Culv. Culvert Cy or Cu. Yd. Cubic Yard(s) Dia. Diameter DI Ductile Iron DIM Dimension EA Each EL Elevation Est. Estimate or Estimated March 29, 2018 — General Conditions 1-3 City of Yakima 12 Excl. Excluding F Fahrenheit FIG Figure Ft. Foot or Feet GALV Galvanized Gph Gallon(s) per Hour Gpm Gallon(s) per Minute HDPE High Density Polyethylene HMA Hot Mix Asphalt HR Hour Hund. Hundred In. Inch or Inches Incl. Including L Liter Lb. Pound(s) LF or Lin. Ft. Linear Foot (Feet) LS Lump Sum M Thousand MBM Thousand Feet Board Measure Pres. Pressure PSI Pounds per Square Inch PSF Pounds per Square Foot PVC Polyvinyl Chloride QTY Quantity Reg. Regulator Reinf. Reinforced, Reinforcing SF Square Foot (Feet) Sec. Section SL Slope St. Street Stl. Steel SST Stainless Steel Str. Structural Sy or Sq. Yd. Square Yard(s) Th. Thick or Thickness TN Ton Tr. Treatment TYP Typical VC Vitrified Clay 1.03 DEFINITIONS ACCEPTANCE The formal action by Owner or Owner's governing body as provided in RCW 39.08 and RCW 60.28. March 29, 2018 — General Conditions 1-4 City of Yakima 13 ADDENDUM A written or graphic document issued to all Bidders prior to bid opening and identified as an addendum, which clarifies, modifies or supplements the bid documents and becomes part of the Contract. ADDITIVE A supplemental unit of work or group of bid items, identified separately in the Proposal, which may, at the discretion of the Owner, be awarded in additidn to the base bid. ALTERNATE One of two or more units of work or groups of bid items, identified separately in the Proposal, from which the Owner may make a choice between different methods or material of construction for performing the same work. AWARD The formal decision of the Owner awarding the Contract to the lowest or most favorable responsible and responsive Bidder for the Work. BID DOCUMENTS The component parts of the proposed Contract which may include, but not limited to, the Proposal form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and Subsurface Boring Logs (if any). BIDDER A natural person or legal entity (e.g., partnership, corporation, limited liability company, firm, or joint venture) submitting a proposal or bid. BUSINESS DAY A business day is any day from Monday through Friday, except holidays, as listed in Section 3.04.14. CLERK The duly elected or appointed Clerk of the Commission, Council, or Board of Directors of the Owner. COMMISSION, COUNCIL, OR BOARD OF DIRECTORS The duly elected or appointed Council, Commission, or Board of Directors of the Owner. March 29, 2018 — General Conditions 1-5 City of Yakima 14 CONTRACT The written agreement between the Owner and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who will provide labor and materials; and 3. How Contractor will be paid. The Contract includes: the agreement form, Bidder's completed Proposal form, all required certificates and affidavits, Performance Bond and Public Works Payment Bond, Contract Provisions, Contract Plans, Standard Plans, and all Addenda and Change Orders executed pursuant to the provisions of the Contract. CONTRACT BOND The approved form of security furnished by the Contractor and the Contractor's Surety as required by the Contract, that guarantees performance of all the Work required by the Contract and payment to anyone who provides supplies or labor for the performance of the Work. CONTRACT DOCUMENTS See definition for "Contract." CONTRACT PLANS (PLANS OR DRAWINGS) The Contract Plans (or drawings) are those plans, drawings or other illustrations and all addenda and revisions, whether issued before or after the award of the contract to Contractor, which show location, character, and dimensions of the Work, including layouts, profiles, cross -sections and other details. CONTRACT PROVISIONS A publication addressing the work required for an individual project. At the time of the call for bids, the contract provisions may include, for a specific individual project, general conditions, supplemental general conditions, specifications, a listing of the applicable standard plans, the prevailing minimum hourly wage rates, and an informational proposal form with the listing of bid items. The proposed contract provisions may also include, for a specific individual project, various required certifications or declarations. At the time of the contract execution date, the contract provisions include the proposed contract provisions and include any addenda, a copy of the agreement form, and a copy of the proposal form with the contract prices and extensions. March 29, 2018 — General Conditions 1-6 City of Yakima 15 CONTRACT TIME The period of time established by the terms and conditions of the Contract within which the work shall be complete. CONTRACTOR The natural person(s) or legal entity (e.g., partnership, corporation, limited liability company, firm, joint venture) awarded the contract to perform the Work pursuant to the Contract Documents. DATES Substantial Completion Date is the day that the Engineer determines the Owner has full and unrestricted use and benefit of the Work, from both an operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement oftemporary substitute facilities, plant establishment periods, or correction or repair remains for the physical completion of the total Work. Physical Completion Date is the day that the Engineer determines that all of the Work required by the Contract is physically completed and the Owner has received from the Contractor all required record drawings, operation and maintenance manuals, manufacturers' affidavits, and software and programming. Contract Completion Date is the day when all the Work and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. All documentation and other items required by the Contract and required by law shall be furnished by the Contractor before establishment of this date. Final Acceptance Date is the date on which the Owner accepts the work as complete. FIELD REPRESENTATIVE The Owner's representative who observes the Contractor's performance ofthe Work. Such observation shall not be relied upon by the Contractor or others as approval or acceptance of the Work, nor shall it in any manner relieve the Contractor from its obligations and responsibilities under the Contract. NOTICE TO PROCEED The written notice from the Owner 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. March 29, 2018 — General Conditions 1-7 City of Yakima 16 OWNER The government entity or agency that awards the contract to the Contractor and is responsible for the execution and administration of the Contract. PROJECT ENGINEER/ENGINEER The Owner's representative who administers the construction program for the Owner. PROPOSAL (or BID) A Bidder's offer, on a properly completed Proposal form, to perform the Work required by the Contract. The terms Proposal and Bid may be used interchangeably. SPECIFICATIONS Written provisions describing the Work and requirements thereof. STANDARD PLANS A manual of specific plans or drawings adopted by the Owner, which show frequently recurring components of work that, have been standardized for use. SUBCONTRACTOR A natural person, or entity (e.g., partnership, corporation, limited liability company, firm or joint venture) to which the Contractor sublets a portion of the Work. SUBGRADE The top surface of the roadbed on which subbase, base, surfacing, pavement, or layers of similar materials are placed. SUPPLEMENTARY GENERAL CONDITIONS That part of the Contract amends or supplements these General Conditions. TRAVELED WAY That part of the roadway made for vehicle travel, excluding shoulders and auxiliary lanes. WORK The provision of all labor, materials, tools, equipment, supervision and other things needed to complete the project in full accordance with the Contract Documents. March 29, 2018 — General Conditions 1-8 City of Yakima 17 WORKING DRAWINGS Shop drawings, shop plans, erection plans, falsework plans, framework plans, cofferdam, cribbing and shoring plans, bending diagrams for reinforcing steel, or any other supplementary plans or similar data, including a schedule of submittal dates for working drawings where specified, that the Contractor shall submit to the Engineer for approval. March 29, 2018 — General Conditions 1-9 City of Yakima 18 SECTION 2 - INSTRUCTIONS FOR PREPARATION OF PROPOSAL (OR BID) 2.01 BID PROCEDURES AND CONDITIONS 2.01.1 QUALIFICATIONS OF BIDDERS Where applicable and required, Bidders shall provide all requested information relating to experience, financing, equipment, and organization relating to their ability to properly perform the Work. The Owner reserves the right to take whatever action it deems necessary to ascertain the responsibility of the Bidder and the ability of the Bidder to perform the Work satisfactorily. 2.01.2 CONTRACT PROVISIONS AND CONTRACT PLANS Contract Provisions and Contract Plans are on file in the offices of the Owner and the Engineer, Gray & Osborne, Inc. After award of the Contract, five sets of Contracts will be issued without charge to the Contractor. Additional sets of Contracts may be purchased from the Owner by the Contractor. 2.01.3 ESTIMATED QUANTITIES The quantities shown in the Proposal form are estimates and are stated only for bid comparison purposes. The Owner does not warrant, expressly or by implication, that the actual quantities will correspond with those estimates. Payment will be made on the basis of the actual quantities of each item of Work satisfactorily completed in accordance with the requirements of the Contract. 2.01.4 EXAMINATION OF CONTRACT AND SITE 2.01.4(1) General Bidders shall satisfy themselves by personal examination of Contract Provisions, Contract Plans, and site ofthe proposed improvements, and by any other examination and investigation which they may desire to make as to the accuracy ofthe estimate of quantities, the nature ofthe Work and the difficulties to be encountered. Bidders shall review the entire Contract to ensure that the completeness of their Proposal includes all items of Work regardless of where shown in the Contract. Bidders are cautioned that alternate sources of information (copies of the Contract obtained from third parties) are not necessarily an accurate or complete representation of the Contract. Bidders shall use such information at their own risk. Bidders shall be familiar and comply with all applicable federal, state, and local laws, ordinances, and regulations in any way applicable to the performance the Work. Bidders are responsible for familiarizing themselves with all current state and federal wage rates applicable to the Work and its duration before submitting a Proposal based on the Contract Provisions and Contract Plans. Any wage determination contained in the Contract is for the Bidder's general information only and is not warranted to be complete or accurate. The Owner will not consider any plea of misunderstanding or ignorance of such requirements. Bid prices shall reflect what the Bidder has determined to be the total cost of completing the Work, including but not limited to: construction methods, materials, labor, administrative costs, any and all applicable taxes, and equipment. March 29, 2018 — General Conditions 2-1 City of Yakima 19 Except as the Contract may provide, the Bidder to which the contract is awarded shall receive no payment for any costs that exceed those set forth in the Proposal. 2.01.4(2) Interpretation of the Contract Provisions and Contract Plans If any Bidder desires interpretation or clarification of the Contract Provisions and Contract Plans, the Bidder shall make a written request to the Engineer for such clarification or interpretation prior to the submission of a Proposal. If the Engineer determines that the Contract Provisions and/or Contract Plans do not require interpretation or clarification, the Engineer will so notify the Bidder making the request. All interpretations and clarifications made by the Engineer will be by written addendum to all planholders of record, and a copy of the addendum will be filed in the office of the Owner. Neither the Owner nor the Engineer will be responsible for any interpretation, clarification or explanation of the Contract Provisions and Contract Plans that is not set forth in a written addendum to all planholders of record, and Bidders shall not under any circumstances rely on any other interpretation, clarification or explanation. 2.01.4(3) Subsurface Information If the Owner has made a subsurface investigation of the site of the proposed Work, the boring log data and soil sample test data accumulated by the Owner will be made available for inspection by the Bidders. However, the Owner makes no representation or warranty, express or implied, that: a. The Bidders' interpretations from the boring logs may be correct; b. Moisture conditions and indicated water tables will not vary from those found at the time the borings were made; c. The ground at the location of the borings has not been physically disturbed or altered after the boring was made; and d. Conditions below the surface of the ground are consistent throughout the site with the information made available hereunder, or that conditions to be encountered on the site are uniform or consistent with geological conditions usually encountered in the area. The Owner makes no representations, guarantees, or warranties as to the condition, materials, or proportions of the materials between the specific borings, regardless of any subsurface information the Owner may make available to the prospective Bidders. Bidders are solely responsible for making the necessary investigations to support and/or verify any conclusions or assumptions used in preparation of their Proposals. Any subsurface investigations and analysis were carried out for design purposes only. Contractor may not rely upon or make any claim against Owner, Engineer, or any of their subconsultants, with respect to: 1. The completeness of such reports for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and March 29, 2018 — General Conditions 2-2 City of Yakima 20 procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. Other conclusions, interpretations, opinions, representations, and information contained in such reports; or 3. Any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, conclusions, interpretations, opinions or information. 2.01.4(4) Availability of Specified Items Prior to submitting a Proposal, all Bidders shall verify that all items necessary to complete the Work will be available in time to allow the Work to be completed within the Contract Time. In the event that one or more items may not be available to allow the Work to be completed within the Contract Time, the Bidder shall notify the Engineer in writing prior to submitting a Proposal. Responsibility for delays and related costs because of non -availability of items necessary to complete the Work shall be borne by the Contractor. 2.01.5 PROPOSAL DEPOSIT A deposit of at least 5 percent of the total Proposal amount shall accompany each Proposal. This deposit may be in the form of a Proposal bond (surety bond), certified check, cashier's check, or postal money order made payable to the Owner. All Proposal bonds shall be on the form included within the Contract Provisions and shall be signed by the Bidder and the surety. The surety shall: (1) be registered with the Washington State Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The Proposal bond shall not be conditioned in any way to modify the minimum 5 percent required. The Proposal Deposit will be held as a guaranty that the successful Bidder will, within 10 days from the date of notification of Award, enter into a Contract and furnish approved Performance and Public Works Payment Bonds, on forms attached, in amounts equal to 100 percent of the amount of the Contract, including state sales tax. 2.01.6 PROPOSAL (1) Proposals shall be submitted on the Proposal form included in the Contract Provisions. All Proposals shall be completed, signed by an authorized person and dated. To be considered by the Owner as a responsive Proposal, the Bidder shall bid on all Additive or Alternate items set forth in the Proposal form, unless otherwise specified in the Contract Documents. (2) To be responsive, a Proposal shall state that it will remain valid for a period of 60 days following the date of Proposal opening. In the event that a conflict in this duration appears elsewhere in the Contract Provisions, the longest duration shall apply. (3) All prices set forth on the Proposal form shall be legible and either be written in ink or typed. In the space provided on the Proposal form, Bidders shall identify all March 29, 2018 — General Conditions 2-3 City of Yakima 21 Addenda that have been received. The Proposal, Bid bond, and all other certificates, forms or other documents required by the Contract Provisions to be executed and delivered with the Proposal shall be submitted in a sealed package, addressed to the Owner, and plainly marked "Proposal for (insert name of project as shown on the Proposal) to be opened on the day of , 20," (insert the day, month and year shown in the published bid notice). The Owner will not consider any Proposal received after the time established for opening Proposals. (4) Where noted in the Proposal, the Bidder to furnish information concerning its experience with work of a similar nature, equipment to be used on this project, and general background information. Information that is incomplete, evasive, or of a general nature only, may be considered as grounds for rejection of the Proposal. (5) RCW 39.30.060 requires Bidders on public works projects expected to cost one million dollars or more to provide the names of the heating, ventilation and air conditioning, plumbing and electrical Subcontractors to whom the Bidder will directly subcontract those portions ofthe Work if awarded the contract. The Bidder may not list more than one Subcontractor for each category of Work identified, unless Subcontractors vary with bid alternates, in which case the Bidder shall indicate which Subcontractor will be used for which alternate. Failure ofthe Bidder to list the names of such Subcontractors or to name itself to perform such Work, or listing two or more Subcontractors to perform the same Work, shall render the Bidder's Proposal unresponsive and void. Under RCW 39.30.060, the required names of such Subcontractors shall be provided with the Proposal or within one hour after the published Proposal submittal time. In addition to compliance with the requirements of RCW 39.30.060, the apparent successful Bidder may be required to submit to the Engineer as soon as possible after the Proposal opening, and not later than three calendar days thereafter, a written list of all proposed Subcontractors in addition to heating, ventilation, and air conditioning, plumbing and electrical contractors, that will perform subcontracting Work on the Project. If not previously provided, the following information shall be provided for each Subcontractor: a. Name, address, email address, facsimile number, telephone number, contractor registration number and certification numbers; b. The type of Work to be performed; c. A list of at least three recently completed projects for Work similar to that to be performed by the proposed Subcontractor, with the following information for each project: i. Name of project, ii Name, address, and telephone number of the project owner; and March 29, 2018 — General Conditions 2-4 City of Yakima 22 d. Any additional pertinent information establishing the experience or qualifications of the proposed Subcontractor. (6) After opening and reading Proposals, the Owner 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, converted to the actual extension, will control. The total extensions, corrected where necessary, will be used by the Owner for comparison and award purposes and to establish the amount of the Contractor's Performance and Public Works Payment Bonds. 2.01.7 WITHDRAWING OR REVISING PROPOSAL After submitting a physical Proposal to the Owner, the Bidder may withdraw, or revise 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 Proposals, and 2. The Owner receives the request before the time set for receipt of Proposals, and 3. The revised or supplemented Proposal (if any) is received by the Owner before the time set for receipt of Proposals. If the Bidder's request to withdraw or revise its Proposal is received before the time set for receipt of Proposals, the Owner will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised package in its entirety. If the Bidder does not submit a revised package, then its bid shall be considered withdrawn. Late revised Proposals or late withdrawal requests will be date recorded by the Owner and returned unopened. Mailed, emailed, or faxed requests to withdraw or revise a Bid Proposal are not acceptable. 2.01.8 DISQUALIFICATION OF BIDDERS 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 Owner 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; March 29, 2018 — General Conditions 2-5 City of Yakima 23 h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable; i. The Bid Proposal does not constitute a defmite and unqualified offer to meet the material terms of the Bid invitation; or j. 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 Owner; 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. 3. 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 through 8 in this Section: The Owner will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1. Evidence that the Bidder meets Supplemental Criteria 2 through 8 shall be provided by the Bidder as stated later in this Section. a. Criteria 1- Federal Debarment 1. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. 2. 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). b. Criteria 2 — Delinquent State Taxes 1. 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. 2. Documentation: The Bidder shall, if and when required as detailed below, sign a statement (on a form to be provided by the Owner) that the Bidder does not owe delinquent taxes to the Department of Revenue. If the Bidder owes delinquent taxes, they must submit a written payment plan approved by the Department of Revenue, to March 29, 2018 — General Conditions 2-6 City of Yakima 24 the Owner by the deadline listed below. c. Criteria 3 — Claims Against Retainage and Bonds 1. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the 3 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 Owner. 2. Documentation: The Bidder shall, if and when required as detailed below, sign a statement (on a form to be provided by the Owner) that the Bidder has not had claims against claims against retainage and bonds in the 3 years prior to the bid submittal date. If the Bidder has had claims against retainage and bonds in the three years prior to the bid submittal date, they shall submit a list of the public works projects completed in the 3 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 ofthe projects listed; • A written explanation ofthe circumstances surrounding each claim and the ultimate resolution of the claim. d. Criteria 4 — Public Bidding Crime 1. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the 5 years prior to the bid submittal date. 2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Owner) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. e. Criteria 5 — Termination for Cause / Termination for Default 1. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the 5 years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Owner. March 29, 2018 — General Conditions 2-7 City of Yakima 25 2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Owner) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the 5 years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. f. Criteria 6 — Lawsuits g. 1. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the 5 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 Owner. 2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Owner) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the 5 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 5 years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Owner shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. Criteria 7 — Contract Time (Liquidated Damages) 1. Criterion: The Bidder shall not have had liquated damages assessed on any projects it has completed 5 years prior to the bid submittal date that demonstrate a pattern of failing to meet contract time, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Owner. 2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Owner) that the Bidder has not had liquidated damages assessed on any projects it has completed within the 5 years prior to the bid submittal date, or shall submit a list of Projects with assessed liquated damages along with Owner contact information, and number of days assessed liquated damages. March 29, 2018 — General Conditions 2-8 City of Yakima 26 h. Criteria 8 — Experience and Capacity 1. Criterion: The Bidder shall have sufficient current capacity and experience to meet the requirements of this Project. The Bidder shall have successfully completed at least three projects, of a similar size and scope, during the 5-year period immediately preceding the bid submittal deadline for this project. Similar size is defined as a minimum of 60 percent of the bid amount submitted by the Bidder. 2. Documentation: The Bidder shall, if and when required as detailed below, on a form to be provided by the Owner, provide the Bidder's gross dollar amount of work currently under contract, the Bidder's gross dollar amount of contracts currently not completed, five major pieces of equipment anticipated to be on the project and whether the equipment is leased or owned, number of years the contractor has been in business, number of superintendents and their years of experience on staff, superintendent assigned to this project and their number of years of experience, and three project references of similar size and scope during the 5-year period immediately preceding the bid submittal deadline for this project. The Owner may check owner references for the previous projects and may evaluate the owner's assessment of the Bidder performance. As evidence that the Bidder meets Supplemental Responsibility Criteria 2 through 8 stated above, the apparent two lowest Bidders must submit to the Owner 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 2 through 8 together with supporting documentation (sufficient in the sole judgment of the Owner) demonstrating compliance with Supplemental Responsibility Criteria 2 through 8. The Owner 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 bidder responsibility criteria. The Owner 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 Owner may 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 Owner (whether from the Bidder or third parties) including but not limited to: (i) fmancial, historical, or operational data from the Bidder; (ii) information obtained directly by the Owner from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Owner which is believed to be relevant to the matter. March 29, 2018 — General Conditions 2-9 City of Yakima 27 If the Owner determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Owner 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 2 business days of the Owner's determination by presenting its appeal and any additional information to the Owner. The Owner will consider the appeal and any additional information before issuing its final determination. If the fmal determination affirms that the Bidder is not responsible, the Owner will not execute a contract with any other Bidder until at least 2 business days after the Bidder determined to be not responsible has received the Owner'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 Owner 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 Owner no later than 5 business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Owner in the Bid Documents. 2.01.9 PROPOSAL ERRORS If a Bidder discovers an error in the Bidder's Proposal after the Proposals have been opened and tabulated and desires to withdraw the erroneous Proposal, the Bidder shall submit a notarized affidavit signed by the Bidder, accompanied by original certified worksheets used in the preparation of the Proposal, requesting relief from the Award. The affidavit shall describe the specific error(s) and certify that the worksheets are the originals used in the preparation of the Proposal. The affidavit and the certified worksheets shall be received by the Engineer before 5:00 p.m. local time on the next business day following the day of the Proposal opening or the claim of error will not be considered. The Engineer will review the certified worksheets to determine the validity of the claimed error, and make its recommendation to the Owner. If the Owner and Engineer concur that the claim of error is allowable under applicable law, the Bidder will be relieved of responsibility for the Proposal, and the Proposal Deposit will be returned to the Bidder. Thereafter, at the discretion of the Owner, all Proposals may be rejected or an Award made to the next lowest responsive, responsible Bidder. 2.02 AWARD AND EXECUTION OF CONTRACT 2.02.1 AWARD OF CONTRACT A Contract will not be awarded until the Owner is satisfied that the successful Bidder is responsible, reasonably familiar with the Work to be performed and has the necessary capital, tools, personnel and equipment to satisfactorily perform the Work. March 29, 2018 — General Conditions 2-10 City of Yakima 28 The Owner reserves the right to waive informalities in the bidding, accept a Proposal ofthe lowest responsive, responsible Bidder, reject any or all Proposals, republish the call for Proposals, or revise or cancel the project. After the date and hour set for the opening of the Proposals, no Bidder may withdraw its Proposal unless the Award of the Contract is delayed for a period exceeding 60 calendar days following Proposal opening. In the event that a conflicting duration appears elsewhere in the Invitation for Proposals or Contract Provisions or advertisement, the longer period shall govern. 2.02.2 EXECUTION OF CONTRACT Within 10 calendar days after notification by the Owner of the Award, the successful Bidder shall return to the Engineer the signed Owner -prepared Contract, all insurance certificates and endorsements required by the Contract Provisions, all other certificates, information, and forms required by the Contract Provisions, and Performance and Public Works Payment Bonds required by the Contract Provisions. If the Contract is signed by an officer, agent, or other authorized representative of the Contractor, the officer, agent, or other representative shall furnish satisfactory evidence of authority to sign as the legal representative ofthe Contractor, if required by the Owner. An authorized partner of a joint venture may sign the Contract, subject to the approval of the Owner, which may, at its discretion, require each and every member of the joint venture to sign the Contract. Should the successful bidder fail to return to the Engineer the signed Owner -prepared Contract, all insurance certificates and endorsements required by the Contract Provisions, all other certifications, information, and forms required by the Contract Provisions, and Performance and Public Works Payment Bonds required by the Contract Provisions within 10 calendar days after notification by the Owner of the Award, the Owner reserves the right to and may elect to withdraw the award to the successful bidder and award the Contract to the next responsible, responsive bidder. Until the Owner executes the Contract, no Proposal shall bind the Owner, and the Contractor shall not commence any Work. The Contractor shall bear all risks for any Work begun before the Contract is executed by the Owner. 2.02.3 FAILURE TO EXECUTE CONTRACT If the Contractor fails to submit the insurance certificates, bonds, and all other certificates, forms, information and documents as required by the Contract Provisions, with the executed Contract within the time required by the Contract Provisions, the Owner may then award the Contract to the next lowest responsive, responsible Bidder or reject any or all Proposals. 2.02.4 RETURN OF BID DEPOSIT When Proposals have been examined and corrected as necessary, proposal bonds and deposits accompanying Proposals ineligible for further consideration will be returned. All other Proposal bonds and deposits will be held until the Contract is awarded and fully executed, after which the Proposal bonds and deposits, except those subject to forfeiture, will be returned. March 29, 2018 — General Conditions 2-11 City of Yakima 29 2.02.5 NOTICE TO PROCEED A written Notice to Proceed will be issued to the Contractor by the Owner or Engineer after the Contract has been executed by the Contractor and the Owner, and the Performance and Public Works Payment Bonds and required insurance and other certificates and documents are approved by the Owner and, when applicable, by State or Federal agencies responsible for funding any portion of the project. The Contractor shall not commence Work until the Notice to Proceed has been issued. March 29, 2018 — General Conditions 2-12 City of Yakima 30 SECTION 3 - GENERAL REQUIREMENTS OF THE CONTRACT 3.01 SCOPE OF THE WORK 3.01.1 INTENT OF THE CONTRACT The intent of the Contract is to describe a functionally complete project to be constructed in accordance with the Contract. The Contractor shall provide all labor, supervision, materials, tools, equipment, transportation, supplies, and other things required expressly by, or reasonably implied from, the Contract, to complete all Work. Omissions from the Contract of details of Work which are necessary to carry out the intent of the Contract, or which are customarily performed, shall not relieve the Contractor from performing the complete Work called for by the Contract; such Work shall be performed as if fully set forth and described in the Contract. The unit or other bid prices shall be full payment for everything required to complete the Work, including but not limited to labor, supervision, materials, equipment, jobsite and home office overhead and profit. 3.01.2 COORDINATION OF CONTRACT The Contract Plans and the Contract Provisions for the Work shall be considered as a whole, and anything shown or called for in one and omitted in any other is as binding as if called for or shown on both. Figure dimensions shall, in all cases, be used in preference to scale dimensions. Any inconsistency in the Contract Documents shall be resolved by the following order of precedence (e.g., 1 presiding over 2 through 4, 2 presiding over 3 through 4, etc.): 1. Addenda; 2. The Agreement and Proposal Form; 3. Specifications; 3a. Supplementary General Conditions (including conditions supplied by federal or state agencies on projects funded, in whole or part, by such agencies. In the event ofa conflict in various forms of General Conditions, those conditions affording the greatest benefit or protection to the Owner shall govern.); 3b. General Conditions; 3c. Technical Specifications; 4. Contract Plans. 3.01.3 ASSIGNMENT OF CONTRACT The Contractor shall not assign the Contract or any part of the Contract or of the funds to be received under the Contract unless such assignment is approved by the Owner and the Contractor's Performance and Public Works Payment Bonds surety prior to the execution or effectiveness of the assignment. March 29, 2018 — General Conditions 3-1 City of Yakima 31 3.02 CONTROL OF WORK 3.02.1 AUTHORITY AND ROLE OF THE ENGINEER (1) The Engineer is the authorized representative of the Owner, and is employed to act as advisor and consultant to the Owner in engineering matters relating to the Contract. Among other things, the Engineer may determine the quantity of material installed or work completed, evaluate whether materials and equipment comply with the Specifications, and assist the Owner with answering questions relating to the meaning and intent ofthe Contract. The Owner, with the advice ofthe Engineer, will make the fmal determination relating to quality, acceptability and conformity of labor and materials to the requirements of the Contract. (2) The Engineer does not purport to be a safety expert, and is not engaged in that capacity under the Contract or the Engineer's contract with the Owner. The Engineer does not have either the authority or the responsibility to enforce construction safety laws, rules, regulations or procedures, or to order the stoppage of Work for claimed violations thereof. From time to time, the Engineer may inform the Contractor of conditions that may constitute safety issues or violations. Such information will be provided solely to cooperate with and assist the Contractor and shall not make the Field Representative or the Engineer responsible for the enforcement of safety laws, rules, regulations or procedures. After receiving information relating to safety issues from the Engineer, the Contractor shall make its own examination and analysis of the situation reported and take such action, if any, that the Contractor determines to be appropriate. The Engineer's performance of project representation and observation services shall not make the Engineer responsible for the enforcement of safety laws, rules, regulations or procedures; nor shall it make the Engineer responsible for construction means, methods, techniques, sequences, or procedures, or for the Contractor's failure to properly perform the Work, all of which are entirely the responsibility of the Contractor. (3) The Engineer shall have no liability whatsoever to, or contractual relationship with, the Contractor in any way relating to the Contract. The Owner and the Contractor shall look solely to each other for the enforcement with respect to any rights, obligations, claims or liabilities arising under or in any way relating to the Contract. Neither the authority given to the Engineer herein, nor any action or service provided by the Engineer or its subconsultants with regard to the Project, shall create any duty owed by the Engineer or its subconsultants to the Contractor or a cause of action against the Engineer or its subconsultants by Contractor. (4) Nothing in the Contract shall, in any way, be construed to place responsibility on the Field Representative, Engineer or the Owner for the method, manner, direction or superintendency of the performance of the Work by the Contractor. Such responsibility rests solely with the Contractor. March 29, 2018 — General Conditions 3-2 City of Yakima 32 (5) Neither the Engineer nor any of its assistants or agents shall have any power to waive any obligation of the Contract. The Engineer's failure to reject Work that is defective or otherwise does not comply with the requirements of the Contract shall not constitute approval or acceptance of the Work or relieve the Contractor of its obligations under the Contract, notwithstanding that such Work have been estimated for payment or that payments have been made for that Work. Neither shall such failure to reject Work, nor any acceptance by the Engineer or by the Owner of any part or of the whole of the Work bar a claim by the Owner at any subsequent time for recovery of damages for the cost of removal and replacement of any portions of the Work that do not comply with the Contract. (6) No order, measurement, determination or certificate by the Engineer or Owner for payment of money or payment for or acceptance of the whole or of any part of the Work by the Engineer or the Owner or extension of time or possession taken by the Owner shall constitute a waiver of any portion of the Contract, nor shall any waiver of any breach of the Contract constitute a waiver of any other or subsequent breach thereof. 3.02.2 AUTHORITY OF FIELD REPRESENTATIVE (1) Field Representatives are assigned to the project site to keep the Engineer and Owner generally informed as to the progress of the Work and the manner in which it is being done; to keep records; and to act as liaison between the Contractor, Owner and Engineer. When observed, the Field Representative shall call the attention of the Contractor to any deviations from the Contract. However, failure of the Field Representative to call the attention of the Contractor to faulty Work or deviations from the Contract shall not constitute either a waiver of any requirement in the Contract or acceptance of said Work. (2) Since one of the Field Representative's primary responsibilities is to observe that the Work progresses expediently and in a workmanlike manner, he or she may offer suggestions to the Contractor, which the Contractor, at its sole discretion, may or may not choose to follow. Such suggestions are not to be considered as anything but suggestions offered to cooperate with and assist the Contractor and shall not constitute an assumption of responsibility, financial or otherwise, by the Field Representative, the Engineer or the Owner. (3) The presence or absence of the Field Representative on the job site will be at the sole discretion of the Owner, and the presence or absence of the Field Representative at any time will not relieve the Contractor of its responsibility to properly perform the Work as required by the Contract. (4) The Field Representative will have the authority, but not the obligation, to reject defective materials and equipment if observed; however, the failure of the Field Representative to reject defective materials and equipment or any other Work involving deviations from the Contract will not constitute acceptance of such Work. The Field Representative is not authorized to approve or accept any portion of the March 29, 2018 — General Conditions 3-3 City of Yakima 33 (5) Work or to issue instructions contrary to the Contract; all such approvals, acceptances or instructions shall be in writing and signed by the Engineer or the Owner. The Field Representative does not purport to be a safety expert, and is not engaged in that capacity under the Contract or the Engineer's contract with the Owner. The Field Representative does not have either the authority or the responsibility to enforce construction safety laws, rules, regulations or procedures, or to order the stoppage of Work for claimed violations thereof. From time to time, the Field Representative may inform the Contractor of conditions that may constitute safety issues or violations. Such information will be provided solely to cooperate with and assist the Contractor and shall not make the Field Representative or the Engineer responsible for the enforcement of safety laws, rules, regulations or procedures. After receiving information relating to safety issues from the Field Representative, the Contractor shall make its own examination and analysis of the situation reported and take such action, if any, that the Contractor determines to be appropriate. The Field Representative's performance of observation services shall not make the Field Representative responsible for the enforcement of safety laws, rules, regulations or procedures; nor shall it make the Field Representative responsible for construction means, methods, techniques, sequences, or procedures, or for the Contractor's failure to properly perform the Work, all of which are entirely the responsibility of the Contractor. 3.02.3 CONSTRUCTION OBSERVATION AND INSPECTIONS (1) All Work required by the Contract, including all materials and equipment to be furnished and the manufacture and preparation thereof shall, at all times, be subject to observation by the Owner's designated representatives, who may, at any time in the performance of their duties, enter upon the Work or the shops and factories where any part of the Work, materials or equipment are being prepared, fabricated or manufactured. (2) Observation of Work by the Owner, the Engineer, or the Field Representative shall not relieve the Contractor of its obligation to furnish satisfactory materials and workmanship. Work or materials found unsatisfactory at any time during the life of the Contract, and the applicable warranty periods, guarantees or limitation periods shall be promptly corrected or replaced immediately by the Contractor at its own expense. (3) Upon request by the Owner or Engineer, the Contractor shall furnish all tools, labor, equipment and materials necessary to examine any Work that may be completed or in progress, even to the extent of uncovering or taking down portions of completed or covered Work. Work shall be left exposed until examined by the Owner or Engineer, at no additional cost to the Owner. If the Owner or the Engineer determines that the uncovered Work does not comply with the requirements of the Contract, the cost of such examination and the cost of reconstruction and/or repair shall be borne by the Contractor. March 29, 2018 — General Conditions 3-4 City of Yakima 34 (4) The Contractor shall promptly comply with all directions of the Engineer with reference to correcting any Work or replacing any materials or equipment found to be not in accordance with the Contract. In the event of a dispute, the Contractor may appeal to the Engineer's decision to the Owner in accordance with the Contract, and the Owner's decision shall be final. 3.02.4 EMERGENCY CONTACT LIST The Contractor shall submit an emergency contact list to the Engineer no later than five calendar days after the date the contract is executed. The list shall include, at a minimum, the Contractor's project manager or equivalent, project superintendent, traffic control supervisor, and erosion and sediment control lead. The list shall identify a representative with delegated authority to act as the emergency contact on behalfofthe Contractor and include one or more alternates. The emergency contact shall be available upon the Engineer's request at other than normal working hours. The emergency contact list shall include 24-hour telephone numbers for all individuals identified as emergency contacts or alternates. 3.02.5 ORAL AGREEMENTS No oral agreement or conversation with any officer, agent, or employee ofthe Owner, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Owner, unless subsequently put in writing and signed by the Owner. 3.03 LEGAL RELATIONS AND RESPONSIBILITIES 3.03.1 APPLICABLE LAWS AND REGULATIONS 3.03.1(1) General The Contractor shall comply with all laws, ordinances, rules and regulations of any authority having jurisdiction in any way relating to the project, including, but not limited to, regulations governing site maintenance, clean-up, air pollution control, noise control, water quality control, surface water control and runoff, tree and vegetation protection, cultural resources and oil and hazardous substance control. 3.03.1(2) Utilities and Similar Facilities The Contractor shall protect all private and public utilities from damage. Utilities include, among others: telephone lines; cable television and high-speed interne lines; gas; electric power lines; sanitary sewer; sewer; storm sewer and water lines; street lighting and traffic signal and signing systems; and railroad tracks and related equipment. In accordance with Chapter 19.122 of the Revised Code of Washington, the Contractor shall call the One -Number Locator Service for the field location of underground utilities. If no locator March 29, 2018 — General Conditions 3-5 City of Yakima 35 service is available for the area where the project is located, the Contractor shall provide written notice to all owners of utilities known to, or suspected of, having underground facilities within or near all areas of that will be excavated. If the Work requires removing or relocating one or more utilities, the Contract will assign the task to the Contractor or utility owner. When this task is assigned to the utility owner and that work is not complete before the Contractor begins work, the Contractor shall immediately notify the Engineer in writing. To expedite the removal or relocation work or to make that work more efficient, the Contractor may ask utility owners to move, remove, or alter their utilities or equipment in ways other than those specified in the Contract. If so, the Contractor shall make the arrangements with the utility owner and pay all costs associated therewith. The Contractor shall be responsible for all costs required to protect public and private utilities from damage, including the costs of removal and replacement. 3.03.1(3) Site Maintenance The Contractor shall keep the Work site, staging areas, and Contractor's facilities clean and free from rubbish and debris. Materials and equipment shall be removed from the Work site when they are no longer necessary. Upon completion of the Work and before final acceptance, the Work site shall be cleared of equipment, unused materials, and rubbish and the Work site shall be left in clean and neat condition. 3.03.1(4) State Taxes The Washington State Department of Revenue has issued special rules on the State sales tax. Section 3-03.1(4) a through Section 3-03.1(4) c are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Owner 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 3-03.1(4) b describes this exception. The Owner will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Owner 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 the Contract or not. Any amount so deducted will be paid into the proper State fund. State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving March 29, 2018 — General Conditions 3-6 City of Yakima 36 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. b. 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 Owner, retail sales tax on the full contract price. The Owner will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. EXCEPTION: The Owner 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. c. Services The Contractor shall not collect retail sales tax from the Owner on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 3.03.1(5) Equal Employment Responsibilities The Contractor shall, at its sole cost and expense, comply with all applicable laws, policies and regulations pertaining to nondiscrimination and equal employment opportunities. The absence of specific provisions or other requirements mandated by state, municipal or federal laws, policies or March 29, 2018 — General Conditions 3-7 City of Yakima 37 regulations from these General Conditions shall not excuse the Contractor from compliance with such laws, regulations or policies. 3.03.1(6) Archaeolozical and Historical Objects Archaeological or historical objects, such as ruins, human skeletal remains, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. The Engineer will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until salvage is accomplished. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under the Contract, the Engineer will make an adjustment in payment or the time required for the performance of the work in accordance with Section 3.04.6. 3.03.2 SAFETY MEASURES All Work under the Contract shall be performed in a safe manner. The Contractor and all subcontractors shall comply with all applicable rules, regulations, and safety standards of the Washington State Department of Labor and Industries and all other federal, state, local and other governmental entities having jurisdiction over the project. The Contractor shall be solely and completely responsible for the conditions of the job site, including the safety of all persons and property during the performance ofthe Work. This requirement shall apply continuously and not be limited to normal working hours. The Engineer's review of the Contractor's work plan, safety plan, construction sequences, schedule or performance does not and is not intended to include review or approval ofthe adequacy of the Contractor's safety measures in, on, or near the job site. The Engineer does not purport to be a safety expert, and is not engaged in that capacity under the Contract. The Engineer has neither the authority nor the responsibility to enforce construction safety laws, rules, regulations, or procedures, or to order the stoppage of Work for claimed violations thereof. The Contractor shall exercise all required and appropriate precautions to protect all persons and property from injury and damage. 3.03.3 HAZARDOUS MATERIAL Biological hazards and associated physical hazards may be present at the Work site. The Contractor shall take precautions and perform any necessary Work to provide and maintain a safe and healthful Work site in accordance with all applicable laws. The cost for all Work necessary to provide and maintain a safe Work site shall be included in the Contractor's Proposal. unless the Contract includes provisions to the contrary. March 29, 2018 — General Conditions 3-8 City of Yakima 38 3.03.4 PAYMENT OF WAGES AND RELATED REQUIREMENTS 3.03.4(1) Minimum Prevailing Wage Requirements a. The Contract is subject to the minimum prevailing wage and hour requirements of RCW 39.12 and RCW 49.28 (as amended or supplemented). On projects having federal funding, federal wage laws and rules may also apply. The Contract may list minimum hourly rates for wages for trades or occupations in the locality within the state where such labor is performed as determined by the Industrial Statistician for the Department of Labor and Industries or under the federal Davis -Bacon Act. These rates are for general reference purposes only and may not be current or complete. The Contractor, any subcontractor, or other person doing any Work under the Contract shall not pay any worker less than the applicable current minimum hourly wage rates required by applicable law. Higher wages and benefits may be paid. b. The Contractor, any Subcontractor, and all individuals or firms required by RCW 39.12, WAC 296-127, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by RCW 39.12 or the DBRA. Higher wages and benefits may be paid. c. In accordance with WAC 296-127, the applicable prevailing wage rates that are in effect on the date when Proposals are due shall remain in effect for the duration of the Contract. By incorporating prevailing wage rates into the Contract, the Owner does not warrant or imply that the Contractor will find labor available at those rates. The Contractor shall calculate in its Proposal any amounts above the minimums that it will actually have to pay. Further, rates for wages and/or fringe benefits may change while the Contract is in force. If they do, the Contractor shall bear the cost of paying rates above those in effect at time of bid. d. If employing labor in a class not listed in the Contract Provisions on State funded projects, the Contractor shall request the Industrial Statistician, Department of Labor and Industries to determine the correct wage and benefits rate. e. If employing labor in a class not listed in the Contract Provisions on a federally funded project, the Contractor shall request the U.S. Secretary of Labor to determine the correct wage and benefits rate. f The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127-010, complies with all the requirements of RCW 39.12. g. The Contractor shall be responsible for compliance with the requirements of the DBRA and RCW 39.12 by all firms (Subcontractors, lower tier subcontractors, Suppliers, Manufacturers, or Fabricators) engaged in any part of the Work March 29, 2018 — General Conditions 3-9 City of Yakima 39 necessary to complete the Contract. Therefore, should a violation of this Subsection occur by any firm that is providing Work or materials for completion of the Contract whether directly or indirectly responsible to the Contractor, the Owner will take action against the Contractor, as provided by the provisions of the Contract, to achieve compliance, including, but not limited to, withholding payment on the Contract until compliance is achieved. 3.03.4(2) Posting Notice Requirements Notice of intent to pay prevailing wages and prevailing wage rates for the project shall be posted for the benefit of workers. The Contractor shall post the following, together with anything else necessary to comply with all applicable laws and regulations: a. One copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each subcontractor, and any other firm (Supplier, Manufacturer, of Fabricator) that falls under the provisions of RCW 39.12 because of the definition of "Contractor" in WAC 296-127-010; b. One copy of the prevailing wage rates for the project; c. The address and telephone number of the Industrial Statistician for the Department of Labor and Industries, along with a statement that complaints and questions about wage rates may be directed there; and d. FHWA 1495/1495A "Wage Rate Information" poster if the project is funded with federal aid. Notice shall be posted at a location readily visible to workers at the job site, or where no field office is established, at a local office. The Contractor shall supply a copy of the Notice to any employee upon request. 3.03.4(3) Apprentices If employing apprentices, the Contractor shall submit to the Owner written evidence showing: a. That each apprentice is enrolled in a program approved by the Washington State Apprenticeship and Training Council; b. The progression schedule for each apprentice; and c. The established apprentice journeyman ratios and wage rates in the project locality upon which the Contractor shall base such ratios and rates under the contract. Any worker for whom an apprenticeship agreement has not been registered and approved by the Washington State Apprenticeship and Training Council shall be paid the prevailing hourly rate for journeymen provided in RCW 39.12.021. March 29, 2018 — General Conditions 3-10 City of Yakima 40 3.03.4(4) Required Documents On forms provided by the Industrial Statistician of Washington State Labor & Industries, the Contractor shall submit to the Owner the following for itself and for each subcontractor and firm covered under RCW 39.12 that provides work and materials for the Contract: a. A copy of an approved "Statement of Intent to Pay Prevailing Wages." The Owner will make no payment under the Contract until this statement has been completed and submitted to the Owner. b. A copy of an approved "Affidavit of Wages Paid." This affidavit certifies the Contractor has complied with all prevailing wage requirements. The Owner will not release to the Contractor any funds retained under RCW 60.28 until all of the "Affidavits of Wages Paid" have been completed and submitted to the Owner and approved by the Department of Labor and Industries. c. At the end of each month a statement signed by the Contractor that prevailing wages have been paid in accordance with the Contractor's Statement of Intent to Pay Prevailing Wages shall be on file with the Owner. If the Contractor fails to submit this statement, the progress payment will not be paid. d. The Contractor shall submit certified payrolls to the Owner for the Contractor and all Subcontractors or lower tier subcontractors on federally funded projects and, when requested by the Owner, or agents on other projects. If certified payrolls are not supplied within 10 calendar days after the end of the preceding weekly payroll period for federal -aid projects or within 10 calendar days from the date of the written request on projects with Owner funds only, any or all payments may be withheld until compliance is achieved. All certified payrolls shall be complete and explicit. Employee Work classification codes used on certified payrolls shall coincide exactly with the occupation codes listed on the minimum wage schedule in the Contract Provisions, unless the Engineer specifically approves an alternate method to identify the occupation coding used by the Contractor to compare with the codes 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. e. Final Contract Voucher Certification. March 29, 2018 — General Conditions 3-11 City of Yakima 41 3.03.5 BONDS, INSURANCE AND INDEMNITY OBLIGATIONS 3.03.5(1) Contract Bonds The successful bidder shall provide an executed Performance Bond and Public Works Payment Bond for the full Contract amount (including sales tax). The Contract Bonds shall: 1. Be on Owner -furnished forms; 2. Be signed by an approved Surety (or Sureties) that: a. Is registered with the Washington State Insurance Commissioner; and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; and 4. Guarantee that the Surety shall indemnify, defend, and protect the Owner against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, Subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract; or b. Of the Contractor (or the Subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, Subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the Work. 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). The Owner may require Sureties or Surety companies on the Contract Bonds to appear and qualify themselves. Whenever the Owner deems the Surety or Sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional Surety to cover any remaining Work. Until the added Surety is furnished, payments on the Contract will stop. March 29, 2018 — General Conditions 3-12 City of Yakima 42 3.03.5(1.1) Two -Year Guarantee Period The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within 2 years after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Owner's written notice of a defect, and shall complete such work within the time stated in the Owner'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 Owner'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 2 years after acceptance of the corrections by Owner. 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 Owner. 3.03.5(2) Worker's Benefits a. The Contractor shall make all payments required for unemployment compensation under RCW Title 50 and for industrial insurance and medical aid required under RCW Title 51. If any payment required by Title 50 or Title 51 is not made when due, the Contractor shall indemnify the Owner with respect to all costs and damages, including attorneys' fees and expenses, associated with such nonpayment. The Owner may retain payments due under Title 50 or Title 51 from any money due to the Contractor and make payment to the appropriate fund. b. The Contractor shall include in the various items in its bid Proposal all costs for payment of unemployment compensation and for providing the required insurance coverage(s). The Contractor will not be entitled to any additional payment for: (1) failure to include such costs in the Proposal, or (2) post -Award determinations made by the U.S. Department of Labor, the Washington State Department of Labor and Industries, or any other agency or entity regarding insurance coverage requirements. 3.03.5(4) Public Liability & Property Damage Insurance 3.03.5(4.1) General Requirements A. The Contractor shall procure and maintain insurance described in all subsections in this Section, from insurers with a current A.M. Best rating not less than A — VII and licensed to do business in the state of Washington. The Owner reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or March 29, 2018 — General Conditions 3-13 City of Yakima 43 endorsements. B. The Contractor shall keep this insurance in force during the term of the Contract and for 30 days after the Physical Completion Date, unless otherwise indicated. C. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Owner's insurance, self-insurance, or insurance pool coverage. Any insurance, self-insurance or self -insured pool coverage maintained by the Owner shall be excess of the Contractor's insurance and shall not contribute with it. F. The Contractor shall provide the Owner and all Additional Insured with written notice of any policy cancellation and the date of effective cancellation within 2 business days of receipt. G. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Owner. H. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of Contract, upon which the Owner may, after giving 5 business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Owner on demand, or at the sole discretion of the Owner, offset against funds due the Contractor from the Owner. I. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 3.03.5(4.2) Additional Insured All insurance policies, with the exception of Workers Compensation, shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • The Owner and its officers, elected officials, employees, agents, and volunteers; • Gray & Osborne, Inc.; The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by the Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 3.03.5(4.4) describes limits lower than those maintained by the Contractor. March 29, 2018 — General Conditions 3-14 City of Yakima 44 3.03.5(4.3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 3.03.5(4.5)A and 3.03.5(4.5)B. Upon request of the Owner, the Contractor shall provide evidence of such insurance. 3.03.5(4.4) Verification of Coverage The Contractor shall deliver to the Owner a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the Work. The certificate and endorsements shall conform to the following requirements: 1. An ACORD certificate or a form determined by the Owner to be equivalent. The certificate or an endorsement form shall indicate the Contractor's insurance is primary and non-contributory. 2. The Contractor shall obtain endorsement forms CG 2010 10 01, CG 2032 07 04 and CG 2037 10 01 or the equivalent of each, naming the Owner and all other entities listed in 3-03.5(4.2) as Additional Insured(s) and showing the policy number. If the Contractor is unsuccessful in securing these endorsements after exerting commercially reasonable efforts, the Contractor shall obtain other endorsements providing equivalent protection to the Additional Insured. Commercially reasonable efforts shall be evidenced by a signed statement by the Contractor's insurance broker indicating that endorsement forms CG 2010 10 01, CG 2032 07 04 and CG 2037 10 01 are not available and the endorsements submitted provide equivalent protection to the Additional Insured. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notification of coverage enhancements on the Certification of Insurance shall not satisfy these requirements; actual endorsement must be submitted. Upon request, the Contractor shall forward to the Owner a full and certified copy of the insurance policy(s). If Builders Risk Insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the Work. 3.03.5(4.5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self -insured retentions shall be disclosed and are subject to approval by the Owner. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. March 29, 2018 — General Conditions 3-15 City of Yakima 45 3.03.5(4.5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least 3 years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence $1,000,000 Stop Gap/Employers' Liability 3.03.5(4.5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) shall provide the following minimum limit: $1,000,000 combined single limit each accident 3.03.5(4.5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 3.03.5(4.5)D Excess or Umbrella Liability The Contractor shall provide Excess or Umbrella Liability coverage at limits of $2 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage and employers liability. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. March 29, 2018 — General Conditions 3-16 City of Yakima 46 3.03.5(4.5)E Builders Risk Insurance The Contractor shall purchase and maintain Builders Risk insurance covering interests of the Owner, the Contractor, Subcontractors, and Sub -subcontractors in the work. Builders Risk shall be required for all structures on the project. A structure is any equipment, facility, building, bridge, retaining wall, or tank extending 4 feet or more above adjacent grade; or any facility less than 4 feet above adjacent grade, designed for human access, and containing more than $50,000 worth of electrical or mechanical equipment. Poles, light standards, or antenna less than 50 feet in height and less than 2 feet in diameter shall not be considered structures. Builders Risk insurance, when required, shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief and collapse. The Builders Risk insurance, when required, shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off -site. Such insurance shall cover "soft costs" including but not limited to design costs, licensing fees, and architect's and engineer's fees. Builders Risk insurance shall be written in the amount of the completed value of the applicable portions of the project, with no coinsurance provisions. The Builders Risk insurance covering the Work shall have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood, earthquake and all other perils may be accepted by the Owner upon written request by the Contractor and written acceptance by the Owner. Any increased deductibles accepted by the Owner will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until the Physical Completion Date. The Contractor and the Owner waive all rights against each other and any of their Subcontractors, Sub -subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Liability for facilities not covered by Builders Risk shall remain the responsibility of the Contractor. 3.03.5(4.5)F LHWCA Insurance If the Contract involves work on or adjacent to Navigable Waters of the United States, the Contractor shall procure and maintain insurance coverage in compliance with the statutory requirements of the U.S. Longshore and Harbor Workers' Compensation Act (LHWCA). Such policy must provide the following minimum limits: $1,000,000 Bodily Injury by Accident — each accident $1,000,000 Bodily Injury by Disease — each employee $1,000,000 Bodily Injury by Disease — policy limits March 29, 2018 — General Conditions 3-17 City of Yakima 47 3.03.5(4.5)G Protection and Indemnity Insurance Including Jones Act If the Contract involves marine activities, or work from a boat, vessel, or floating platform, the Contractor shall procure and maintain Protection and Indemnity (P&I) coverage including collision liability, injury to crew (Merchant Marine Act of 1920 - Jones Act) and passengers, removal of wreck and liability for seepage, pollution, containment and cleanup using form SP-23 or SP 38 or a form as least as broad. All entities listed under Section 3.03.5(4.2) ofthe General Conditions shall be named as additional insureds on the Contractor's Protection and Indemnity insurance policy Such policy must provide the following minimum limits: $1,000,000 Bodily Injury by Accident — each accident or occurrence $1,000,000 Bodily Injury by Disease — each employee $1,000,000 Bodily Injury by Disease — policy limits 3.03.5(4.5)H Hull and Machinery Ifthe Contract involves use ofa boat, vessel, or floating platform, the Contractor shall procure and maintain coverage at Market Value of vessel on American Institute Hull Clauses, 6/2/77 form. 3.03.5(5) Indemnity and Hold Harmless a. To the fullest extent permitted by law and subject to the limitations of RCW 4.24.115, the Contractor shall defend, indemnify and hold harmless the Owner and the Engineer and their appointed and elective officers, agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees and expenses arising out of or resulting from the negligent performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. Provided, however, that when any such claim, damage, loss or expense arises from the concurrent negligence of (1) the Owner, or anyone for whose acts it may be liable, and (2) the Contractor, or anyone for whose acts it may be liable, it is expressly agreed that the Contractor's obligations of defense and indemnity under this section shall be effective only to the extent of the Contractor's negligence and those for whose negligence the Contractor is responsible. This obligation of indemnity shall not extend to claims, losses or expenses arising from the sole negligence of the Owner, its appointed or elected officials, agents or employees. b. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may March 29, 2018 — General Conditions 3-18 City of Yakima 48 be liable, the indemnification obligation under this section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workmen's compensation acts, disability benefit acts or other employee benefit acts, it being the expressed intent of the parties that Contractor herein specifically waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. THIS WAIVER HAS BEEN SPECIALLY NEGOTIATED BY THE PARTIES, WHO HAVE ACKNOWLEDGED SAME BY AFFIXING THEIR SIGNATURES TO THE PROPOSAL FORM. 3.03.5(6) Patent Royalties & Process Fees The Contractor shall be responsible for all costs arising from the use of patented devices, materials, or processes used in or incorporated in the Work. The Contractor agrees to indemnify, defend, and save harmless the Owner from all claims and damages, in any way relating to the use of patented devices, materials, or processes used in or incorporated in the Work. 3.03.6 METHOD OF SERVING NOTICE 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, shall be in paper format, hand delivered or sent via mail delivery service to the Owner. Electronic formats such as emails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements ofthe Contract. 3.04 PROSECUTION AND PROGRESS OF THE WORK 3.04.1 QUALITY OF WORK 3.04.1(1) Workmanship a. The Contractor represents that it is fully experienced and possesses all the necessary capital, facilities and expertise to perform all of the Work, and hereby guarantees that all ofthe Work performed by it under the Contract will be ofthe highest quality and done in a workmanlike fashion in strict accordance with the requirements of the Contract. b. The Contractor shall at all times employ skilled workmen and use skilled Subcontractors in the performance of the Work. When required in writing by the Owner or the Engineer, the Contractor or its Subcontractors shall remove from the Work site any person or Subcontractor who is, in the opinion of the Owner or the Engineer, not competent, not qualified, disorderly, or otherwise unsatisfactory and shall not again employ such discharged person or Subcontractor on the Work, except with the prior written consent of the Owner. Discharge of any person or Subcontractor shall not be the basis of any claim for compensation or damages against the Owner or the Engineer. March 29, 2018 — General Conditions 3-19 City of Yakima 49 c. All Work performed under the Contract shall be of first quality workmanship throughout, with the Work complete and in full working order upon completion. d. Except when otherwise expressly specified in the Contract, the Contractor shall design, survey, layout and be responsible for all methods, materials and equipment used in performing the Work. e. If, at any time, the Contractor's workforce (including Subcontractors), in the opinion of the Owner and/or the Engineer, shall be inadequate for maintaining the necessary -progress required to complete -the Work within the Contract Time, the Contractor shall, if so required by the Owner and/or the Engineer, increase the workforce or equipment to such an extent as to give reasonable assurance of compliance with the Work schedule. The failure of the Owner and/or the Engineer to make such demand shall not relieve the Contractor of its obligation to perform the Work in accordance with the requirements of the Contract. The Contractor alone shall be responsible for the safety, efficiency and adequacy of its activities, construction methods and the rate of progress required by the Contract. 3.04.1(2) Contractor's Supervisory and Site Personnel a. The Contractor shall assign sufficient supervisory personnel to ensure the faithful prosecution of the Work and shall have adequate supervisory personnel present at the Work site who are either employees of the Contractor or duly authorized representatives designated in writing to the Owner and/or the Engineer. The Contractor shall at all times maintain at the Work site a complete copy of the Contract Provisions, Contract Plans, and record drawings of the Work that has been completed. b. The Contractor shall at all times have at least one duly authorized supervisory representative at the Work site who shall be fully authorized to make binding decisions on behalf of the Contractor with respect to the Work. If the Contractor's duly authorized supervisory representative at the Work site will be absent from the Work site for more than four hours, he/she shall designate an assistant who possesses the same authority and so inform the Owner and the Field Representative, if applicable. 3.04.2 MATERIALS AND EQUIPMENT (1) Materials and equipment furnished and installed shall be manufactured, fabricated or constructed to meet all applicable safety requirements. All material and equipment supplied by the Contractor and incorporated in the Work shall be of new manufacture, free from defects and in strict compliance with the requirements of the Contract. When required by the Owner, a certificate from the manufacturer or other responsible supplier shall be supplied attesting to this fact. March 29, 2018 — General Conditions 3-20 City of Yakima 50 (2) All tools and equipment used for construction operations shall be of the size and type suitable for the Work and shall be kept in safe and good working condition at all times. (3) The Contractor shall, whenever required during the progress of the Work and after completion of the Work, furnish proof acceptable to the Owner that all items of equipment and all materials installed equal or exceed all requirements specified in the Contract. (4) The Contractor shall use all means possible to protect materials and equipment from damage or degradation of any kind before, during and after installation. (5) The Contractor shall replace any materials or equipment damaged during the performance of the Work to the approval of the Owner and the Engineer. The cost of replacing damaged materials and equipment shall be borne by the Contractor. 3.04.3 SPECIFICATION OF PARTICULAR MATERIALS AND EQUIPMENT (1) Within the Contract, certain items are specified by brand, style, trade name, or manufacturer in order to set forth a standard of quality, and/or preference by the Owner. Unless specifically noted otherwise, it is not the intent of the Contract to exclude other processes or materials of a type and quality equal to those designated. (2) The term "or equal" as used in the Contract does not mean that the Contractor's substitution of material or equipment will necessarily be approved as equal by the Engineer. If the Contractor desires to substitute material or equipment on the basis that it is equal to that specified, the Contractor shall submit a written request to the Engineer to substitute the material or equipment. The Contractor shall not use or incorporate such material or equipment into the Work until the Contractor has received written approval from the Engineer. (3) If the Contractor proposes substitutions, the Engineer will record all time used to evaluate each proposed substitution. If an approved substitution requires revisions to the Contract Documents, the Engineer will record all time to accomplish the revisions. Whether or not the Engineer approves a proposed substitution all direct and indirect cost to evaluate the proposed substitution shall be deducted from amounts due or to become due to the Contractor. (4) No additional compensation or extension of time will be allowed the Contractor for any changes required to incorporate substituted materials or equipment. 3.04.4 STORAGE 3.04.4(1) On -Site Storage The Contractor shall store all equipment and materials in a safe and suitable place in accordance with the manufacturer's recommendations. Materials and equipment shall be covered or wrapped March 29, 2018 — General Conditions 3-21 City of Yakima 51 to protect them from moisture, dust and deterioration, as required or necessary. All on -site storage areas shall be approved in advance by the Owner and the Engineer. 3.04.4(2) Off -Site Storage The Contractor may be required to provide offsite storage of equipment and materials to enable construction to occur at the Work site. The Contractor has full responsibility to secure all offsite storage areas, if needed, and shall include the costs for providing such storage areas in the bid Proposal for the individual equipment and material items requiring off -site storage. All off -site storage areas shall be enclosed or fenced and be secure. 3.04.5 DEFECTIVE MATERIALS, EQUIPMENT AND WORKMANSHIP (1) Materials, equipment, or workmanship which, in the opinion of the Owner or the Engineer, does not conform to the Contract or are in any other way unsatisfactory or unsuited to the purpose for which they are intended may be rejected. The Contractor shall remove from the Work site without delay, all rejected materials, equipment and work, and shall promptly replace the same in strict conformity with the requirements of the Contract. Unsatisfactory materials, equipment and workmanship may be rejected at any time, notwithstanding any previous testing, inspection or acceptance of such materials, equipment or workmanship, or inclusion thereof in any previously issued progress estimates. (2) If the Contractor fails to correct defective Work, equipment or materials, the Owner shall have the right to exercise any of the following options or any combination thereof: a. The Owner may replace the defective Work, materials or equipment by purchase from or contract with any other parties at the expense of the Contractor, and in this event, the Owner shall be entitled without compensation to the Contractor, to the use of the defective Work or equipment for such reasonable time as is necessary to enable Owner to replace such defective Work, materials or equipment. b. The Owner may elect to accept the defective Work, materials or equipment and issue a Change Order reflecting a credit against the contract price, computed under the terms of the Contract in an amount to be determined by the Engineer, which amount shall reflect the actual value to the Owner of the accepted Work. c. Upon receipt ofnotice from the Owner of any defects in material, equipment or workmanship which appear within a two-year period following the Substantial Completion Date, or within any other warranty or guarantee period required by the Contract or provided by a manufacturer or supplier, the Contractor shall promptly and with the least possible delay and inconvenience to the Owner, repair or replace such defective workmanship, material or equipment without expense to the Owner. March 29, 2018 — General Conditions 3-22 City of Yakima 52 d. The Contractor shall be responsible for the full cost of correcting defective Work and complying with warranties and guarantees as required by the Contract. Direct or indirect costs, including administrative and engineering, incurred by the Owner attributable to correcting and remedying defective or unauthorized work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Owner from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. e. All warranties, guarantees, and other obligations to correct work that does not comply with the Contract are material requirements ofthe Contract. The performance of all warranties, guarantees and other obligations shall be secured by the Performance Bond and the Public Works Payment Bond submitted by the Contractor at the time the Contract is signed. 3.04.6 CHANGES IN THE WORK (1) The Owner or the Engineer may, at any time, without notice to the Performance Bond or Public Works Payment Bond sureties, by written order designated or indicated to be a Change Order or Change Directive, make any change, including modifications to, additions to or deletions from the Work including, but not limited to, changes: a. To the Contract Provisions and Contract Plans; b. To quantities or performance of the Work; c. To Owner -furnished facilities, equipment, materials, services or the Work site; or d. To the schedule for the Work or the Contract Time. (2) A Change Order is an amendment to the Contract, which signifies changes in the scope of the Work, the Contract Time, and/or the Contract price. A Change Order shall be the complete expression of the agreement between the Owner and the Contractor. No claims or entitlement to and equitable adjustment or changes to the Contract Time and/or Contract Price will be allowed for alleged verbal or oral agreements or directives. (3) The Engineer will issue a written change order for any change. If the Engineer determines that the change increased or decreased the Contractor's costs or time to do any of the Work, the Engineer will make an equitable adjustment to the Contract. The equitable adjustment will be by agreement with the Contractor. However, if March 29, 2018 — General Conditions 3-23 City of Yakima 53 the parties are unable to agree, the Engineer will determine the amount of the equitable adjustment in accordance with Section 3.04.6(7) and adjust the time as the Engineer deems appropriate. Extensions of time will be evaluated in accordance with Section 3.04.15(1). The Contractor shall proceed with the Work upon receiving: 1. A written change order approved by the Owner; or 2. An oral order from the Engineer before actually receiving the written change order. Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 3.04.8. The Owner may unilaterally process the change order ifthe Contractor fails to comply with these requirements. Changes normally noted on field stakes or variation from estimated quantities, except as provided in Section 3.04.6(8), will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. The Contractor shall obtain written consent of the Surety or Sureties if the Engineer requests such consent. (4) All Change Orders will be prepared by the Owner or Engineer and executed in triplicate with one copy to the Owner, one to the Contractor, and one retained by the Engineer. (5) Ifthe Contractor encounters any circumstances during the performance ofthe Work that the Contractor contends creates any entitlement to a change in the Contract Time, the Contract Price, or both, the Contractor shall immediately provide written notice to the Engineer. Within 10 calendar days after providing written notice, the Contractor shall provide a written request to the Engineer for a change to the Contract Time and/or Contract Price and provide detailed information supporting the request, including cost and schedule information. (6) No claim by the Contractor shall be allowed if the terms of this Section 3.04.6 are not strictly followed. In the event of any non-compliance, the Contractor shall be conclusively determined to have waived any claim or entitlement to an adjustment of the Contract Time or the Contract Price. (7) The cost to be included in an adjustment for any changes to the Work, adjustment of the Contract Time or Contract Price and any equitable adjustment or entitlement related to the Work or the Contract shall meet the claim notice provisions of Section 3.04.6, and will be determined strictly by one or a combination of the following methods: March 29, 2018 — General Conditions 3-24 City of Yakima 54 a. Contract unit bid prices previously agreed upon; or b. If there are no unit bid prices, an agreed lump sum; or c. If the amount of the adjustment cannot be agreed upon in advance or in the manner provided in subparagraph a or b above, the cost will be determined by the actual cost of: 1. Labor including working foremen. Labor rates will only include the basic wage and fringe benefits, the current rated for Federal Insurance Compensation Act (FICA), Federal Unemployment Tax Act (FUTA) and State Unemployment Tax Act (SUTA), and the company's present rates for medical aid and industrial insurance premiums; 2. Materials incorporated permanently into the Work; 3. The ownership or rental cost of equipment during the time of use on the extra work. Equipment rates shall be as set forth in the then current AGC/WSDOT Equipment Rental Agreement. These rates shall be full compensation for all costs incidental to furnishing and operating the equipment. The Contractor shall submit copies of the applicable portions of the AGC/WSDOT Equipment Rental Agreement to the Engineer; plus 4. Overhead and Profit as follows: For Work performed by the Contractor, an amount to be agreed upon but not to exceed 15 percent of the labor, material, and equipment cost agreed to by the Engineer as compensation for supervision, small tools, provisions for safety, home office and field overhead, profit and other general conditions expenses, including, but not limited to, insurance, bond and business and occupation taxes. For Subcontractor Work, the Subcontractor will be allowed an amount to be agreed upon but not to exceed 15 percent of the labor, material, and equipment cost agreed to by the Engineer as compensation for supervision, small tools, provisions for safety, home office and field overhead, profit and other general conditions expenses, including, but not limited to, insurance, bond and business and occupation taxes. The Contractor will be allowed an additional markup of 10 percent to compensate the Contractor for all administrative costs, including home office and field overhead, profit, bonding, insurance, business and occupation taxes and any other costs incurred. March 29, 2018 — General Conditions 3-25 City of Yakima 55 In no case will the total fixed fee for the Contractor and all Subcontractors of all tiers exceed 30 percent. (8) Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original bid quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original hid quantity, and that bid item represents 10 percent or more of the total original contract price. In that case, payment for Contract Work may be adjusted as described herein. The adjusted final quantity shall be determined by starting with the final accepted quantity measured after all Work under an item has been completed. From this amount, subtract any quantities included in additive change orders accepted by both parties. Then, to the resulting amount, add any quantities included in deductive change orders accepted by both parties. The final result of this calculation shall become the adjusted final quantity and the basis for comparison to the original Proposal quantity. a. Increased Quantities. Either party to the Contract will be entitled to renegotiate the price for that portion of the adjusted final quantity in excess of 1.25 times the original Proposal quantity, if 10 percent or more of the original contract price. The price for excessive increased quantities will be determined by agreement of the parties, or, where the parties cannot agree, the price will be determined by the Engineer based upon the actual costs to perform the Work, including reasonable markup for overhead and profit. The final price will be determined by the Engineer. b. Decreased Quantities. Either party to the Contract will be entitled to an equitable adjustment ifthe adjusted final quantity of Work performed is less than 75 percent of the original Bid quantity, if 10 percent or more of the original contract price. The Contractor shall submit the documentation to support the equitable adjustment to the Engineer. The equitable adjustment shall be based upon and limited to three factors: 1. Any increase or decrease in unit costs of labor, materials or equipment, utilized for Work actually performed, resulting solely from the reduction in quantity; 2. Changes in production rates or methods of performing Work actually done to the extent that the nature of the Work actually performed differs from the nature of the Work included in the original plan; and March 29, 2018 — General Conditions 3-26 City of Yakima 56 3. An adjustment for the anticipated contribution to unavoidable fixed cost and overhead from the units representing the difference between the adjusted final quantity and 75 percent of the original Plan quantity. The following limitations shall apply to renegotiated prices for increases and/or equitable adjustments for decreases: 1. The equipment rates shall be actual cost but shall not exceed the rates set forth in the AGC/WSDOT Equipment Rental Agreement. 2. No payment will be made for extended or unabsorbed home office overhead and field overhead expenses to the extent that there is an unbalanced allocation of such expenses among the Contract Bid items. 3. No payment for consequential damages or loss of anticipated profits will be allowed because of any variance in quantities from those originally shown in the Proposal form, Contract Provisions, and Contract Plans. 4. The total payment (including the adjustment amount and unit prices for Work performed) for any item that experiences an equitable adjustment for decreased quantity shall not exceed 75 percent of the amount originally Bid for the item. If the adjusted final quantity of any item does not vary from the quantity shown in the Proposal by more than 25 percent, then the Contractor and the Owner agree that all Work under that item will be performed at the original Contract unit price. When ordered by the Engineer, the Contractor shall proceed with the Work pending determination of the cost or time adjustment for the variation in quantities. The Contractor and the Owner agree that there will be no cost adjustment for decreases if the Owner has entered the amount for the item in the Proposal form only to provide a common Proposal for Bidders. 3.04.7 DIFFERING SITE CONDITIONS The Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of: (1) pre-existing subsurface or latent physical conditions at the Work site that differ materially from those indicated in the Contract Documents, or (2) pre-existing unknown physical conditions at the Work site, of an unusual nature, that differ materially from those ordinarily encountered and generally recognized as inherent in the Work of the character required by the Contract. The Engineer shall be given an opportunity to examine such conditions in order to advise March 29, 2018 — General Conditions 3-27 City of Yakima 57 the Owner of possible modifications to the Work to mitigate such conditions. If the Engineer determines that conditions are materially different and cause a material increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, an equitable adjustment shall be made in the Contract Time and/or Contract price in accordance with other applicable provisions ofthe Contract relating to changes in the Work. Failure of the Contractor to give notice of such conditions at the time of discovery shall constitute a waiver of any claim for an equitable adjustment. Any such adjustments to the Contract Price shall be computed strictly limited to amounts provided under paragraph 3.04.6. 3.04.8 PROTEST BY THE CONTRACTOR If the Contractor disagrees with anything in a Change Order or a written directive, or with any interpretation or determination by the Engineer, the Contractor shall: a. Immediately submit a signed written notice of protest to the Engineer before doing the Work; b. Supplement the written protest within 14 calendar days with a written statement and supporting documents providing the following: 1. The date and nature of the protested order, direction, instruction, interpretation or determination; 2. A full discussion of the circumstances which caused the protest, including names of persons involved, time, duration, and nature of the Work involved and a review of the Plans and Contract Provisions referenced to support the protest; 3. The estimated dollar cost, if any, of the protested Work and a detailed breakdown showing how that estimate was determined; and 4. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption; and 5. If the protest is continuing, the information required above shall be supplemented upon request by the Engineer until the protest is resolved. The Contractor shall keep detailed and complete records of extra costs and schedule impacts to Contract Time that in any way relate to a protest. The Contractor shall allow the Engineer to have access to all documents and records needed for evaluating the protest. The Engineer will evaluate all protests that comply with this Section. If the Engineer determines that a protest is valid, the Engineer will adjust the Contract Price and/or the Contract Time by an adjustment in accordance with Section 3.04.6 and 3.04.15(2). March 29, 2018 — General Conditions 3-28 City of Yakima 58 During the time when any protest is pending, the Contractor shall proceed promptly with the Work, as the Engineer orders in writing. The Contractor's failure to submit a protest in strict accordance with the requirements of this Section shall constitute a waiver of any claim for an adjustment to the Contract Time, the Contract Price, or other relief. 3.04.9 SUBCONTRACTORS AND SUBCONTRACTS 3.04.9(1) Contractor Responsibility Nothing contained in the Contract shall create any contractual or other relationship between the Owner and/or the Engineer and any Subcontractor or sub -subcontractor, and no performance undertaken by any such Subcontractor or sub -subcontractor shall, under any circumstances, relieve the Contractor of its obligations and responsibilities under the Contract. Prior to subcontracting any Work, the Contractor shall verify that every first tier Subcontractor meets the responsibility criteria stated below at the time of subcontract execution. The Contractor shall include these responsibility criteria in every subcontract, and require every Subcontractor to: 1. Possess any electrical contractor license required by 19.28 RCW or elevator contractor license required by 70.87 RCW, if applicable; 2. Have a certificate of registration in compliance with Chapter 18.27 RCW; 3. Have a current State unified business identifier number; 4. If applicable, have: a. Industrial insurance coverage for the bidder's employees working in Washington (Title 51 RCW); b. An employment security department number (Title 50 RCW); c. A state excise tax registration number (Title 82 RCW). 5. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or RCW 39.12.065(3); 6. Verify these responsibility criteria for every lower tier subcontractor at the time of subcontract execution; and 7. Include these responsibility criteria in every lower tier subcontract. March 29, 2018 — General Conditions 3-29 City of Yakima 59 3.04.9(2) Contractor Work Performance Requirement Work done by the Contractor's own organization shall account for at least 30 percent of the awarded Contract price. 3.04.9(3) Approval of Subcontractors The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment -the work requires. The Contractor shall require each subcontractor to comply with Section 3.03.4 and to furnish all certificates and statements required by the contract. Approval of a Subcontractor by the Owner shall not relieve the Contractor or Subcontractor of any obligations or responsibilities under the Contract. Any delays or other impacts caused by the failure of the Contractor to provide required information and obtain approval of any Subcontractor in a timely manner will not be considered as justification for additional compensation or an extension of the Contract Time. 3.04.9(4) Subcontracts Upon approval of Subcontractors by the Owner, the Contractor shall, if requested, provide the Owner with complete copies of all subcontracts entered into between the Contractor and any Subcontractor. Providing requested subcontracts to the Owner shall be a condition precedent to the Owner's obligation to make any progress payment to the Contractor. 3.04.9(5) Incorporation of Contract Every subcontract entered into by the Contractor shall expressly bind each Subcontractor to all of the terms and conditions of the Contract, which the Contractor shall incorporate into each subcontract by reference. 3.04.9(6) Replacement of Subcontractors Subject to the requirements of state and/or federal agencies having jurisdiction over MBE/WBE/DBE requirements applicable to the Work, should it become impossible for a Subcontractor to perform the Subcontractor's intended work, the Contractor shall submit the information required above for an alternate Subcontractor at least 10 days prior to the time that the Subcontractor is scheduled to begin work. The failure of any Subcontractor to perform its portion of the Work in a timely or workmanlike fashion is the sole responsibility of the Contractor. 3.04.10 MUTUAL RESPONSIBILITY OF CONTRACTORS The Owner reserves the right to perform other work on or near the Work site using its own forces and/or other contractors. The Contractor shall take all reasonable steps to coordinate its performance of the Work with the Owner and/or such other contractors and subcontractors. If, through acts of commission or omission on the part of the Contractor, any other contractor or any subcontractor shall suffer loss or damage with respect to the other work being performed by the Owner, the Contractor agrees to promptly settle with such other contractor or subcontractor by March 29, 2018 — General Conditions 3-30 City of Yakima 60 agreement or other dispute resolution process. The Contractor agrees to indemnify and hold harmless the Owner and the Engineer from all claims asserted against and liability incurred by the Owner or the Engineer resulting from disputes between the Contractor and any other contractor or any subcontractor or material supplier. The indemnification rights ofthe Owner and the Engineer include expenses such as, but not limited to, salaries/wages of employees and all other expenses relating to any mediation, litigation, or arbitration, including costs, consulting fees and attorneys' fees. If such other contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained by an act or omission of the Contractor or anyone for whose acts it may be liable, the Owner or the Engineer shall notify the Contractor, which shall defend, indemnify and save harmless the Owner and the Engineer against such claim. The coordination of the Work with other work by the Owner shall be taken into account by the Contractor as part of its site investigation obligations under Section 2.01.4, and all costs thereof shall be borne by the Contractor as part of the contract price for the Work. 3.04.11 RISK OF LOSS The Contractor shall have all risk of loss for all Work in progress, all materials, all equipment and all other items in any way relating to the Work through theft, fire, other casualty, act of God, or any other cause until the Contract Completion Date. 3.04.12 MEASUREMENT AND PAYMENT 3.04.12(1) General The Contract price for the Work, whether lump sum or unit prices, shall constitute full compensation for furnishing all facilities, labor, materials, appurtenances, and incidentals and performing all operations necessary to construct and complete all items ofthe Work in accordance with the Contract, notwithstanding that minor or incidental features of the Work may not be shown on the Contract Plans or Contract Provisions. 3.04.12(2) Measurement Measurement for all items shall be as specified in the Contract for unit price and lump sum price items. 3.04.12(3) Payment Payment for all of the Work will be made at the lump sum or unit contract price as set forth in the Contract. Payment of the contract price shall constitute full compensation for the complete performance of all of the Work. 3.04.12(4) Access to Books and Records The Contractor shall, whenever so requested, give the Owner and/or the Engineer access to all invoices, bills of lading and other documents relating to the Work. The Contractor shall, without March 29, 2018 — General Conditions 3-31 City of Yakima 61 charge, provide personnel and measures and scales with adequate capacity for measuring or weighing any materials or other items paid for on a unit price basis. 3.04.12(5) Progress Payment Estimates Progress payment estimates shall be prepared by the Engineer and reviewed by the Contractor and will be submitted with the Engineer's recommendation to the Owner for its approval on the first day of the month for all Work completed through the 26th day of the preceding month, unless otherwise agreed upon by the Owner, the Engineer and the Contractor. The Engineer will prepare progress payment estimates as accurately as available info-rmation perm -its. The Owner will make no payment under the Contract for the Work performed until the "Statement of Intent to Pay Prevailing Wages," in accordance with RCW 39.12.040, is submitted to the Engineer, including Subcontractor wage rates. In general, each progress payment will be based upon the payment schedule and the value of Work performed during the preceding pay period. Before the final progress payment estimate is prepared, all quantities will be reviewed by the Engineer. 3.04.12(6) Payment for Materials on Hand The Owner may reimburse the Contractor for 90 percent of the invoice amount of materials and equipment purchased before their incorporation into the work if properly stored on or near the Work site. Invoices for equipment and materials will be verified and approved by the Engineer. Each invoice shall be sufficiently detailed to enable the Engineer to determine actual costs. Payment for materials on hand shall not exceed the total contract cost of the contract item. Payment will not be made for granular materials, forming materials, consumables, nails, tie wire, etc. Payment will not be made for materials for any invoice that is less than $2,000.00 or for freight bills and similar items. Payment for equipment or materials on hand shall not constitute acceptance ofthe equipment or materials. Equipment and materials will be rejected if found to be faulty, even if payment for it has been made. 3.04.12(7) Payments Withheld The Engineer may decide not to recommend approval of all or a portion of a progress estimate, and/or the Owner may decide to withhold from a progress estimate an amount sufficient to protect the Owner from loss because of: a. Defective Work not remedied; b. Third -party claims or reasonable evidence indicating the probability that a third - party claim will be asserted; c. Failure ofthe Contractor to make timely and proper payments to Subcontractors or for labor, materials or equipment; d. Reasonable evidence that the Work cannot be completed for the unpaid balance of the contract price; e. Damage to the Owner or another contractor; March 29, 2018 — General Conditions 3-32 City of Yakima 62 f. Reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance of the contract price will not be adequate to cover actual or liquidated damages for the anticipated delay; g. Repeated failure by the Contractor to comply with the directions of the Owner or the Engineer or to carry out the Work in accordance with the Contract; h. Other appropriate reasons necessary to protect the Owner. 3.04.12(8) Payment Upon Correction of Deficiencies When the reason or reasons for withholding payment are resolved, payment will be made for amounts previously withheld. 3.04.12(9) Final Payment After final inspection (Section 3.04.16(2)) of the Work and a determination by the Engineer that the Physical Completion Date has been achieved, the balance of the Contract price due to the Contractor will be paid based upon the final estimate by the Engineer and presentation of a Final Contract Voucher Certification signed by the Contractor. The Final Contract Voucher Certification shall be deemed to be a release of all claims of the Contractor unless a claim is filed in accordance with the requirements of Section 3.05 and is expressly excepted from release in the Contractor's Final Contract Voucher Certification. The date the Owner signs the Final Contract Voucher Certification constitutes the Contract Completion Date in accordance with Section 3.04.16(3). If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required in order to achieve the Contract Completion Date, the Owner reserves the right to establish a completion date (for the purpose of meeting the requirements of RCW 39.08 and RCW 60.28) and unilaterally accept the Work. Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a completion date and unilateral final acceptance will be provided by certified letter from the Owner to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period will begin on the date the certified letter is received by the Contractor. The date on which the Owner unilaterally signs the Final Contract Voucher Certification shall constitute the Contract Completion Date under Section 3.04.16(3). The Owner shall have the right to unilaterally establish a Contract Completion Date when either (1) the Physical Completion Date for the Work has been achieved in accordance with Section 3.04.16(2), or (2) the Owner terminates the contract in accordance with Section 3.07. Unilateral establishment of the Contract Completion Date by the Owner shall not in any way relieve the Contractor of any liability for failing to comply with the Contract or from responsibility for compliance with all federal, state, tribal, or local laws, ordinances, and regulations that affect the Work. March 29, 2018 — General Conditions 3-33 City of Yakima 63 Payment to the Contractor of partial or final payment estimates and retained percentages shall be subject to applicable laws. 3.04.13 WORK HOURS Except in the case of emergency or unless otherwise approved by the Owner, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstructian conference or priortothe Contractor commencing -the Work. Written permission from the Engineer is required, if a Contractor desires to perform Work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8-hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Owner's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Owner or Engineer. These conditions may include but are not limited to: • 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 Owner's material testing lab; inspectors; and other Owner employees when in the opinion of the Engineer, such Work necessitates their presence. • Requiring the Contractor to reimburse the Owner all the costs in excess of straight time costs for the Owner's representatives who work during such times. These costs shall be deducted from amounts due or to become due to the Contractor. • Considering the Work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • 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. March 29, 2018 — General Conditions 3-34 City of Yakima 64 3.04.14 CONTRACT TIME The Contract Time shall begin on the first working day following the 10th calendar day after the issuance of the written Notice to Proceed or the first day on which the Contractor begins to perform Work on the site, whichever occurs first. Time is of the essence of the Contract. All of the Work shall be completed within the time limits set forth in the Contract, and the Contractor's unexcused failure to do so shall result in the assessment of liquidated damages as provided in the Contract. The Contractor shall complete all of the physical Work within the number of working days that are specified as the Contract Time. Every day will be counted as a working day unless it is a non -working day or the Engineer determines the day to be an unworkable day. A non -working day is a Saturday, a Sunday, a day on which the Contract suspends work, or one of the following holidays: January 1st; the third Monday of January; the third Monday of February; Memorial Day; July 4th; Labor Day; November 11th; Thanksgiving Day; the day after Thanksgiving; and Christmas. Whenever any of these holidays falls on a Sunday, the following Monday shall be counted a non -working day. When the holiday falls on a Saturday, the preceding Friday shall be counted a non -working day. The days between December 25th and January 1' will be classified as nonworking days, provided that the Contractor actually suspends performance ofthe Work. An unworkable day is defined as a partial or whole day that the Engineer determines to be unworkable because of weather, conditions caused by the weather, or such other conditions beyond the control ofthe Contractor that prevent the satisfactory and timely performance ofthe Work, and such performance, if not hindered, would have otherwise progressed toward physical completion of the Work. Each working day shall be charged to the Contract Time as it occurs until the Work is physically complete. If requested by the Contractor in writing, the Engineer will provide the Contractor with a weekly statement that shows the number of working days: (1) charged to the Contract Time the week before; (2) specified for the substantial and physical completion of the Contract Time; and (3) remaining to achieve the substantial and physical completion of the Contract. The statement will also show the nonworking days and any partial or whole days that the Engineer declares to be unworkable. If the Contractor disagrees with any statement issued by the Engineer, the Contractor shall submit a written protest within 10 calendar days after the date of the statement. The protest shall be sufficiently detailed to enable the Engineer to ascertain the basis for the dispute and amount of time disputed. Any statement that is not protested by the Contractor as required in this Section shall be deemed as having been accepted as correct. If the Contractor elects to work 10 hours a day 4 days a week (a 4-10 schedule), the fifth day of that week will be charged as a working day if that day would be chargeable as a working day if the Contractor had not elected to utilize a 4-10 schedule. March 29, 2018 — General Conditions 3-35 City of Yakima 65 3.04.15 CONSTRUCTION SCHEDULE 3.04.15(1) Progress Schedule a. Within 5 days after the date the Contract is executed, the Contractor shall submit to the Engineer four copies of a preliminary progress schedule covering the first 90 days ofthe Work. Within 30 days after the Contract is executed, the Contractor shall submit to the Engineer four copies of a comprehensive critical path method progress schedule and analysis for the entire Work. The preliminary progress schedule may consist of a bar graph or arrow diagram and shall show the time the Contractor intends to start and complete various Work activities. No progress payments will be made until the required progress schedules have been submitted in a form acceptable to the Engineer. b. Each week the Work is performed, the Contractor shall submit a Weekly Look - Ahead Schedule showing the Contractor's and all the Subcontractors' proposed Work activities for the next two weeks. The Weekly Look Ahead Schedule shall include the description, duration and sequence of Work, along with the planned hours of Work. This schedule may be network schedule, bar chart, or other standard schedule format. The Weekly Look -Ahead Schedule shall be submitted to the Engineer by the mid -point ofthe week preceding the scheduled Work or some other mutually agreed upon submittal time. c. The comprehensive progress schedule shall include a brief explanation of the schedule submitted, together with an analysis showing the following: i. The percentage of each Work activity completed; ii. The anticipated Substantial Completion Date, Physical Completion, and Contract Completion Date; iii. A description of anticipated problem areas that may impact the schedule; iv. A description of any current factors that are impacting the schedule and the affect of each; v. An explanation of corrective actions taken or proposed. d. The Contractor shall promptly, and in no event more than 7 days following the occurrence of any of the events described below, submit to the Engineer a revised schedule: i. A Change Order affects the Contract Time or the sequence of Work activities; ii. The progress of any activity on the critical path falls behind schedule or progresses significantly ahead of schedule; March 29, 2018 — General Conditions 3-36 City of Yakima 66 iii. A delay in the progress of a non -critical activity results in a change to the critical path for the Work; iv. The Contractor elects to change the sequence of any activities affecting the critical path. e. The original and all supplemental progress schedules shall not conflict with any time and order -of -work requirement in the Contract. f. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide the information required in this section, the Owner may withhold progress payments until a schedule containing the required information has been submitted by the Contractor and accepted by the Engineer. g. The Contractor shall comply with other progress schedule requirements that are further defined in the Specifications. h. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Owner. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the Contract. 3.04.15(2) Extensions of the Contract Time a. The Contractor specifically waives claims for damages for any hindrance or delay, excepting unreasonable delays caused by the Owner. In lieu thereof, the Contractor will be granted equitable extensions of the Contract Time for which liquidated damages will not otherwise be claimed by the Owner under the following circumstances: i. A delay caused by any suit or other legal action against the Owner will entitle the Contractor to an equivalent extension of time, unless the period of such delay exceeds 90 calendar days. When such period is exceeded, the Owner will, upon written request of the Contractor, either negotiate a termination of the Contract or grant a further extension of the Contract Time, whichever is in the best interests of the Owner. ii. If the volume of specified unit price work is increased over the estimated volume utilized in the Proposal at the time of the Award for reasons beyond the control of the Contractor, and the increased volume delays the Contractor's performance of the Work, the Contractor will be granted an equivalent extension of the Contract Time as determined by the Engineer. As a condition precedent to entitlement to an adjustment of the Contract Time, Contractor must meet the claim notice provisions ofParagraph 3.04.6 herein. Failure to provide timely notice of claim shall be deemed a complete waiver of entitlement to an extension of time. March 29, 2018 — General Conditions 3-37 City of Yakima 67 iii. Should any other unforeseen condition occur that is beyond the reasonable control of Contractor, requires more time for the Contractor to complete the performance of the Work by the Substantial Completion Date, the Contractor shall notify the Owner and the Engineer in writing prior to the performance of such Work, and in any event within 10 calendar days after the occurrence of the unforeseen condition. The notice shall set forth in detail the Contractor's estimate of the required time extension. The Owner will allow such equitable extension of the Contract Time that the Engineer determines to -be appropriate. Failure to complete with the- claim not -ice provisions required by the Contract shall be deemed a complete waiver of any entitlement to adjustment of the Contract Time. 3.04.15(3) Liquidated Damages a. The Contractor acknowledges that the Owner will suffer monetary damages in the event of an unexcused delay in the Substantial Completion Date and the Physical Completion Date of the Work. If the Contractor fails, without excuse under the Contract, to complete the Work within the Contract Time, or any proper extension thereof granted by the Owner, the Contractor agrees to pay to the Owner the amount specified in the Proposal form, not as a penalty, but as liquidated damages for such breach of the Contract, for each day that the Contractor shall be in default after the time stipulated for the Substantial Completion Date and the Physical Completion Date of the Work. b. The amount of liquidated damages is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is specifically agreed to be a reasonable approximation of damages that the Owner would sustain as a result of an unexcused delay in the Substantial Completion Date and the Physical Completion Date; said amount may be retained from time to time by the Owner from current progress payments. 3.04.16 COMPLETION AND ACCEPTANCE OF THE WORK 3.04.16(1) Substantial Completion Date a. When the Contractor considers the Work to be substantially complete and ready for its intended purpose, the Contractor shall notify the Engineer in writing and include an itemized list of remaining Work to be completed. On the Substantial Completion Date, the Owner shall have full and unrestricted use and benefit of all of the facilities that comprise the Work, both from an operational and safety standpoint, with only minor incidental work, replacement of temporary substitute facilities, or correction or repair of work remaining for the physical completion of the total Work. March 29, 2018 — General Conditions 3-38 City of Yakima 68 b. If the Engineer determines that the Work is not substantially complete, it will so notify the Contractor in writing identifying those items of the Work that shall be completed by the Contractor in order to achieve the Substantial Completion Date. c. If the Engineer believes that the Work is substantially complete, the Engineer will meet with the Contractor to: (1) prepare a list of incomplete or unsatisfactory items of the Work that shall be completed or corrected; (2) define the division of responsibility between Owner and Contractor with respect to security, operation, maintenance, heat, utilities, insurance, etc., for the facilities; and (3) describe any other issues related to approval of the substantially completed Work. Upon reaching agreement with the Contractor, the Engineer will notify the Owner that, in its opinion and based on the information supplied by the Contractor, the Work is substantially complete, listing the items of incomplete Work, defining the division of responsibilities for the facilities, and setting forth any other terms related to final completion and acceptance. d. The Owner, who has sole authority to make the determination of the Substantial Completion Date, will review the Engineer's recommendation that the Work is substantially complete and, if it concurs, will instruct the Engineer to notify the Contractor that the Work is accepted as being substantially complete. Except for any portion(s) of Work specified for early completion or required by the Owner for early possession, substantial completion will not occur for any portion of the Work until the entire Work is ready for possession and use. The approval notice will include a list of incomplete Work items, establish the Substantial Completion Date, and describe any other terms relating to such approval. The Contractor shall acknowledge receipt of the approval notice in writing, indicating acceptance of all of its terms and provisions. e. The date of Substantial Completion, as determined by the Engineer and agreed to by the Owner, shall be the date for the beginning of the warranty period. f. Subsequent to the Substantial Completion date, the Owner may exclude the Contractor from the Work during such periods when construction activities might interfere with the operation of the Project. The Owner, however, shall allow the Contractor reasonable access for completion of incomplete punch list items. 3.04.16(2) Physical Completion Date a. The Contractor shall complete all physical Work within the Contract Time. b. Upon physical completion of the Work, including completion of all corrective Work described in Section 3.04.16(1) above and the submission of all required record drawings, operation and maintenance manuals, manufacturers' affidavits, software and programming, and other items required by the Contract, the Contractor shall notify the Engineer in writing that the Work is physically complete. Upon receipt of the notification, the Engineer will determine if the Work is physically complete in accordance with the Contract. If the Engineer determines March 29, 2018 — General Conditions 3-39 City of Yakima 69 that any materials, equipment, or workmanship do not meet the requirements of the Contract, the Engineer will prepare a list of such items and submit it to the Contractor. Following the satisfactory completion of the corrective Work by the Contractor, the Engineer will notify the Owner that the Work is physically complete in accordance with the requirements of the Contract. c. The Engineer, with the concurrence of the Owner, will give the Contractor written notice of the Physical Completion Date for all of the Work. The Physical Completion Date shall not constitute the Owner's acceptance of the Work. 3.04.16(3) Contract Completion Date (Acceptance of the Project) a. When all of the Contractor's obligations under the Contract have been performed satisfactorily, the Owner will provide the Contractor with written notice of the Contract Completion Date. The following events shall occur in order for the Contractor to achieve the Contract Completion Date: 1. The Contractor shall have achieved the Substantial Completion Date and the Physical Completion Date for the Work; and 2. The Contractor shall furnish all documentation required by the Contract and required by law. The documents shall include, but are not limited to, the following: Complete and legally effective releases and/or waivers of liens or bond or retainage claims in a form acceptable to the Owner. Subject to prior approval of the Owner, the Contractor may, if approved by the Owner, submit in lieu of the lien or claims releases and waivers: (1) receipts showing payment of all accounts in full; (2) an affidavit that the release and receipts cover all labor, services, materials, and equipment for which a lien or other claim could be filed and that all payrolls, material, and equipment bills and other indebtedness connected with the Work for which the Owner or the Owner's property might in any way be responsible, have been paid; and (3) the consent of the surety, if any, to final payment. If any Subcontractor or supplier fails to furnish a release waiver or receipt in a form satisfactory to the Owner, the Contractor may be permitted by the Owner to furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any lien or similar claim; ii. Certified Payrolls (Federal Aid projects or if requested); iii. Final Contract Voucher Certification. iv. Affidavits of Wages Paid for the Contractor and all subcontractors must be submitted to the Owner. March 29, 2018 — General Conditions 3-40 City of Yakima 70 b. The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor ofthe responsibility to indemnify, defend, and protect the Owner against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. Final acceptance shall not constitute acceptance of any unauthorized or defective work or material. The Owner shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material. 3.04.16(4) Use of Completed Portions of the Work The Owner reserves the right to use and occupy any portion of the Work which has been completed sufficiently to permit partial use and occupancy, and such partial use and occupancy shall not be construed as an acceptance ofthe Work as a whole or any part thereof. Any claims that the Owner may have against the Contractor shall not be deemed to have been waived by such partial use and occupancy. 3.04.16(5) Waiver of Claims by Contractor The Contractor's acceptance of the fmal payment from the Owner constitutes an irrevocable and complete waiver of any and all claims against the Owner under the Contract or otherwise arising from the Work, except for those claims that have been properly identified in writing in advance of final payment, and for which timely and sufficient prior written notice has been given, all in accordance with the Contract. 3.04.17 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The Owner's final payment to the Contractor shall not relieve the Contractor of responsibility for faulty materials, equipment or workmanship. The Contractor shall promptly repair or replace any such defects discovered within the warranty or other applicable limitations period. 3.04.18 RETAINAGE 1. Pursuant to RCW 60.28, there will be retained from monies earned by the Contractor on progress estimates a sum not to exceed 5 percent of the monies earned by the Contractor. Such retainage shall be used as a trust fund for the protection and payment (1) to the State with respect to taxes imposed pursuant to RCW Title 82, which may be due from such Contractor, and (2) the claims of any other person or entity arising under the Contract or RCW 60.28. March 29, 2018 — General Conditions 3-41 City of Yakima 71 2. Monies retained pursuant to RCW 60.28 shall, at the option of the Contractor, be: a. Retained in a fund by the Owner; b. Deposited by the Owner in an interest -bearing account in a bank, mutual savings bank, or savings and loan association (interest on monies so retained may be paid to the Contractor); c. Deposited by the Owner in an escrow (interest -bearing) account in a bank, mutual saving bank, or savings and loan association (interest on monies so retained shall be paid to the Contractor). Deposits are to be in the name of the Owner and are not to be allowed to be withdrawn without the Owner's written authorization. The Owner will issue a check representing the sum of the monies reserved, payable to the bank or trust company; d. In choosing option (b) or (c), the Contractor agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retainage in securities. At the time the Contract is executed the Contractor shall designate the option desired. 3. Release of retainage will be made within the statutory period following the last date for filing of claims pursuant to RCW Chapter 60.28, provided that the following conditions are met: a. A release has been obtained from the Washington State Department of Revenue; b. A "Certificate of Payment of Contributions Penalties and Interest on Public Works Contract" is received from the Washington State Employment Security Department; c. The Washington State Department of Labor and Industries indicates the Contractor is current on the payment of industrial insurance and medical aid premiums; d. All claims by the Owner against the Contractor have been resolved; e. No claims have been filed against the retained percentage; f. All required "Affidavits of Wages Paid" are on file with the Owner for the Contractor and all Subcontractors, regardless of tier; 4. In the event that claims are filed against the retainage, the Contractor will be paid the retained percentage less an amount sufficient to pay all such claims, together March 29, 2018 — General Conditions 3-42 City of Yakima 72 with a sum determined by the Owner to be sufficient to pay the costs of foreclosing on claims and to attorneys' fees, all in accordance with applicable law. 3.05 DISPUTES AND CLAIMS 3.05.1 DISPUTES When disputes occur, the Contractor shall pursue resolution through the Engineer. The Contractor shall follow the notice and protest procedures outlined in Section 3.04. If negotiation using the procedures outlined in Section 3.04 fails to provide satisfactory resolution, the Contractor shall pursue the more formalized method set forth in Section 3.05.2 for submitting claims. 3.05.2 CLAIMS If the Contractor contends that additional payment is due, has provided timely notices and protests as required by Section 3.04, and the Contractor has pursued and exhausted all of the means provided in that section to resolve the dispute, the Contractor may submit a claim as provided in this Section. Any claim for an increase in the Contract Price or for an extension of the Contract Time by the Contractor is waived if the written notifications and protests required in Section 3-04 have been not provided, or if the Engineer is not afforded reasonable access to the Contractor's complete records relating to the claim, as required by Section 3-04.8, or if a claim is not submitted in accordance with the requirements of this Section. The fact that the Contractor has provided proper notification, properly submitted a claim, or provided the Engineer with access to records, shall not in any way be construed as proving or substantiating the validity of the claim. If, after consideration by the Owner, the claim is found to have merit, the Owner will make an equitable adjustment to either the Contract Price, the Contract Time, or both. If the Owner finds the claim to be without merit, no adjustment will be made. All claims submitted by the Contractor shall be in writing and in sufficient detail to enable the Engineer to ascertain the basis for and amount of the claim. All claims shall be submitted to the Engineer in the manner in Section 3.03.6. The following information shall accompany each claim submitted: 1. A detailed factual statement of the basis for the claim for additional compensation and/or extension of time, including all relevant dates, locations, and items of work relating to the claim. 2. The date on which the events occurred that give rise to the claim. 3. The name of each person involved in or having knowledge about the claim. 4. The specific provisions of the Contract which support the claim and a statement of the reasons why such provisions support the claim. 5. If the claim relates to a decision of the Engineer that the Contract leaves to the Engineer's discretion or as to which the Contract provides that the Engineer's March 29, 2018 — General Conditions 3-43 City of Yakima 73 decision is final, the Contractor shall set out in detail all facts supporting its position relating to the decision of the Engineer. 6. The identification of any documents and the substance of any oral communications that support the claim. 7. Copies of any identified documents, other than Owner documents and documents previously furnished to the Owner by the Contractor, that support the claim (manuals which are standard to the industry may be included by reference). 8. If an extension of the Contract Time is sought: a. The specific days and dates for which the extension is sought; b. The specific reasons why the Contractor believes a time extension should be granted; c. The specific provisions of Section 3-04.15(2) under which the time extension is sought; and d. An analysis of the Contractor's progress schedule, demonstrating the reasons why a time extension should be granted. 9. If additional compensation is sought, the exact amount sought and a breakdown of that amount into the following categories: a. Labor; b. Materials; c. Direct equipment. The actual cost for each piece of equipment for which a claim is made, or, in the absence of actual cost, the rates established by the AGC/WSDOT Equipment Rental Agreement which was in effect when the Work was performed. The amounts claimed for any piece of equipment shall not exceed the rates established by the Equipment Rental Agreement, even if the actual cost for such equipment is higher. The Owner may audit the Contractor's cost records, as provided in Section 3.06, to determine actual equipment costs. The following information shall be provided for each piece of equipment: i. Detailed description (e.g., make, model, year, diesel or gas, size of bucket); ii. The hours of use or standby; and iii. The specific day and dates of use or standby. d. Subcontractor claims (in the same level of detail as specified herein); and e. Other information as requested by the Engineer or the Owner. March 29, 2018 — General Conditions 3-44 City of Yakima 74 10. A notarized statement containing the following language: Under the penalty of law for perjury or falsification, the undersigned, (name) (title) of (company) hereby certifies that the claim for extra compensation and time, if any, made herein for work on this Contract is a true statement of the actual costs incurred and time sought, and is fully documented and supported under the contract between the parties. Dated /s/ Subscribed and sworn before me this day of Notary Public My Commission Expires: It will be the responsibility of the Contractor to keep full and complete records of the costs and additional time incurred with respect to any claim. The Contractor shall permit the Engineer to have access to those records and any other records and documents as may be required by the Engineer to determine the facts or contentions involved in the claim. The Contractor shall retain all records and documents in any way relating to the Work for a period of not less than three years after the Contract Completion Date. The Contractor shall in good faith attempt to reach a negotiated resolution of all claims with the Engineer or its designee. The Contractor's failure to submit with the Final Contract Voucher Certification a list of all claims, together with the information and details required by this Section shall operate as a waiver of the claims by the Contractor, as provided in Section 3.04.12(9). If the Contractor submits a claim in full compliance with all the requirements of this Section, the Owner will respond in writing to the claim as follows: 1. Within 45 calendar days from the date the claim is received by the Owner, if the claim amount is less than $100,000; 2. Within 90 calendar days from the date the claim is received by the Owner, if the claim amount is equal to or greater than $100,000; or March 29, 2018 — General Conditions 3-45 City of Yakima 75 3. If these time periods are unreasonable due to the complexity of the claim, the Contractor will be notified within 15 calendar days from the date the claim is received by the Owner of the amount of time which will be necessary for the Owner to evaluate the claim and issue a response. Full compliance by the Contractor with the provisions of this Section is a condition precedent to the Contractor's right to seek commence a lawsuit or pursue other legal remedies. 3.05.3 TIMELINE AND JURISDICTION 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 Owner arising from the Contract shall be brought within 180 calendar days from the date of Physical Completion (Section 3.04.16(2)) of the Contract by the Owner; 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 Owner headquarters is located, provided that where 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 Owner arising from the Contract are filed with the Owner or initiated in court, the Contractor shall permit the Owner to have timely access to any records deemed necessary by the Owner to assist in evaluating the claims or action. 3.05.4 CONTINUATION OF WORK PENDING RESOLUTION OF DISPUTES The Contractor shall expeditiously carry on the Work, adhere to the progress schedule, and comply with all written directives ofthe Owner or the Engineer regardless of any dispute or claim that may exist between the Owner and the Contractor. No Work shall be delayed or postponed pending resolution of any dispute or claim. Failure or refusal of the Contractor to comply with the written directives of the Owner or the Engineer shall constitute a material breach of the Contract and immediately constitute grounds for the Owner to withhold payments to the Contractor, suspend the Work or terminate the Contract. Notice under this Section shall be in accordance with other provisions ofthe Contract. 3.06 AUDITS If the Contractor requests an equitable adjustment to either the Contract price or the Contract Time, the Owner shall have the right to audit the Contractor's books, records, other documents, and accounting practices and procedures, and to inspect the Contractor's plant, equipment and facilities to examine all facts and verify all direct and indirect costs of whatever nature claimed to have been incurred or are anticipated to be incurred. The right to audit encompasses all subcontracts and is binding upon Subcontractors. All subcontracts that the Contractor enters into shall contain a clause allowing the Owner to audit all Subcontractor books, records, other documents, and accounting practices and procedures, and to inspect the Subcontractor's plant, equipment and facilities. All audits shall be performed by auditors of the Owner during normal working hours at the Contractor's or Subcontractor's office or any other location mutually agreed upon. The Contractor March 29, 2018 — General Conditions 3-46 City of Yakima 76 shall cooperate fully with the auditor and shall make available all required information. Failure to cooperate or provide requested information shall be grounds for denial of the claim. 3.07 SUSPENSION OF WORK AND TERMINATION OF CONTRACT 3.07.1 SUSPENSION OF WORK 1. The Owner or the Engineer may order suspension of all or any part of the Work if: a. Unsuitable or other conditions that are beyond the reasonable control of the Contractor exist or arise that prevent satisfactory and timely performance of the Work; or b. The Contractor fails to comply with written directives by the Owner or the Engineer to correct deficiencies in its performance of the Work; or c. It is in the public interest. 2. If the Contractor believes that suspension of performance of all or any part of the Work is occasioned by any wrongful act or omission of the Owner, the Contractor shall notify the Engineer in writing within 10 calendar days following the beginning of the suspension of the Contractor's intent to seek an equitable adjustment in the Contract Time or the Contract price. 3. If the Contractor believes that the suspension of performance of all or part of the Work has continued for an unreasonable period of time, the Contractor shall give written notice to the Engineer of its intention to seek an equitable adjustment in the Contract Time or the Contract price. In the event that an equitable adjustment is allowed, no adjustment shall be allowed for any time lost or costs incurred more than 10 calendar days before delivery of the written notice to the Engineer. 4. If the Engineer determines that the suspension is for reasons set forth in Subsection a. above, an equitable adjustment will be made in the Contract Time but not the Contract price. If the Engineer determines that the suspension is for reasons set forth in Subsection b. above, no adjustment shall be made in the Contract Time or the Contract Price. 3.07.2 TERMINATION FOR DEFAULT 1. The Owner may terminate the Contract for default, effective seven days following delivery of written notice of default to the Contractor, if the Contractor: a. Refuses or fails to supply enough properly skilled laborers or conforming materials to complete the Work in a timely manner; b. Refuses or fails to prosecute the Work with such diligence as will ensure its physical completion by the Physical Completion Date; March 29, 2018 — General Conditions 3-47 City of Yakima 77 c. Performs work which deviates from the requirements of the Contract and refuses or fails to correct the non -conforming work; d. Fails to make prompt payment to Subcontractors and/or suppliers for labor or materials; e. Fails to comply with laws, ordinances, rules, regulations or orders of a public authority having jurisdiction; or f. Otherwise fails to follow written directives of the Owner or the Engineer or is in default of a material provision of the Contract. 2. If the Contractor abandons the Work for any cause other than failure of the Owner to make monthly progress payments for Work properly performed, or if the Contractor refuses to comply with requirements of the Contract, the Owner has the additional right to notify the Contractor's performance bond surety and require the surety to complete the Work in accordance with the Contract. 3.07.3 TERMINATION FOR CONVENIENCE OF THE OWNER The Owner may by written notice terminate the Contract at any time in whole or in part, without cause, and except where termination is due to the Contractor's default, the Owner shall pay the Contractor that portion of the Contract price corresponding to the acceptable Work completed to the Owner's satisfaction, together with reasonable costs, as determined in the sole discretion ofthe Owner, necessarily incurred by the Contractor in terminating the remaining portion of Work, less any payments made before termination. In no event shall the Owner be required to pay the Contractor any amount in excess ofthe completed portion Contract price. The Owner shall not be required to pay the Contractor any amount for consequential damages including but not by means of limitation lost or anticipated profits on Work that is not performed as a result of termination. 3.07.4 RESPONSIBILITY OF THE CONTRACTOR AND SURETY Termination of the Contract shall not relieve the Contractor of any responsibilities under the Contract for Work performed. Nor shall termination of the Contract relieve the sureties of their obligations under the bonds required or permitted by the Contract or applicable law. March 29, 2018 — General Conditions 3-48 City of Yakima 78 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS SECTION DESCRIPTION PAGE Division 1 01110 01160 01200 01290 01300 01310 01320 01385 01500 01505 01510 01520 01530 01720 01740 01800 01900 Division 2 02225 General Technical Requirements Summary of Work 01110-1 Regulatory Requirements 01160-1 Measurement and Payment 01200-1 Schedule of Values 01290-1 Submittals 01300-1 Project Meetings 01310-1 Progress Schedules 01320-1 Video Recording 01385-1 Temporary Facilities 01500-1 Mobilization and Demobilization 01505-1 Maintenance of Treatment Facility 01510-1 Field Offices and Storage Sheds 01520-1 Temporary Bypass Pumping 01530-1 Record Drawings 01720-1 Cleanup 01740-1 Testing, Commissioning, and Training 01800-1 Salvage and Demolition 01900-1 Sitework Biosolids Removal, Transport, and Utilization 02225-1 Division 3 through 6 Not Used. Division 7 07900 Division 8 08560 Division 9 09900 Division 10 Not Used. Division 11 Equipment 11000 Equipment General Provisions 11000-1 Thermal and Moisture Protection Caulking and Sealants 07540-1 Doors and Windows Aluminum Windows 08560-1 Finishes Painting 09900-1 Specialties i City of Yakima 79 Division 12 through 14 Not Used. Division 15 Mechanical 15050 Piping Systems 15050-1 15066 Pipe and Conduit Support System 15066-1 15100 Valves 15100-1 Division 16 Not Used. Electrical ii City of Yakima 80 SECTION 01110 SUMMARY OF WORK PART 1 GENERAL 1.1 SCOPE OF WORK The work specified in this Section consists of furnishing all labor, materials, and equipment necessary for construction of the Wastewater Treatment Facilities Digester Cleaning Project, as shown on the Plans, and hereinafter specified, at the existing Yakima Wastewater Treatment Facility. Work shall include, but not be limited to, the following: A. Remove and wastehaul all material remaining within Secondary Digesters Nos. 1, 2 and 3 after completion of the Owner's draining operations to an acceptable waste handling facility. B. Clean the interior of Secondary Digesters No. 1, 2, and 3. C. Furnish and install temporary piping to allow Secondary Digesters No. 1 and 2 to be operated as temporary Primary Digesters by recirculating the contents of these digesters through the existing heat exchangers. Modify existing piping within the Primary Digester Control Building and the Secondary Digester Building as required to connect the temporary piping. Maintain and remove temporary piping necessary to maintain WWTF operations as noted above. D. Remove and wastehaul all material remaining within Primary Digester 1 after completion of the Owner's draining operations to an acceptable waste handling facility. E. Clean, prepare, and coat the interior of Primary Digester 1. F. Replace existing exterior windows at the Secondary Digester Building. G. Furnish and install piping modifications within both the Primary Digester Control Building and the Secondary Digester Building. H. Additive Item No. 1 includes replacing existing plug valves noted in the Plans with new knife gate valves. The item also includes furnishing new knife gate valves to the temporary piping arrangement as shown on the Plans. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O # 17042.03 01110-1 City of Yakima 81 I. Furnish and install all required piping and appurtenances. J. Provide testing, commissioning, and training as specified herein. K. Provide all associated work as shown on the Plans and specified herein, for a complete and workable system. 1.2 PROJECT INFORMATION The Contract Documents show the location, arrangement, and type of work to be performed under the proposed project. The Contractor shall be responsible for proper notification to and coordination with all utility districts, service districts, and all other persons and services that will be affected by this project at least one week in advance of beginning any construction that affects them. It is the intent and purpose of these Contract Documents to have constructed complete facilities in good working order for the least practical cost to the Owner. Suggestions, recommendations, as well as inquiries from the Contractor that will serve this purpose are welcome and will be given consideration by the Owner and the Engineer. 1.3 CONTRACTOR USE OF SITE AND PREMISES Construction operations shall be limited to the areas noted on the Plans and subject to the approval of the Engineer and/or Owner. The Contractor shall allow representatives of the funding and regulatory agencies access to the project site at all times. 1.4 ORDER OF WORK The order of work will be at the option of the Contractor, except as noted below, in keeping with good construction practice, time restrictions, requirements of the permits applicable to this project, and the order of work as outlined herein, all costs of which shall be included in the various bid amounts. The Contractor shall conduct the order of work to allow the existing facilities to remain operational during the construction of the Project and shall coordinate all of his activities through the Engineer with the Owner's operations and maintenance staff. The Contractor shall provide a written plan of activities to the Engineer and Owner each Thursday for the following week, for review and coordination with existing facility operations. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01110-2 City of Yakima 82 The implementation of any measure required to protect the environment shall supersede any order of work designated within these Specifications. The Contractor shall meet the conditions as outlined in any and all permits and requirements of the Federal, State, County, and City regulatory agencies. The Contractor shall keep the disruption of the existing facility operations to a minimum. Access to the existing operations areas shall be maintained. Disruption of this access shall be kept to a minimum and must be prearranged and scheduled through the Engineer with the Owner's operations and maintenance staff. The following summary shall be used as a general guideline of the construction tasks to be performed. The tasks are generally listed in the order of completion. The tasks, however, can be completed in a different order than listed herein, including performance of two or more tasks concurrently. The Contractor shall prepare a complete project schedule, which shall be provided in accordance with the limitations specified herein. A. SUBMITTALS & PLANNING The Contractor shall compile and provide several key submittals, including planning documents, schedules, and temporary piping layout drawings, to the Engineer for review. These submittals are required prior to initiation of the work and are critical to identifying potential issues with the project work and timing. B. TEMPORARY PIPING INSTALLATION The Contractor can begin installation of the temporary piping as shown on the Plans and as specified herein at any time after approval of the temporary piping submittal. The new tee connections of the temporary recirculation piping to the existing lower digester connection piping will need to be installed when the respective Secondary Digester is empty. Temporary piping will be used to facilitate the sludge operations required to maintain compliance with existing permits regarding sludge digestion periods. C. SECONDARY DIGESTER MODIFICAITONS The Owner will drain Secondary Digester 3 down to the level noted in Specification Section 02225, at which time the remaining material will be turned over to the Contractor. The Contractor shall remove the remaining material, then clean the interior of Secondary Digester 3. The City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O # 17042.03 01110-3 City of Yakima 83 Contractor's work to remove material from Secondary Digester 3 can begin at any time after the Owner has drained the digester to the level noted above. The Contractor shall provide the Owner with written notification to begin work at least 14 calendar days before starting and shall allow the Owner up to five calendar days to drain the digester prior to beginning this work. Once all material has been removed Secondary Digester 3 has been cleaned, the Contfactor shall allow -the -Owner one working day in order to inspect the existing connecting piping and digester interior. The Contractor's work to remove material from Secondary Digesters 1 and 2 can begin at any time after Secondary Digester 3 has been cleaned, inspected, and accepted. The Owner will drain Secondary Digesters 1 and 2 down to the level noted in Specification Section 02225, at which time the remaining material will be turned over to the Contractor. The Contractor shall remove the remaining material, then clean the interior of Secondary Digesters 1 and 2. The Contractor shall provide the Owner with written notification to begin work at least 14 calendar days before starting and shall allow the Owner up to five calendar days to drain the digester prior to beginning this work. Prior to acceptance of the work for the first of these two digesters, all of the temporary piping shall be installed and tested, with the exception of the piping connection to the second of these two digesters. Once all material has been removed and each of the Secondary Digesters has been cleaned, the Contractor shall allow the Owner one additional working day in order to inspect the existing connecting piping and digester interior. D. PRIMARY DIGESTER MODIFICATIONS Once the cleaning and inspections of Secondary Digesters 1 and 2 are complete and all temporary piping is in place, the Owner will isolate Primary Digester 1 and feed raw and thickened waste activated sludge to Primary Digesters 2 and 3. The overflow from Primary Digesters 2 and 3 will flow to Secondary Digesters 1 and 2 which will begin service as primary digesters. Once Primary Digester 1 is isolated from the system, the Owner must continue to mix and heat the contents of Primary Digester 1 for another 15 calendar days to meet the minimum treatment required for Class B solids. Upon completion of the minimum treatment period, the Owner will drain Primary Digester 1 down to the level noted in Specification Section 02225, at which time the remaining material will be turned over to the Contractor. The Owner's draining, removal, transfer, City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O # 17042.03 01110-4 City of Yakima 84 and dewatering operations are anticipated to require 14 calendar days to complete. Other than maintenance of temporary piping, there will be no work for the Contractor during the minimum treatment and draining/dewatering periods. The Owner will provide progress updates to the Contractor during this period. The Contractor shall remove the remaining material, then clean the interior of Primary Digester 1. Once Primary Digester 1 is clean, the Owner will inspect the interior. The Contractor shall allow 7 calendar days for inspection of the interior without working on the digester. Once the interior of Primary Digester 1 is inspected, the Contractor shall prepare and coat the Digester interior as noted in Specification section 09900. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 011 10-5 City of Yakima 85 SECTION 01160 REGULATORY REQUIREMENTS PART 1 GENERAL 1.1 SCOPE The work specified in this Section contains information pertaining to permits and licenses, and use of private property. 1.2 PERMITS AND LICENSES Except as noted below, the Contractor shall be responsible for obtaining and paying all fees associated with all the necessary permits, licenses, approvals, and construction permits necessary for the execution of this Contract, whether they be City, County, State, or Federal permits. At a minimum, the Contractor, and all their sub -contractors, shall possess a valid license to conduct business within the City of Yakima, Washington. 1.3 OTHER PERMIT REQUIREMENTS The Washington State Department of Ecology has prohibited bypassing of sewage to state waters. The existing wastewater treatment plant and transmission facilities shall remain operational during construction at all times. The Contractor shall maintain the conveyance and treatment facilities in continuous operation during the entire construction period and until the project has been accepted by the Owner. The Contractor shall pay all costs of any damages and/or Regulatory Agency penalties resulting from plant bypassing or overflows caused by their actions or inactions. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01160-1 City of Yakima 87 SECTION 01200 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 SCOPE This Section further defines Measurement and Payment for this project. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item GC Section 3.04.12 Measurement and Payment 01290 Schedule of Values 01300 Submittals 1.3 MEASUREMENT Measurement for all items shall be as indicated in these Specifications for unit price and lump sum price bid items. Bid items are outlined in detail in this Specification Section and listed in the Proposal. Measurement shall be in accordance with Section 1-09.1 of the WSDOT Standard Specifications. Volumes of gravel materials and concrete volumes shall be measured by the Engineer in the field and quantities will be limited to the relative neat line dimensions shown on the Plans or as approved by the Engineer in the field. Weighing equipment, scale verification checks, load tickets for quarry spalls, rock riprap, cobbles, gravel materials, hot mix asphalt, bituminous construction materials, etc., shall conform to Section 1-09.2 of the WSDOT Standard Specifications. Load tickets shall include all gravel materials, cast -in -place concrete, cement grout, CDF, hot mix asphalt, ATB, and reinforcing steel. The Owner will pay for no material received by weight unless they have been weighed as required in this Section or as required by another method the Engineer has approved in writing. All costs incidental to weighing shall be merged into the various unit prices bid. 1.4 INDIVIDUAL BID ITEMS The following is a list of bid items for the project. The contract price for each item constitutes full compensation for furnishing all equipment, labor, materials, appurtenances, and incidentals and performing all operations necessary to City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01200-1 City of Yakima 89 construct and complete the various bid items in accordance with the Contract Documents. Payment for each item shall be considered as full compensation, notwithstanding that minor features may not be mentioned herein. Work paid for under one item will not be paid for under any other item. If a particular item of work shown on the Plans or described in Specifications is not described in a specific bid item, this item of work shall be considered as incidental to the work and the costs for this work shall be merged into the various respective unit price and lump sum bid items. A. BASE BID 1. Mobilization and Demobilization a. Measurement: Will be measured by lump sum. b. Payment: The lump sum contract price for MOBILIZATION AND DEMOBILIZATION shall include all costs for the labor, materials, and equipment required for mobilization and demobilization on the project as described in Section 01505. Payment for MOBILIZATION AND DEMOBILIZATION shall be as follows: 35% Payment: When Contractor has mobilized on -site and temporary facilities are in place. 50% Payment: When 5 percent of the total pay items are completed (not including payment for materials on hand). 75% Payment: When 50 percent of the total pay items are completed (not including payment for materials on hand). 100% Payment: When Project is completed and recommended for acceptance. 2. Unexpected Site Changes a. Measurement: Will be negotiated prior to commencing any such work under this pay item and shall be for work to remedy unforeseen conditions, utility conflicts, minor drainage improvements, or special surface restoration. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01200-2 City of Yakima 90 b. Payment: Payment or credits for changes amounting to $50,000 or less may be made under the Bid Item UNEXPECTED SITE CHANGES. At the discretion of the Owner, this procedure for Unexpected Site Changes may be used in lieu of the more formal procedure as outlined in General Conditions Section 3.04.6. The Contractor will be provided a copy of the completed order for Unexpected Site Changes. The agreement for the Unexpected Site Changes will be documented by signature of the Contractor or written notation of the verbal agreement. If the Contractor is in disagreement with anything required by the order for Unexpected Site Changes, the Contractor may protest the order as provided in General Conditions Section 3.04.8. Payments or credits will be determined in accordance with General Conditions Section 3.04.6. For the purpose of providing a common Proposal for all Bidders, the Owner has entered an amount for UNEXPECTED SITE CHANGES in the Proposal to become part of the total Bid by the Contractor. 3. Temporary Piping and Appurtenances a. Measurement: Shall be measured by lump sum. b. Payment: The lump sum contract price for TEMPORARY PIPING AND APPURTENANCES shall include all costs for the labor, materials, and equipment to furnish, install, connect, and remove a temporary sludge piping and pumping system during completion of the modifications shown on the Plans and as specified herein. 4. Primary Digester No. 1 Sludge Removal a. Measurement: Shall be measured per gallon. b. Payment: The unit contract price for PRIMARY DIGESTER1 SLUDGE REMOVAL shall include the costs for the labor, materials, and equipment required to remove all contents within Primary Digester 1 after the Owner has completed their withdrawal operations. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01200-3 City of Yakima 91 5. Primary Digester No. 1 Cleaning, Preparation, and Coating a. Measurement: Shall be measured by lump sum. Payment: The lump sum contract price for PRIMARY DIGESTER 1 CLEANING, PREPARATION, AND COATING shall include the labor, materials, and equipment required to clean the interior surfaces of Primary Digester 1. The sum also includes the costs loi the labor, materials, and equipment required to contain the environment, prepare, paint, and cure all piping, steel, and concrete surfaces within Primary Digester 1 as specified herein including staging, heat, and dehumidification, as shown on the Plans, and as required for a complete and workable system. 6. Secondary Digester No. 1 Sludge Removal a. Measurement: Shall be measured per gallon. b. Payment: The unit contract price for SECONDARY DIGESTER NO 1 SLUDGE REMOVAL shall include the costs for the labor, materials, and equipment required to removal all contents within Secondary Digester No. 1 after the Owner has completed their withdrawal /transfer operations. This sum also includes the labor, materials, and equipment required to clean the interior surfaces of Secondary Digester No. 1. 7. Secondary Digester No. 2 Sludge Removal a. Measurement: Shall be measured per gallon. b. Payment: The unit contract price for SECONDARY DIGESTER NO 2 SLUDGE REMOVAL shall include the costs for the labor, materials, and equipment required to removal all contents within Secondary Digester No. 2 after the Owner has completed their withdrawal / transfer operations. This sum also includes the labor, materials, and equipment required to clean the interior surfaces of Secondary Digester No. 2. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01200-4 City of Yakima 92 8. Secondary Digester No. 3 Sludge Removal a. Measurement: Shall be measured per gallon. b. Payment: The unit contract price for SECONDARY DIGESTER NO 3 SLUDGE REMOVAL shall include the costs for the labor, materials, and equipment required to removal all contents within Secondary Digester No. 3 after the Owner has completed their withdrawal / transfer operations. This sum also includes the labor, materials, and equipment required to clean the interior surfaces of Secondary Digester No. 3. 9. Secondary Digester Building Modifications a. Measurement: Shall be measured by lump sum. b. Payment: The lump sum contract price for SECONDARY DIGESTER CONTROL BUILDING MODIFICATIONS shall include all labor, materials, and equipment to furnish and install windows and any other components shown on the Plans and as described herein. Costs shall also include all costs for removal and wastehauling of existing components. B. ADDITIVE ITEM NO. 1 1. Knife Gate Valve Installation a. Measurement: Shall be measured by lump sum. b. Payment: the lump sum contract price for KNIFE GATE VALVE INSTALLATION shall include all costs for the labor, materials, and equipment required to furnish and install knife gate valves in the Secondary Digester Building as shown on the Plans and as specified herein. The lump sum contract price also includes the labor, materials, and equipment required to furnish and install all piping, fittings, and appurtenances necessary to provide a complete and workable piping system. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01200-5 City of Yakima 93 1.5 PROJECT MATERIALS ON HAND See General Conditions Section 3.04.12(6). 1.6 PAYMENT For items of equipment, acceptable operating and maintenance information shall be—deliveredtothe Engmeerbefore hie Contractor will -he paid for more than 90 percent of the purchase value of that equipment. Purchase value shall be the net price for the equipment as given on the invoice. Final operating and maintenance manuals per Section 01300 must be delivered to the Engineer prior to the Project being 90 percent complete. Progress payments for work in excess of 90 percent completion will not be made until the specified acceptable operating and maintenance information has been delivered to the Engineer. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01200-6 City of Yakima 94 SECTION 01290 SCHEDULE OF VALUES PART 1 GENERAL 1.1 SCOPE The work specified in this Section establishes the procedures for preparing the schedule of values used for preparation of the Contractor's progress pay estimates. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item GC Section 3.04.12 Measurement and Payment 01200 Measurement and Payment 01300 Submittals 1.3 DESCRIPTION Within 10 working days following receipt of Notice to Proceed, the Contractor shall submit to the Engineer, for review and approval, a complete breakdown of components of all lump sum bid items showing the value assigned to each portion of the work, prepared in such form, and supported by data that substantiates its accuracy as may be required by the Engineer. This schedule of values shall, once approved by Engineer, be used as the basis for reviewing and determining each monthly progress payment estimate and as such shall be subject to periodic review by the Engineer to assure that the schedule of values reasonably represents, in the opinion of the Engineer, the actual value of the individual items of work to be performed. No payments shall be made until the schedule of values has been approved. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01290-1 City of Yakima 95 SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes requirements that apply to all equipment and materials supplied on the Project. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the Contract Documents. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment that are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall ensure coordination of submittals among the related crafts and subcontractors and shall verify such coordination on all submittals. Where noted in the Contract Documents, the structural, mechanical, and electrical designs associated with the indicated equipment items are specific to the manufacturer and model number specified. Any structural, mechanical, or electrical modifications required to utilize an approved substitution to the specified equipment shall be made by the Contractor at no additional cost to the Owner. Where approved substitutions of specified equipment affect other materials or equipment, mechanical, structural, or electrical work, the Contractor shall note in the equipment submittal any necessary changes to accommodate the substituted equipment. It shall also be the responsibility of the Contractor to coordinate other mechanical, structural, or electrical equipment submittals to make sure that all changes necessary to accommodate the substituted equipment are addressed in these submittals as well. See General Condition 3.04.3. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-1 City of Yakima 97 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01290 Schedule of Values 01320 Progress Schedules 01385 Video Recording 01500 Temporary Facilities 01720 Record Drawings 01-8O0 Testing, Commissioning, and Training 02225 Biosolids Removal, Transport, and Utilization 07900 Caulking and Sealants 08520 Aluminum Windows 09900 Painting 15050 Piping System 15066 Pipe and Conduit Support System 15100 Valves 1.3 WORK INCLUDED Submittals required for this work shall include any or all of the following as required by the particular specification section and the submittal schedule: A. Schedules and Plans B. PRODUCT SUBMITTALS 1. Manufacturer's Literature 2. Shop Drawings 3. Color and Material Samples 4. Design Calculations 5. Test Reports C. Equipment Operation and Maintenance Manuals D. Post -Construction (Record) Drawings 1.4 SUBMITTAL INFORMATION Shop, catalog, and other appropriate drawings and information shall be submitted to the Engineer for review prior to fabrication or ordering of all equipment and materials specified. The number of copies of submittal information to be submitted shall be as indicated below. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-2 City of Yakima 98 t All submittal information shall be sent to the Engineer through the Contractor. The Contractor shall assign a separate submittal number to each item or group of items that relate to each specification section. Submittal numbers shall be assigned in consecutive ascending order, with the first project submittal assigned the number "1." Resubmittals shall be numbered using the same number followed by an alphabetical suffix. All submittals shall bear the Contractor's certification that he has reviewed, checked, and approved the submittal information prior to transmitting to the Engineer. The submittal number and related specification section shall be marked on each submittal. PART 2 PRODUCTS 2.1 GENERAL When the Contract Documents require a submittal the contractor shall submit the following number of documents. Type of Submittal Number of Copies Hard Copy Required? Schedules or Plans 5 N Product Submittal 8 N Design Calculations 5 N Test Reports 5 N Preliminary Equipment Manuals 3 N Final Equipment Manuals 4 Y If requested by the Contractor and approved by the Engineer and Owner, the Contractor may submit one copy of submittals electronically in lieu of submitting hard copies for all submittals except Equipment Manuals. Hard copies of Equipment Manuals must be submitted. If submittals are provided electronically, only one reviewed copy will be returned to the Contractor. 2.2 PRODUCT SUBMITTALS A. GENERAL When indicated in the Contract Documents the contractor shall submit product data for review by the Engineer. Unless otherwise specified, within 21 calendar days after receipt of the submittal, the Engineer shall review the submittal and return three copies of the marked -up submittal. The reproducible original will be retained by the Engineer. The returned submittal shall indicate one of the following actions: City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-3 City of Yakima 99 1. If the review indicates that the material, equipment, or work method complies with the project Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 2. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor maybegin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in operation and maintenance data, a corrected copy shall be provided. 3. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "AMEND AND RESUBMIT." Except at their own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted, and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 4. If the review indicates that the material, equipment, or work method does not comply with the project Specifications, copies of the submittal will be marked "REJECTED - SEE REMARKS." Submittals with deviations that have not been identified clearly may be rejected. Except at their own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." B. MANUFACTURER'S LITERATURE Where the contents of submitted literature include data not pertinent to the submittal, the portion(s) of the contents being submitted for the Engineer's review shall be clearly indicated. C. SHOP DRAWINGS Shop drawings shall be submitted in the form of blue -line or black -line prints of each sheet. Blueprint submittals will not be acceptable. All shop drawings shall be accurately drawn to a scale sufficiently large enough to show pertinent features and method of connection or joining. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-4 City of Yakima 100 On all shop drawings, figure dimensions shall be used as opposed to scaled dimensions. D. COLOR AND MATERIAL SAMPLES All material samples shall be of the exact article proposed to be furnished for the work and shall be submitted in the quantity required. Samples shall be returned to the Contractor, with one retained by the Engineer. Unless the precise color is specifically described in the Contract Documents, or whenever a choice of color or pattern is available in a specified product, accurate color charts shall be submitted to the Engineer for their review and selection. E. DESIGN CALCULATIONS Where required in the Specifications, design calculations shall be submitted to the Engineer. Design calculations shall be complete, concise, and in an easy -to -read format. All design calculations shall be stamped by a Professional Engineer licensed in the State of Washington. F. TEST REPORTS Copies of all test reports shall be submitted to the Engineer. 2.3 EQUIPMENT MANUALS A. GENERAL For all items of equipment, preliminary manufacturer's equipment operation and maintenance manuals shall be submitted to the Engineer for review. One copy will be returned to the Contractor with comments. The following information shall be furnished for all items of equipment installed on the project requiring operational and/or maintenance procedures, and for any additional items indicated by the Engineer. 1. Lubrication Information This shall consist of the manufacturer's recommendations regarding the lubricants to be used and the lubrication schedule to be followed. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-5 City of Yakima 101 2. Electrical and Control Diagrams Diagrams shall show internal and connection wiring. 3. Startup Procedures These instructions consist of equipment manufacturer's recommendations for installation, adjustment, calibration, and troubleshooting. 4. Operating Procedures These instructions consist of the equipment manufacturer's recommended step-by-step procedures for starting, operating, and stopping the equipment under specified modes of operation. 5. Preventive Maintenance Procedures These instructions consist of the equipment manufacturer's recommended steps and schedules for maintaining the equipment. 6. Overhaul Instructions These instructions consist of the manufacturer's directions for the disassembly, repair, and reassembly of the equipment and any safety precautions that must be observed while performing the work. 7. Parts List This list consists of the generic title and identification number of each component part of the equipment. 8. Spare Parts List This list consists of the manufacturer's recommendations of number of parts, which should be stored by the Owner and any special storage precautions, which may be required. 9. Exploded View Exploded or cut views of equipment shall be provided if available as a standard item of the manufacturer's information. When City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-6 City of Yakima 102 exploded or cut views are not available, plan and section views shall be provided with detailed callouts. 10. Test Documentation Reports, records, data and forms documenting the results of equipment factory tests, including pump and blower performance curves, shall be provided, with the operating points for the specific equipment designated. When a special factory test of the supplied equipment is not performed, the manufacturer's standard performance reports and curves, with specified operating points, shall be provided for the supplied equipment. 11. Specific Information Where items of information not included in the above list are required, they will be provided as described in the specifications for the equipment. 12. Warranty Information. All operation and maintenance information shall be comprehensive and detailed, and shall contain information adequately covering all normal operation and maintenance procedures. For ease of identification, each manufacturer's brochure and manual shall be appropriately labeled with the equipment name and equipment specification number as it appears in the project Specifications. The information shall be organized in binders. The binders shall be provided with a table of contents and tab sheets to permit easy location of desired information. Lubricants shall be described in detail, including type, recommended manufacturer, and manufacturer's specific compound to be used. It shall be the responsibility of the Contractor to ensure that all operation and maintenance materials are obtained. Material submitted must meet the approval of the Engineer prior to project acceptance. B. EXTRANEOUS DATA Where the contents of the manuals include manufacturers' standard brochures or catalog pages, the exact item(s) used in this installation shall City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-7 City of Yakima 103 be clearly indicated and all manufacturers' data which is extraneous shall be clearly deleted. C. FINAL EQUIPMENT MANUALS The Contractor shall be responsible for tracking and coordinating each separate manufacturer's equipment operation and maintenance manual submittal and shall resubmit, as necessary, until the Engineer's review indicates -that the submittal is acceptable. The Contractor Shall maintain equipment manual files until final approval copies are delivered to the Engineer. The Contractor shall be responsible for collating the approved operation and maintenance submittal sections into complete final manufacturers' equipment operation and maintenance manuals bound in post binders which are indexed to the Specifications. The Contractor shall deliver the complete final operation and maintenance manuals to the Engineer prior to project completion. All copies final manufacturers' equipment manuals submitted will be retained by the Engineer or Owner. The Contractor shall also supply three CD -Rom or USB copies of the final equipment manuals in a tabbed, searchable, .pdf format, with a table of contents bookmarked to provide a navigation link to each section of the manual. PART 3 EXECUTION 3.1 IDENTIFICATION OF SUBMITTALS A. GENERAL Each submittal shall be accompanied by a letter of transmittal showing the date of transmittal, specification section, or drawing number to which the submittal pertains, submittal number, and a brief description of the material submitted. B. RESUBMITTALS When material is resubmitted for any reason, it shall be submitted under a new letter of transmittal and referenced to the previous submittal. 3.2 REVIEW OF SUBMITTALS The Engineer will review all submittals for general conformance with the design and other requirements of the Contract Documents. Markings or comments shall not be construed as relieving the Contractor from compliance with the Contract City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-8 City of Yakima 104 Documents. Submittals may be rejected based on inadequate information and/or not meeting the requirements of the Contract Documents. Rejection of submittals requires action on the part of the Contractor to correct the reason for the rejection. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, and for techniques of assembly and installation. 3.3 COORDINATION OF PRODUCT SUBMITTALS A. GENERAL Prior to submittal for review by the Engineer, all data shall be fully coordinated, including the following: 1. All field dimensions and conditions. 2. All trades and public agencies involved, including necessary approvals. 3. All deviations from the Contract Documents. B. GROUPING OF SUBMITTALS 1. All submittals shall be grouped with associated items, unless otherwise specifically permitted by the Engineer. 2. The Engineer may reject the submittals in their entirety or any part thereof, if not in accordance with the Contract Documents. C. CERTIFICATION Submittals shall bear the Contractor's certification that he has reviewed, checked, and approved the shop drawings prior to forwarding them to the Engineer. 3.4 TIMING OF PRODUCT SUBMITTALS A. GENERAL 1. All submittals shall be made far enough in advance of installation to provide all required time for reviews and securing necessary approvals. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-9 City of Yakima 105 2. In scheduling, the Contractor shall allow for the time indicated in Part 2.2A for the Engineer's review following his receipt of the submittal. B. DELAYS No additional or separate payment will be made for costs of delays occasioned by tardiness of submittals on the part of the Contractor. 3.5 EQUIPMENT MANUALS The preliminary copies of the manufacturer's equipment manuals shall be delivered to the Engineer for review not later than the time of equipment delivery to the project site. Final copies of the manufacturer's equipment manuals shall be delivered to the Engineer at least 10 working days prior to requesting payment in excess of 90 percent completion for the project. Prior to submittal of the final equipment manuals, the Contractor shall check the manuals for accuracy and completeness and shall verify that prior review comments have been addressed. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01300-10 City of Yakima 106 SECTION 01310 PROJECT MEETINGS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes information pertaining to the various meetings that will be held during the course of constructing this project. 1.2 PRECONSTRUCTION CONFERENCE As soon as possible following the award of the Contract, a preconstruction conference shall be scheduled for representatives of the Owner, the Contractor, the Engineer, funding agencies, regulatory agencies, and affected utilities. 1.3 PROJECT PROGRESS MEETINGS The Owner and the Engineer will schedule and attend regular bi-weekly meetings with the Contractor for coordination, administrative, and procedural requirements of the project. Additional meetings will be scheduled on an "as needed" basis. The Owner will provide suitable meeting space at the project location to conduct progress meetings. 1.4 CONSTRUCTION MEETINGS The Contractor shall schedule and hold regular meetings during the project: A. Safety Meetings (Contractor's subcontractors shall attend if they are working onsite.) B. Project Progress Meetings C. Equipment Installation Meetings D. Coordination Meetings E. Startup and Testing Meetings The Contractor shall notify the Owner and Engineer in advance of all meetings. The meetings may or may not be attended by the Owner and Engineer. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O # 17042.03 01310-1 City of Yakima 107 SECTION 01320 PROGRESS SCHEDULES PART 1 GENERAL 1.1 SCOPE The work specified in this Section further defines the progress schedule requirements described in the General Conditions Section 3.04.15(1). This Section specifies the procedures for preparing and revising the cost -loaded construction schedule used for planning and managing construction activities. The schedule provides a basis for determining the progress status of the project relative to the completion time, specific dates, and for determining the acceptability of the progress payment estimates. 1.2 DESCRIPTION The Contractor shall prepare a time -scale network schedule using a critical path method (CPM). A general guide for preparing such a schedule is contained in "The Use of CPM in Construction, a Manual for Contractors," published by the Associated General Contractors of America. The schedule shall depict all significant construction activities and all items of work listed in the breakdown of contract prices submitted by the Contractor. Assigned values for each part of the work shall be indicated. The dependencies between activities shall be indicated so that it may be established what effect the progress of any one activity has on the schedule. Completion time and all specific dates and sequencing requirements shall be shown on the schedule. Activities making up the critical path shall be identified. No activity on the schedule shall have a duration longer than 14 calendar days or an assigned value greater than $25,000, except activities comprising only fabrication and delivery, which may extend for more than 14 calendar days. Activities, which exceed these limits, shall be divided into more detailed components. The scheduled duration of each activity shall be based on the work being performed during the normal 40-hour workweek with allowances made for legal holidays and normal weather conditions. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01320-1 City of Yakima 109 1.3 SUBMITTALS The CPM Progress Schedule shall be prepared using a computerized system. The schedule shall be submitted in the form of an arrow diagram or precedence diagram with activity listings. The following shall be included: A. Network diagram shall show in detail and in order of sequence all significant activities, their descriptions, durations, and dependencies, as necessary and as required to complete all work and each separate part of the work. B. The activity listing shall show the following information for each activity shown on the network diagram: 1. Description 2. Duration 3. Start and finish dates 4. Total float time and free float time C. Milestone activity completions shall be shown and clearly defined. D. The critical path shall be clearly indicated. E. A legend defining any abbreviations used on the schedule shall be provided. F. All CPM schedules shall conform to the requirements of the Owner's overall Project schedule and the Contract Documents. The Contractor shall submit two hard copies plus an electronic file with each schedule submittal. The hard copies shall be at least 11 inch x 17 inch in size. All schedule reports shall be 8-1/2-inch x 11-inch format. The Contractor shall provide, in chronological order, a list of constraints used, if any, in the preparation of the schedule. Within 14 calendar days after receipt of the schedule, the Owner and Engineer will return a copy of the schedule to the Contractor with comments. Review of the schedule is for purposes of evaluating the Contractor's ability to complete the Work within the Contract time. Review shall not constitute approval or acceptance of the Contractor's construction means, methods, or sequencing. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01320-2 City of Yakima 110 Contractor shall submit an updated Progress Schedule with each application for payment or whenever actual construction progress deviates significantly from the current schedule. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01320-3 City of Yakima 111 SECTION 01385 VIDEO RECORDING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the video recording requirements for the project. The Contractor shall provide the Engineer with a DVD or other computer - readable digital format of the project area prior to and upon completion of all construction. The video recording shall utilize equipment that will visually document an accurate audio-visual description of the existing and post - construction conditions. The Contractor shall notify the Engineer prior to the recording to allow them to witness the video recording. The Contractor shall provide preconstruction video recording of the existing conditions for the entire project site. Upon completion of the work, the Contractor shall provide video recording in the same manner and vantage point as the preconstruction video recordings. The intent of this Specification section is to provide a comparison between existing and post -construction conditions. The rate of speed the documentation will be video recorded at, the panning rates, and the zoom-in/zoom-out rates will be controlled so that playback will produce a clear television picture of the areas video recorded. The video recording shall be accomplished during a period of good visibility. Unless otherwise directed by the Engineer, video recording will not be allowed during times of precipitation or poor visibility. When available light is not sufficient to produce a clear television image, additional lighting shall be supplied by the photographer to ensure good picture quality. The camera crew shall be able to work independent of any power source, utilizing battery power to operate the camera, and lighting. A legible reader board shall be provided by the photographer to visually document the date, job title, and site identification. The audio portion of the video recording will be used for identification purposes, addresses, and any other audio required or as directed by the Engineer. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01385-1 City of Yakima 113 SECTION 01500 TEMPORARY FACILITIES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the temporary facilities required for this project, but not necessarily limited to: A. Temporary utilities such as water, electricity, telephone, off -site staging, and off -site parking. B. Temporary piping, pumps, valves, fittings, manholes, vaults, and appurtenances necessary to keep existing facilities fully operational during construction. C. Sanitary facilities. D. Temporary enclosures such as fences, tarpaulins, barricades, and canopies. E. Alarms or monitoring systems for any temporary pumping facilities. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01510 Maintenance of Treatment Facility 01520 Field Offices and Storage Sheds 01530 Temporary Bypass Pumping 02225 Biosolids Removal, Transport, and Utilization 15050 Piping Systems PART 2 PRODUCTS 1.3 UTILITIES A. TEMPORARY ELECTRICITY As required to successfully complete their work, the Contractor shall provide temporary power for construction at the project site. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01500-1 City of Yakima 115 The Contractor shall make arrangements with the electrical utility (to obtain temporary power) and shall pay all costs and fees charged by the utility associated with connection of temporary power. The Contractor shall provide all special connections, receptacles, panelboards, etc., which are required for temporary service, and are not provided by the utility. The Contractor shall furnish and install all temporary wiring and associated equipment required to keep all portions of the existing facilities in operation ate times. Area distribution boxes shall be furnished, installed, and so located that the individual trades may use their own construction -type extension cords to obtain proper power and artificial lighting at all points where required. The Contractor shall provide a main disconnect on all temporary wiring panels, labeled "MAIN DISCONNECT," to ensure the safety of personnel using extension cords and hand tools. Panels shall also be properly grounded and equipped with GFCI breakers in accordance with WISHA requirements. The Contractor shall provide the Engineer single line diagrams of the temporary wiring showing all circuit breakers. These diagrams shall be provided prior to installation of this wiring. These diagrams are necessary to provide information to Owner personnel for off -hours operation. The Contractor shall pay all demand, consumption, taxes, and fees associated with the temporary electrical service. B. POTABLE WATER The Contractor shall be responsible for providing potable water for their workforce. Additional water is available from the Owner free of charge, provided that it is used responsibly. If potable water is desired for construction use, the Owner will furnish and install a registered, certified flow meter and back -flow prevention unit for tracking and safety purposes. Water from this source shall be paid for by the Contractor according to the City's published commercial water use/rate structure. The Contractor will be responsible for collecting and noting daily water meter readings from the water meter. These meter readings must be made daily at the conclusion of each work day, must be maintained in a dedicated logbook, and will be verified by the Owner prior to billing. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01500-2 City of Yakima 118 C. NON -POTABLE (C2) WATER Water is available from the Owner free of charge, provided that it is used responsibly. The existing C2 water system can provide the Contractor with up to 100 gpm at a pressure of approximately 55 psi. Additional water flow or pressure may be available for short durations, but must be coordinated with the Owner prior to use. If additional water volume/pressure is required, and the Owner is not capable of meeting the additional criteria, the Contractor shall be responsible for providing additional water in order to complete the work. 1.4 TEMPORARY PIPING The Contractor shall furnish and install all temporary piping and pumping and, upon completion of the work, remove all such temporary piping as required, except as designated on the Plans to remain as a part of the Project. Prior to installation, the Contractor shall submit drawings to the Engineer showing the proposed installation of temporary piping and pumps, including location, type of pipe, fittings, and valves. The Contractor shall obtain the Engineer's approval for temporary piping and pumping plan prior to installation. Temporary piping and pumping shall be provided as necessary to maintain the existing facilities in operation until the new facilities are constructed, operational. An effort has been made on the Plans and/or Specifications to note instances and locations where temporary piping and/or pumping may be required; however, this in no way limits the temporary piping and pumping to be provided by the Contractor at these locations. The Contractor shall also provide equipment to accommodate daily draining and flushing of the temporary piping. The Contractor shall provide drainage appurtenances, fittings, and valves to allow the Owner to discharge the drainage and flushing water directly to an existing manhole at the location indicated on the Plans. Drainage fittings shall be (< 3-inch diameter). The Owner may be required to collect samples from existing piping and/or temporary piping while in use. Sampling connections shall be coordinated with the Owner prior to installation of the temporary piping and shall accommodate the Owners sample collection requirements. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01500-3 City of Yakima 117 1.5 SANITARY FACILITIES The Contractor shall provide toilet and wash-up facilities for their workforce and at the site of work. They shall comply with applicable laws, ordinances, and regulations pertaining to the public health and sanitation of dwellings and camps. 1.6 OFF -SITE STAGING AND PARKING The Contractor shall note that space is limited throughout the project location. Employees of the Contractor, all subcontractors, vendors, suppliers, and associated personnel shall not be allowed to park onsite during the course of construction without prior approval by the Owner. It shall be the responsibility of the Contractor to provide sufficient parking facilities in authorized area(s) other than the project location for these personnel if sufficient space onsite is not available. In addition, the Contractor shall not be allowed to stockpile and store equipment and materials throughout the construction site. The Contractor shall coordinate their schedule so that all equipment and materials shall be brought to the construction site only when they are to be installed/utilized. The Contractor shall provide storage of equipment and materials at an offsite, bonded warehouse, to be approved by the Engineer. The Contractor shall pay all costs associated with off -site delivery, storage, and transfer to the construction site. 1.7 ENCLOSURES The Contractor shall furnish, install, and maintain during the project time all required scaffolds, tarpaulins, barricades, canopies, warning signs, steps, bridges, platforms, and other temporary construction necessary for proper completion of the work in compliance with all pertinent safety and other regulations. 1.8 ALARM SYSTEMS The Contractor shall provide alarm systems for temporary pumping facilities utilized during construction. Alarms shall warn the Contractor and/or system operators of high/low level alarms and similar conditions, which, if left unattended or uncorrected, could lead to spillage or overflow of raw or treated sewage or sludge from a wet well, pumping facility, or portion of a treatment plant or lift station. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01500-4 City of Yakima 118 PART 2 EXECUTION All temporary facilities and controls shall be maintained as long as required for the safe and proper completion of the work. The Contractor shall remove such temporary facilities and controls as rapidly as progress of the work will permit or as directed by the Owner. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01500-5 City of Yakima 119 SECTION 01505 MOBILIZATION AND DEMOBILIZATION PART 1 GENERAL 1.1 SCOPE The work specified in this Section consists of mobilization and demobilization. Mobilization consists of preconstruction activities and preparatory work for the project necessary to mobilize labor, materials, and equipment to the project site. Demobilization consists of activities to remove materials and equipment from the project site upon project completion, including final cleanup. Items which are not considered mobilization or demobilization include but are not limited to: A. On -going activities throughout the duration of construction. B. Profit, interest on borrowed money, overhead, or management costs. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Division 1 PART 2 PRODUCTS Item General Technical Requirements Products and materials required for mobilization and demobilization are described in the various sections of Division 1 and in other parts of the Contract Documents. PART 3 EXECUTION Complete mobilization and demobilization as required by the various sections of Division 1 and other parts of the Contract Documents. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01505-1 City of Yakima 121 SECTION 01510 MAINTENANCE OF TREATMENT FACILITY PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the steps that the Contractor shall take to ensure that the existing facilities or temporary facilities remain fully operational during all stages of construction and modifications to the various existing facilities. Bypasses of untreated sewage will not be permitted. The Contractor shall be responsible for all scheduling and arrangements for temporary sewage handling. This shall also include all connections of temporary pumping equipment with temporary electrical service with controls. The Contractor shall coordinate their work efforts with the Owner. To ensure continuous operation of the existing treatment systems, the Contractor shall inform the treatment plant operator of the details of operation of all temporary piping and electrical power and controls. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01500 Temporary Facilities 01530 Temporary Bypass Pumping 1.3 WASTEWATER TREATMENT FACILITY The specified work is expected to require temporary sewage pumping or interruption of normal plant operation. The Contractor shall schedule their work so as to minimize interruption of the treatment or the transportation of sewage. Prior to starting construction, the Contractor shall confer with the Engineer and the Owner to develop a construction sequence and schedule which will provide for adequate temporary pumping, if necessary, and/or treatment during the required modifications. The Contractor shall take all steps necessary to ensure that the existing facilities or a temporary facility remains fully operational during all stages of construction and modifications to the various existing facilities. Bypasses of untreated sewage will not be permitted. The Contractor shall be required to have a standby pump, equal in capacity to the temporary pump, onsite and capable of operation should the temporary pump fail. In the event that inadequately treated sewage reaches the receiving water as a result of the Contractor's activities, the Contractor shall immediately notify the City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O # 17042.03 01510-1 City of Yakima 123 Owner and take corrective action. Following any such incident, the Contractor shall submit to the Owner a written report summarizing the beginning and ending times of the bypass, approximate volume bypassed, reason for bypass, and corrective measures taken. 1.4 EXISTING UTILITIES There now exists within the site boundaries a domestic water system and sanitary sewer system owned by the Owner, as well as privately owned and operated telephone and electric lines and poles, both underground and overhead. The utilities are vital to the continuous operation of the existing treatment facilities. The Contractor shall be responsible for the protection of these utilities and be responsible for notifying the utility company if their services are necessary. All poles, piping, wiring, etc., of the various utilities shall be braced and protected from nearby excavations, at the Contractor's expense. If any damage is done to these lines, the Contractor shall repair the line(s) immediately so the operation of the facility is unimpaired. If the Contractor fails to repair the lines, the Owner shall repair the line(s) and deduct the costs thereof from the monies or payments due or to become due to the Contractor. Where the Contractor is responsible for damage to an underground or overhead utility, they shall make the repair immediately, at their expense. The Contractor shall be responsible for protecting and repairing, if damaged, all existing roadway, catch basins, culverts, fences, rockeries, retaining walls, shrubbery, and all other items that are visible and where the removal or demolition is not ordered or provided for in this Contract. A set of record drawings of the existing treatment plant are available for review at the Engineer's office or through the Owner. Said record drawings are made available for information only and not as a warranty of existing conditions. The Contractor shall be held responsible for verifying the accuracy of the record drawings. The Contractor is hereby advised that the exact locations of the existing underground piping (process and otherwise) are not known. The Contractor shall locate and mark these lines prior to construction as required to complete their work. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01510-2 City of Yakima 124 SECTION 01520 FIELD OFFICES AND STORAGE SHEDS PART 1 GENERAL 1.1 SCOPE The work specified in this Section describes the requirements for field offices on this project. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01500 Temporary Facilities PART 2 PRODUCTS 2.1 FIELD OFFICES During the performance of the Contract, the Contractor shall maintain a suitable office at the site of the work, which shall be the headquarters of the Contractor's representative. Office location on the site shall be approved by the Owner. 2.2 STORAGE SHEDS The Contractor shall provide storage for the protection of equipment, materials, supplies, and tools and shall ensure that a building be used for the storage of materials that deteriorate when exposed to moisture. Workshops and storage buildings shall be located in the general area of the work and shall be clean and in proper order. Storage of materials at the project sites shall not obstruct access or use by the Owner's employees of existing facilities. PART 3 EXECUTION All storage sheds shall be maintained as long as required for the safe and proper completion of the work. The Contractor shall remove such temporary facilities as rapidly as progress of the work will permit or as directed by the Engineer. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01520-1 City of Yakima 125 SECTION 01530 TEMPORARY BYPASS PUMPING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the requirements for all temporary bypass pumping of wastewater flows required to construct the project. The Contractor shall provide all safety control measures required and provide pumps and equipment adequate in capacity and in good condition to prevent any spills or overflows during the transfer of flows. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 01500 Temporary Facilities 01510 Maintenance of Treatment Facility 02225 Biosolids Removal, Transport, and Utilization 1.3 SUBMITTALS The Contractor shall submit a Temporary Piping Plan including drawings and complete design data in accordance with these specifications as outlined under Section 01300, Submittals, showing methods and equipment the Contractor proposes to utilize for temporary piping and pumping facilities. The submittal shall include the following information: 1. Drawings indicating the location of pumps, temporary sewer plugs, bypass discharge lines, and staging areas. 2. Capacities of pumps, prime movers, and standby equipment. 3. Method and type of temporary pipe plugs. 4. Design hydraulic calculations providing adequacy of the temporary system and selected equipment. 5. Details of pump monitoring and alarm system. 6. Schedule for installation and maintenance of temporary facilities. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01530-1 City of Yakima 127 7. Technical information for all piping, fittings, and appurtenances. 8. Proposed location and routing for piping. 1.4 PROTECTION The Contractor shall ensure that service for connecting laterals and piping are not disrupted. All bypassed flow shall be discharged as approved by the Owner. No bypassing to the ground surface, receiving waters, or any area which results in groundwater contamination or potential health hazards shall be permitted. 1.5 SCHEDULING Temporary systems for sewage pumping shall not be shut down between shifts, on holidays or weekends, or during work stoppages without permission from the Owner. PART 2 PRODUCTS 2.1 BYPASS PUMPING EQUIPMENT The estimated peak flow to be pumped shall be as determined by the Contractor as needed. The Contractor shall maintain on site sufficient equipment and materials to ensure continuous and successful operation of the temporary systems. If applicable, standby pumps shall be fueled and operational at all times. The Contractor shall maintain on site a sufficient number of valves, tees, elbows, connections, tools, plugs, piping and other parts or system hardware to ensure immediate repair or modification of any part of the system as necessary. If electric pumps are being used, standby generators shall be available to ensure continuity of the pumping operation in the event of a power failure. The Contractor shall furnish the necessary labor and supervision to set up and operate the temporary system. Pumps and bypass lines shall be of adequate capacity and size to control the flows. Installation of the Contractor's equipment shall not cause sewers to surcharge during maximum flows. PART 3 EXECUTION 3.1 GENERAL The Contractor shall be responsible for supplying, installing, operating, monitoring, and maintaining all wastewater bypass pumping and temporary piping systems. The Contractor shall pay all demands, consumption, fuel, connection, taxes, and fees associated with electrical service for the temporary bypass pumping system. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01530-2 City of Yakima 128 Refer to Section 01510 for requirements to ensure that the wastewater treatment facility remains fully operational during all stages of construction. An effort has been made in the Plans and Specifications to note the instances and locations where temporary piping and pumping may be required; however, this in no way limits the temporary piping and pumping to be provided by the Contractor. The Contractor shall be solely responsible for the adequacy of the methods, systems, and equipment to control, remove, handle, treat, and dispose of wastewater in conformance with all requirements of these Specifications. The Contractor shall bear full responsibility for taking all reasonable precautions necessary to ensure continuous successful operation of the temporary sewage pumping system. This includes establishing and/or monitoring adequate marking of all sewage pumping elements. Where a sewage pumping discharge line requires crossing for access into, out of, or around the excavations or access of work, steel ramps shall protect the system from vehicular traffic. All ramps shall have the strength to support the heaviest equipment onsite and shall provide at least 6 inches of clearance between the sewage pumping system element and the under side of the ramp. The Contractor shall clearly identify all vehicular access points across the sewage pumping system with brightly colored or flagged poles a minimum of 8-feet high on each side of the access point. The Contractor shall valve all ramped pipelines on both sides of the ramp. The Contractor shall carefully coordinate its construction activities with National Weather Forecasts to reduce the probability of high flows and/or surcharging from stormwater during construction. 3.2 DAMAGES The Contractor shall cleanup and repair, without cost to the Owner any damage that may result from inadequate or improper design, installation, maintenance and operation of bypass pumping systems, including mechanical or electrical failures. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01530-3 City of Yakima 129 SECTION 01720 RECORD DRAWINGS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the record drawings, which shall be maintained and annotated by the Contractor during construction. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 01300 Item Submittals 1.3 INFORMATION PROVIDED BY THE OWNER The Contractor will be provided with one full size (22" x 34") paper set of Plans to maintain record drawings for the project: PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 GENERAL The Contractor shall maintain the following record drawings for the project: A. A neat and legibly marked set of Contract Plans showing the final location of piping, equipment, electrical conduits, outlet boxes and cables; B. Additional documents such as schedules, lists, drawings, and electrical and instrumentation diagrams included in the Contract Documents; and C. Contractor layout and installation drawings. Unless otherwise specified, record drawings shall be full size and maintained in a clean, dry, and legible condition. Record documents shall not be used for construction purposes and shall be available for review by the Engineer during normal working hours at the Contractor's field office. At the completion of the City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01720-1 City of Yakima 131 work, prior to final payment, all record drawings shall be submitted to the Engineer. Marking of the drawings shall be kept current and shall be done at the time the material and equipment are installed. Annotations to the record documents shall be made with an erasable colored pencil conforming to the following color code: A. Additions Red B. Deletions Green C. Comments Blue D. Dimensions Graphite Legibly mark drawings to record actual depths, horizontal and vertical location of underground raceways, cables, and appurtenances referenced to permanent surface improvements. The Contractor's record drawings (full-size hard -copy) will be reviewed regularly for completeness by the Engineer prior to preparing the progress estimate for payment. If the record drawings do not reflect the work performed, payment for that item of work will not be included in the progress estimate. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01720-2 City of Yakima 132 SECTION 01740 CLEANUP PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the maintenance of the building, structures, and site(s) in a standard of cleanliness throughout the construction period as described herein. Throughout the construction period, the Contractor shall maintain the cleanliness of the site and structures as described herein. The Contractor is also to maintain access to all existing, operating equipment such that the equipment may be serviced and operated. Dust of all kinds, including concrete dust produced by construction activities, shall be controlled to avoid damage to existing, operating equipment. Enclosures, ventilation, and air scrubbing may be required where significant potential for damage is determined by the Engineer. 1.2 RELATED WORK SPECIFIED ELSEWHERE In addition to standards described in this Section, comply with all requirements for cleaning up when described in other sections of these Contract Documents. 1.3 QUALITY ASSURANCE A. INSPECTION The Contractor shall conduct daily site inspections, and more often if necessary, to verify that requirements are being met. B. CODES AND STANDARDS In addition to the standards described in this Section, comply with all pertinent requirements of governmental agencies having jurisdiction. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01740-1 City of Yakima 133 PART 2 PRODUCTS 2.1 CLEANING MATERIALS AND EQUIPMENT Provide all required personnel, equipment, and materials needed to maintain the specified standard of cleanliness. 2.2 COMPATIBILITY Use only the cleaning materials and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material or as approved by the Engineer. PART 3 EXECUTION 3.1 PROGRESS CLEANING A. GENERAL Retain all stored materials and equipment in an orderly fashion allowing maximum access, not impeding drainage or traffic, and providing protection. Do not allow the accumulation of scrap, debris, waste material, and other items not required for this work. At least twice each month, and more often if necessary, completely remove all scrap, debris, and waste material from the project site. Provide adequate storage for all materials awaiting removal from the project site, observing all requirements for fire protection and protection of the environment. B. SITE Daily, and more often if necessary, inspect the site and pick up all scrap, debris, and waste material. Move these items into a place designated for their storage until disposal becomes available. Weekly, and more often if necessary, inspect all arrangements of materials stored on the site, restack, arrange, or otherwise service all arrangements to meet the requirements above. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01740-2 City of Yakima 134 Maintain the site in a neat and orderly condition at all times so as to meet the approval of the Engineer. C. STRUCTURES Weekly, and more often if necessary, inspect the structures and pick up all scrap, debris and waste material. Move these items into a place designated for their storage until disposal becomes available. Weekly, and more often if necessary, sweep clean all interior spaces. "Clean" shall be interpreted to mean free from dust and other materials that can be swept with a broom using reasonable diligence. In preparing to install succeeding materials, clean the structures or pertinent portions thereof to the degree of cleanliness recommended by the manufacturer of the succeeding material. Use all equipment and materials required to achieve the required cleanliness. D. STREETS All paved and unpaved streets in the vicinity of the project shall be kept free of material tracked from the project site(s) or dropped from vehicles entering and leaving the site(s). The Contractor shall inspect roads in each active area daily, and all material deposited on the road from the Contractor's activities shall be removed prior to the end of the workday. This shall include sweeping, as required, to collect any mud, dirt and dust from the surface. All catch basins and culverts in the work area shall be inspected before completion and cleaned as directed by the Engineer. 3.2 FINAL CLEANING A. DEFINITION Except as otherwise specifically provided, "clean" shall be interpreted as meaning the level of cleanliness generally provided by commercial building maintenance equipment and materials. B. GENERAL Prior to final inspection, remove from the jobsite all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final project cleaning as described below. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01740-3 City of Yakima 135 C. STRUCTURES 1. Exterior Visually inspect all exterior surfaces and remove all traces of soil, waste, smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. If necessary to achieve a uniform degree of exterior cleanliness, hose down the exterior of the structure. In the evenfof stubborn stains not removable with water, the Engineer may require light sandblasting or other cleaning at no additional cost to the Owner. 2. Interior Visually inspect all interior surfaces and remove all traces of soil, waste, smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. Remove all paint droppings, spots, stains, and dirt from finished surfaces. Use only appropriate cleaning materials and equipment. 3. Glass Clean all glass inside and outside. D. TIMING Schedule final cleaning as approved by the Engineer to enable the Owner to accept a completely clean project, ready for occupancy. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01740-4 City of Yakima SECTION 01800 TESTING, COMMISSIONING, AND TRAINING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the installation, testing, commissioning, and training for all mechanical, electrical, and instrumentation systems and completed portions of the work. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01110 Scope of Work 01300 Submittals 01500 Temporary Facilities 15050 Piping Systems 1.3 QUALITY ASSURANCE A. INSTALLATION All mechanical equipment provided under this Contract shall be installed in conformity with the Contract Documents, including the manufacturer's requirements. Should a manufacturer's installation recommendation conflict with specific requirements of this Contract Document, the Contractor shall bring the matter to the attention of the Engineer. Any additional costs arising out of changes authorized by the Engineer to accommodate manufacturer's installation recommendations will be considered extra work. Any costs incurred by the Contractor through failure to timely notify the Engineer of a difference between Contract Document and manufacturer's installation requirements shall be borne by the Contractor. B. TESTING 1. General Requirements All equipment and partially complete or fully completed portions of the work included in this Contract shall be tested and inspected to prove compliance with the Contract requirements. Unless otherwise specified, all costs of testing, including temporary City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-1 City of Yakima 137 facilities and connections, shall be borne by the Contractor. For the purpose of this Section, equipment shall mean any mechanical or other device with one or more moving parts or devices requiring an electrical, pneumatic, or hydraulic connection. Installed leakage tests and other piping tests shall be as specified in Sections 15050. No tests specified herein shall be applied until the item to be tested as been inspected and approval given for the application of such test. Tests and inspection shall include: a. The delivery acceptance test and inspections. b. The installed tests and inspections. These tests may be performed with water or the process fluid, as described in the accepted test plan. c. The operational testing of completed sections of the facility. These tests may be performed with water or the process fluid, as described in the accepted test plan. d. The commissioning of completed sections of the facility by Owner's personnel. The commissioning shall be performed with the process fluid at normal flows. Tests and inspections, unless otherwise specified or accepted, shall be in accordance with the recognized standards of the industry. The Contractor shall see that scheduling and performance of all tests are coordinated with involved subcontractors and suppliers. The Contractor shall allow for up to two additional setpoint changes during testing. No extra costs or time allowances shall be provided as long as this setpoint allowance is not exceeded. The form of evidence of satisfactory fulfillment of delivery acceptance test and inspection requirements shall be, at the discretion of the Engineer, either by tests and inspections carried out in his presence or by certificates or reports of tests and inspections carried out by approved persons or organizations. The Contractor shall provide and use forms that include all test information, including specified operational parameters. The content of the forms used shall be acceptable to the Engineer. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-2 City of Yakima 138 2. Delivery Acceptance Tests and Inspections The delivery acceptance tests and inspections shall be at the Contractor's expense for any equipment specified herein and shall include the following: a. Test of items at the place of manufacture during and/or on completion of manufacture, comprising hydraulic pressure tests, performance and operating tests and inspections in accordance with the relevant standards of the industry and more particularly as detailed in individual clauses of these Specifications to satisfy the Engineer that the items tested and inspected comply with the requirements of this Contract. b. Inspection of all items delivered at the site or to any authorized place of storage so that the Engineer may be satisfied that such items are of the specified quality and workmanship and are in good order and condition at the time of delivery. The Contractor shall be prepared to remove all coverings, containers, or crates to permit the Engineer to conduct his inspection. Should the Engineer find, in his opinion, indication of damage or deficient quality of workmanship, the Contractor shall provide the necessary documentation or conduct such tests deemed necessary by the Engineer to demonstrate compliance. 3. Installed Tests and Inspections a. General All equipment shall be tested by the Contractor to the satisfaction of the Engineer before any facility is put into operation. Tests shall be as specified herein and shall be made to determine whether the equipment has been properly assembled, aligned, adjusted and connected. Any changes, adjustments, or replacements required to make the equipment operate as specified shall be carried out by the Contractor as part of the work. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-3 City of Yakima 139 b. Procedures i. General The procedures shall be divided into two distinct stages; preoperation checkout and water test. Testing procedures shall be designed to duplicate, as nearly as possible, all conditions of operation and shall be carefully selected to ensure that the equipment is not damaged. Once the testing procedures have been reviewed and approved by the Engineer, the Contractor shall produce checkout, alignment, adjustment and calibration sign -off forms for each item of equipment to be used in the field by the Contractor and the Engineer jointly to ensure that each item of mechanical equipment has been properly installed and tested. The Contractor is advised that failure to observe these precautions may place the acceptability of the subject equipment in question. ii. Pre -operation Checkout The installed tests and inspection procedures shall incorporate all requirements of these Specifications and shall proceed in a logical, step -wise sequence to ensure that all equipment has been properly serviced, aligned, connected, calibrated, and adjusted prior to operation. Preoperation checkout procedures shall include, but not necessarily be limited to: (1) Piping system pressure testing and cleaning as specified in Division 15. (2) Alignment of equipment. (3) Pre -operation lubrication. Water Test Once all affected equipment has been subjected to the required preoperational checkout procedures City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-4 City of Yakima 140 and the Engineer has witnessed and has not found deficiencies in that portion of the work, individual systems may be started and operated under simulated operating conditions to determine as nearly as possible whether the equipment and systems meet the requirements of these Specifications. Test media for these systems shall either be the intended fluid or a compatible substitute. The equipment shall be operated a sufficient period of time to determine machine operating characteristics, including temperatures and vibration, to observe performance characteristics and to permit initial adjustment of operating controls. When testing requires the availability of auxiliary systems such as electrical power, compressed air, control air, or instrumentation which have not yet been placed in service, the Contractor shall provide acceptable substitute sources, capable of meeting the requirements of the machine, device, or system, at no additional cost to the Owner. Disposal methods for test media shall be subject to review by the Engineer. If under test, any portion of the work should fail to fulfill the Contract requirements and is adjusted, altered, renewed or replaced, tests on that portion when so adjusted, altered, removed or replaced, together with all other portions of the work as are affected thereby, shall, if so required by the Engineer, be repeated within reasonable time and in accordance with the specified conditions. The Contractor shall pay to the Owner all reasonable expenses incurred by the Owner as a result of repeating such tests. Once simulated operation has been completed, all machines shall be rechecked for proper alignment, realigned, if necessary, and doweled in place. All equipment shall be checked for loose connections, unusual movement, excessive temperature, noise, and/or vibration or other indications of improper operating characteristics. Any deficiencies shall be corrected to the satisfaction of the Engineer. All City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-5 City of Yakima 141 machines or devices, which exhibit unusual or unacceptable operating characteristics shall be disassembled and inspected. They shall then be repaired or removed from the site and replaced at no cost to the Owner. Test results shall be within the tolerances set forth in the detailed Specification sections of the Contract Documents If no tolerances have b en specified, test results shall conform to tolerances established by recognized industry practice. Where, in the case of an otherwise satisfactory installed test, any doubt, dispute, or difference should arise between the Engineer, and the Contractor regarding the test results or the methods or equipment used in the performance of such test, then, the Engineer may order the test to be repeated. If the repeat test, using such modified methods or equipment as the Engineer may require, substantially confirms the previous test, then all costs in connection with the repeat test will be paid by the Owner otherwise the costs shall be borne by the Contractor. Where the results of any installed test fail to comply with the Contract requirements for such test, then such repeat tests as may be necessary to achieve the Contract requirements shall be conducted by the Contractor at his expense. Unless otherwise specified, the Contractor shall provide at no expense to the Owner, all water, power, fuel, compressed air supplies, labor and all other necessary items and work required to complete all tests and inspection specified herein. The Contractor shall provide, at no expense to the Owner, temporary heating, ventilating, and air conditioning for any areas requiring it in the case where permanent facilities are not complete and operable at the time of installed tests and inspections. Temporary facilities shall be maintained until permanent systems are in service. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-6 City of Yakima 142 4. Operational Testing After completion of all installed testing and review by the Engineer that all equipment complies with the requirements of the Specifications, the Contractor shall conduct operational testing. All domestic water, oil, fuel, and chemical systems shall be filled with the specified fluid. The Contractor shall operate the completed facility for a period of not less than that specified in Part 3.4 of this Section during which all systems shall be operated as a complete facility at various loading conditions, as directed by the Engineer. Should the operational testing period be halted for any reason related to the facilities constructed or the equipment furnished under this Contract, or the Contractor's temporary testing systems, the operational testing program shall be repeated until the specified continuous period has been accomplished without interruption. All process units shall be brought to full operating conditions, including temperature, pressure, and flow. Record drawings of facilities involved must be accepted and ready for turnover to the Owner at the time of operational testing. All costs for water, fuel, power, and chemicals required during operational testing shall be borne by the Owner. 5. 5. Commissioning After completion of the operational testing and certifications by the Engineer that the systems meet all performance requirements, commissioning will begin. The commissioning period for all systems shall be 7 consecutive, calendar days. The Contractor shall remove all temporary piping that may have been in use during the operational testing and shall assist the Owner with the placement of the facility into its fully operational mode handling wastewater and/or sludge. The Owner's operations and maintenance personnel will be responsible for operation of the facility or portion of the facility during this period of time. The facility or portion thereof shall be fully and continuously operational, accepting all normal flow called for in design and performing all functions as designed. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-7 City of Yakima 143 The Contractor shall be available, with all appropriate subcontractors and trades, at all times during commissioning periods to provide immediate assistance in case of failure of any portion of the system being tested. This assistance shall be available, if needed, on a 24-hour basis. The Engineer will not issue a certificate of Substantial Completion until the end of the commissioning period (including training) and then only when all corrections required to ensure a reliable and completely operational -facility have been complete. The Contractor shall be responsible for all costs in excess of the Owner's normal expected costs of operations during the commissioning period. The Contractor shall bear the costs of all necessary repairs or replacements, including labor and materials, required to keep the portion of the plant being commissioned operational. The commissioning period will be considered completed when the facility has been continuously operated without major interruption, equipment failure, or system breakdown for the specified commissioning period. A major interruption, failure or breakdown shall be a condition or event that prevents the facility from continuously and adequately handling normal flow, cannot be repaired or corrected immediately by the Contractor, and is not caused by improper operation and maintenance of the facilities by the Owner. An interruption of the commissioning period under these circumstances will require a re -start of commissioning once required repairs and corrections are made by the Contractor. Should the commissioning period be halted for any reason related to the facilities constructed or the equipment furnished under this Contract, the commissioning shall be repeated until the specified continuous period has been accomplished without interruption. Final O&M manuals for the facilities must be accepted and ready for turnover to the Owner before the start of commissioning. C. TRAINING During the phase of water testing of equipment, the Contractor shall make available experienced factory -trained representatives of the manufacturers of all the various pieces of equipment, to train the Owner's personnel in the operation and maintenance thereof. The time required for this training shall be as covered in the specifications for the specific piece of equipment. The Contractor shall notify the Engineer of the time of the training at least 14 calendar days prior to the start time of the training. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-8 City of Yakima 144 1.4 SUBMITTALS A. STARTUP AND TESTING PLAN Prior to receipt of any progress payments in excess of 60 percent of the Contractor's total bid for the work, the Contractor shall submit to the Engineer five copies of a startup and testing plan with details of the installed tests and inspection procedures he proposes to adopt for testing and startup of all equipment to be operated singly and together. B. TRAINING OUTLINE The Contractor shall submit five copies of a detailed outline of training activities to be performed by each manufacturer's representative 14 calendar days prior to the start time of the training. This outline shall indicate how the manufacturer's representative is going to allocate the required specified number of training hours to fulfill these contractual obligations. PART 2 PRODUCTS 2.1 INSTALLATION Materials employed in the installation shall conform to the requirements of the Contract Documents and the recommendations of the equipment manufacturers. 2.2 TESTING A. RECORDS The Contractor shall provide sign -off forms for all installed and operational testing to be accomplished under this Contract. Sign -off forms shall be provided for each item of mechanical, electrical and instrumentation equipment provided or installed under this Contract and shall contain provisions for recording relevant performance data for original testing and not less than three retests. Separate sections shall be provided to record values for the preoperation checkout, as well as signatures of representatives of the equipment manufacturers, the Contractor, and the Engineer. B. TEMPORARY TEST FACLITIES AND MODIFICATIONS The Contractor shall provide and install all necessary temporary piping, valves, pumps, tanks, controls, and other facilities and modifications to City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-9 City of Yakima 145 enable the operational testing of the permanent facility components. Operational testing requiring the recirculation of water or process fluids within the facility shall be performed by the Contractor using temporary facilities, if needed, provided and installed by the Contractor. Temporary facilities shall be removed by the Contractor once the required testing is completed. PART 3 EXECUTION 3.1 INSTALLATION All equipment and apparatus used in testing shall be installed by specialists properly skilled in the trades and professions required to assure first-class workmanship. Where required by detailed Specifications, the Contractor shall cause the installation of specific equipment testing items to be accomplished under the supervision of factory -trained installation specialists furnished by the equipment manufacturers. The Contractor shall be prepared to document the skills and training of all workmen engaged in the installation of all testing equipment furnished either by the Contractor or the Owner. 3.2 TESTING Testing shall proceed on a step-by-step basis in accordance with the Contractor's written testing procedures. The Contractor's testing work shall be accomplished by a skilled team of specialists under the direction of a coordinator whose sole responsibility shall be the orderly, systematic testing of all equipment, systems, structures, and the complete facility as a unit. Each individual step in the procedures shall be witnessed by a representative of the Engineer. During the facility operational testing period, all equipment and systems in operation shall be operated to the greatest extent practicable, at conditions, which represent the full range of operating parameters as defined by the Contract Documents. 3.3 FACILITY OPERATIONAL TESTING The systems described below shall be tested to demonstrate the performance of mechanical, electrical, instrumentation and control subsystems together as an integrated system. Where the testing described in this Section conflicts with the testing requirements specified for individual equipment, or the manufacturer's recommended testing procedure, those requirements and procedures shall prevail. Unless otherwise noted, a time period of 7 calendar days shall be allowed for each facility operational test. Unless otherwise noted, each portion of the facility being City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01800-10 City of Yakima 146 operationally tested must perform through its complete design range for a period of 7 consecutive 24-hour days. Facility operational testing shall be sequenced in coordination with the work sequence specified in Section 01110. Temporary facilities necessary for operational testing are specified in Paragraph 2.2 of this Section and in Section 01500. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O # 17042.03 01800-11 City of Yakima 147 SECTION 01900 SALVAGE AND DEMOLITION PART 1 GENERAL 1.1 SCOPE The work specified in this Section covers the demolition of existing structures, piping, equipment, and sitework, and the salvage of existing materials and equipment as indicated on the Plans and as specified herein. All areas and facilities of the existing facility, which are not to be removed, must remain in continuous operation during the work in accordance with Section 01510. Demolition and salvage work shall create a minimum of interference with the operation of the facility. The Plans show the major items to be demolished and removed. The Contractor shall, however, remove any other incidental above -grade items which are not to be used in the completed project. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01510 Maintenance of Treatment Facility 1.3 SALVAGE Salvageable equipment and material shall be removed with care so as not to impair future uses and shall include all equipment and material so indicated on the Plans. Salvaged equipment and material not reused or rejected by the Owner shall be cleaned and protected from corrosion and weather and delivered by the Contractor to the Owner at the wastewater treatment facility. Reuse of salvageable equipment and material by the Contractor will not be permitted except where specifically indicated on the Plans and in the Specifications or where approved by the Engineer and Owner. Salvageable equipment and materials rejected in writing by the Owner shall become the property of the Contractor and shall be disposed of away from the site without additional cost to the Owner. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01900-1 City of Yakima 149 1.4 DEMOLITION The Contractor shall be responsible for compliance with current City, County, State, and Federal codes and regulations related to demolition. The Contractor shall maintain access for the Owner's employees during the demolition period and provide barricades, fences, etc., as required for job site safety. Demolition of concrete, masonry, roofing, asphalt, and other materials shall be done so as to avoid damage to existing structures intended to remain. Demolition or cutting required to add to or modify existing structures shall be done in such a manner that the appearance and utility of the existing structure is not impaired and so that a neat transition from new to old material may occur. All waste materials from demolition or cutting shall become the property of the Contractor and shall be removed from the site and hauled to an approved waste disposal site, if declared surplus by the Owner. All materials and equipment, however, are property of the Owner unless declared surplus. Some equipment and materials scheduled for salvage and delivery to the Owner are noted on the Plans. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 01900-2 City of Yakima 150 SECTION 02225 BIOSOLIDS REMOVAL, TRANSPORT, AND UTILIZATION PART 1 GENERAL 1.1 SCOPE This Section covers the removal of biosolids from existing anaerobic digesters and the transport of biosolids to an approved biosolids handling facility specifically permitted to accept Class B biosolids. Facility selection shall be by the Contractor. The Contractor shall take full responsibility for all labor, materials, chemicals, removal of explosive and toxic gases including inert gas purging, supplies, supervision, electrical power, temporary lighting, tools, backflow prevention devices, equipment for both safety and sludge removal purposes, transportation, land application sites (if applicable), and all incidentals required for the following activities from the time the Owner has removed the sludge, as described under A through D below, until the digester is empty and ready for refilling: A. Removing all liquid, sludge, scum, rags, grit, hair, grease, debris, and related materials from the bottom of Primary Digester No. 1 after the Owner has drained the sludge in the digester down to approximately elevation 1005.75'. The estimated quantity of material to be removed from this digester is 202,000 gallons. The work shall also include purging the digester with inert gases (nitrogen or carbon dioxide) before the digester contents are removed. The guidelines presented in NFPA Code 54 (National Fuel Gas Code) and NFPA 69 (Standard on Explosion Prevention Systems) shall be strictly followed. There shall be no detectable explosive or toxic gases remaining in the digesters when the Contractor has completed the sludge removal operations. B. Removing all liquid, sludge, scum, rags, grit, hair, grease, debris, and related materials from the bottom of Secondary Digester No. 1 after the Owner has drained the sludge in each digester down to approximately elevation 1007.50'. The estimated quantity of material to be removed from this digester is 24,000 gallons. The work shall also include purging each digester with inert gases (nitrogen or carbon dioxide) before the digester contents are removed. The guidelines presented in NFPA Code 54 (National Fuel Gas Code) and NFPA 69 (Standard on Explosion Prevention Systems) shall be strictly followed. There shall be no detectable explosive or toxic gases remaining in the digesters when the Contractor has completed the sludge removal operations. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-1 City of Yakima 151 C. Removing all liquid, sludge, scum, rags, grit, hair, grease, debris, and related materials from the bottom of Secondary Digester No. 2 after the Owner has drained the sludge in each digester down to approximately elevation 1006.50'. The estimated quantity of material to be removed from this digester is 39,000 gallons. The work shall also include purging each digester with inert gases (nitrogen or carbon dioxide) before the digester contents are removed. The guidelines presented in NFPA Code 54 (National Fuel Gas Code) and NFPA 69 (Standard on Explosion Prevention Systems) shall be strictly followed. There shall be no detectable explosive or toxic gases remaining in the digesters when the Contractor has completed the sludge removal operations. D. Removing all liquid, sludge, scum, rags, grit, hair, grease, debris, and related materials from the bottom of Secondary Digester No. 3 after the Owner has drained the sludge in each digester down to approximately elevation 1006.75'. The estimated quantity of material to be removed from this digester is 38,000 gallons. The work shall also include purging each digester with inert gases (nitrogen or carbon dioxide) before the digester contents are removed. The guidelines presented in NFPA Code 54 (National Fuel Gas Code) and NFPA 69 (Standard on Explosion Prevention Systems) shall be strictly followed. There shall be no detectable explosive or toxic gases remaining in the digesters when the Contractor has completed the sludge removal operations. E. Dewater and add chemicals, as necessary, for odor control, to the digester contents to meet all Federal, State, and Local regulatory requirements. F. Transport the digester contents to an appropriate handling facility provided by the Contractor for ultimate disposal. The Contractor shall verify with City, County, and State officials any load limitations, required by these agencies, on bridges and access roads to the disposal site. The Contractor shall be responsible for all costs associated with traffic violations or other claims incurred as a result of the hauling operations for the duration of the Contract. This includes ensuring that all loads are within legal limits. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01110 Summary of Work 01200 Measurement and Payment 01300 Submittals 01500 Temporary Facilities 01530 Temporary Bypass Pumping City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-2 City of Yakima 152 1.3 DEFINITIONS A. SLUDGE For the purpose of this section only, the term "sludge" and "biosolids" are used interchangeably. B. BIOSOLIDS "Biosolids" are defined as residual solids from a municipal wastewater treatment process that have achieved adequate treatment to permit land application for beneficial purposes in accordance with applicable federal, state, and local laws and regulations. The term biosolids does not include materials that have come into direct contact with biosolids such as inert materials (plastics, fabric, grit, etc.) that have been in contact with the sludge and/or biosolids at some point in the treatment process. C. APPLICABLE FEDERAL, STATE AND LOCAL REGULATIONS These regulations include 40 CFR Part 503 and WAC 173-308. D. JURISDICTIONAL AGENCIES Jurisdictional agencies for biosolids utilization include the County Health Owner where the biosolids are utilized, the Washington State Department of Ecology, and the U.S. Environmental Protection Agency. 1.4 SUBMITTALS The following submittals must be approved by the Engineer according to the procedures in Section 01300 prior to removal of material from the site, unless otherwise noted: A. Detailed plan and schedule of actions necessary for the anaerobic digester contents removal, transportation, and disposal. This document shall include a description of the activities to be performed for each digester and estimated dates from start to finish of required work on each digester. The detailed plan and schedule shall also address the following elements: 1. Coordination with the installation / replacement of temporary connection and valves in the Primary Digester Control and Secondary Digester Control Buildings and the site piping between the buildings. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-3 City of Yakima 153 2. Coordination with the Owner's digester sludge removal and refilling activities. The Owner intends to remove the sludge in each digester down to the elevation listed in Section 1.1 prior to the Contractor removing the remaining material. Once all required material is removed, the Owner will commence with sludge filling and/or transfer according to the Plans and as specified herein. 3. The Contractor shall allow the Owner the time periods specified in Section (1110 for digester -draining and inspections. 4. Inert gas purging of each digester. 5. Necessary water and power supplies. B. Biosolids removal and hauling equipment. C. Copy of Spill Prevention Plan for biosolids hauler. D. Copy of Biosolids Permit and Site -specific Land Application Plan for the selected Beneficial Use Facility for the Class B biosolids, if applicable. E. Copy of the Waste Disposal Authorization Permit for the selected waste handling facility, if applicable. 1.5 QUALITY ASSURANCE The Contractor shall have documented experience in removing sludge, rags, grit, hair, grease, debris grit, and scum from anaerobic digesters, and hauling and disposal of the digester contents, as stated in the Supplementary General Conditions. The Contractor shall provide evidence of this experience and shall include documentation of such evidence in accordance with the Contract Documents. Permits, licenses, and fees required in association with the hauling and disposal of the digester contents shall be the responsibility of the Contractor. PART 2 PRODUCT 2.1 GENERAL Pumping equipment and debris removal equipment shall be of the Contractor's choosing, and shall be capable of performing the work within the limits of the Contract Requirements. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-4 City of Yakima 154 The interior of the digesters shall be cleaned of all sludge, biosolids, rags, grit, debris, and any other deleterious material. Any buildup of hardened sludge, grit, and other undesirable material shall be removed in a manner that will not cause damage to the interior walls, dome, roof, floor, or structure of any digesters nor to any piping or equipment, including their coatings. The digesters shall be cleaned of any undesirable materials and buildup to within a minimum 1/8-inch of the surface of the structure. The Contractor shall verify with the Plant Manager that sufficient water will be available for the Contractor's processes. If the existing conditions are not sufficient, it shall be the Contractor's responsibility to provide the necessary appurtenances for the removal of sludge from the digesters. The Contractor shall verify with the Plant Manager that adequate sources of electrical power will be available to meet the Contractor's needs. In the event that the sources of electrical power are not suitable for the Contractor's work due to any reason, it shall be the Contractor's responsibility to provide a portable generator or other temporary electrical source to operate their equipment. PART 3 EXECUTION 3.1 GENERAL The Contractor shall remove, haul, and dispose of digester contents of the existing anaerobic digesters. Regardless of their form, the contents shall be loaded into covered, watertight vehicles for hauling. All of the digester contents shall be removed from the digesters, regardless of its characteristics, and means required for removal, at no additional cost to the Owner. The Contractor shall provide complete documentation of all current and approved biosolids utilization site and/or disposal authorization permits. The Contractor is responsible for compliance with all applicable permits. Biosolids shall be handled in accordance with all local, state, and federal regulations. The Contractor shall at all times comply with WAC Chapter 173-308, Biosolids Management. All removal, haul, transport, land application, utilization, and monitoring of biosolids shall be in compliance with local, state, and federal regulations. All permits necessary to properly dispose of the biosolids from the digesters shall be obtained by the Contractor through the off -site facility specifically licensed to accept Class B biosolids by a composting or solid waste permit, or by beneficial use facility status. The Contractor is responsible for all testing associated with determining biosolids quality as required for beneficial land application. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-5 City of Yakima 155 3.2 PREPARATORY STEPS AND BIOSOLIDS QUANTITY DETERMINATION The quantity of material to be removed from Primary Digester No. 1 and Secondary Digesters Nos. 1, 2, and 3 are estimated to be as stated in Section 1.1. This material is estimated to be up to 30 percent solids after the Owner has removed the contents of the digester to the elevation stated in Section 1.1. The Contractor shall be paid for the volume of sludge removal below the elevation as specified in Section 1.1. If the Contractor dilutes this material by washdown or for slurry pumping operations or other means, the Contractor will not be paid for the additional volume due to dilution. It shall be noted that Primary Digester No. 1, nor Secondary Digesters No. 1, 2, or 3 have not been drained and/or cleaned in at least 10 years. As such, it is anticipated that a large fraction of the material remaining after the Owner has concluded their draining operations will be heavy, non -organic material such as grit, etc. This material may be more difficult that typical biosolids to remove from the tank, and specialized pumping / removal equipment may be necessary. The Contractor shall be responsible for removing the remaining material regardless of its consistency at no additional cost to the Owner. The Contactor shall present to the Owner and Engineer their proposed truck traffic patterns for ingress and egress through the Wastewater Treatment Facility (WWTF). All coordination efforts shall be made to prevent conflicts with the Owner's requirements for day-to-day operation of the facilities. Coordinate the placement of any equipment and water supply hoses to maintain access by the Owner to other treatment facility equipment. 3.3 SAFETY CONSIDERATIONS The Contractor is responsible, at all times, for protecting the health and safety of their workers. Each digester shall be considered a confined space and the Contractor is responsible for compliance with OSHA Confined Space Entry Procedures, as found in 29 CFR Part 1910.146 APP C. During normal operation, anaerobic digesters are classified as hazardous, Group D, Class I, Division 1 areas. This classification includes the space within 10 feet beyond all exterior walls, the roof, and all gas handling equipment. The Contractor shall take all appropriate precautions for working in a classified area. Non -sparking tools, lighting, and ventilation fans shall be used as far as practicable to provide a safe working area. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-6 City of Yakima 156 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All Contractors and Subcontractors performing work under this Contract must utilize appropriate protective clothing, equipment, goggles, gloves, face masks, etc. as necessary to undertake the work in a safe manner. The Contractor shall be responsible for providing forced fresh air ventilation into each digester when occupied by personnel. The Contractor shall be responsible for monitoring the atmosphere inside each digester to determine the appropriate level of protection for their personnel during the work. The Contractor shall monitor for volatiles, oxygen, and Lower Explosive Limits (LEL) at a minimum. The atmosphere shall be maintained below 10 percent of the LEL. The Contractor shall supply and maintain two continuous oxygen deficiency, hydrogen sulfide, and LEL monitors for each digester when personnel is required to enter the digesters. The detectors shall give visual (meter and light) and audio indication of hazardous atmospheres. If one unit fails, work may continue; however, if both units fail, all work shall immediately stop inside the digester. At a minimum, the Contractor shall maintain the atmosphere inside the digesters at the following levels: Parameter Threshold Oxygen Levels: 19.5% to 21.5% based on atmospheric pressure at sea level Nitrogen: 77.0% to 79% based on atmospheric pressure at sea level Flammability: < 10% LEL Toxicity: Less than the contamination level referenced in 29 CFR Part 1910 Sub Part Z The Contractor or Subcontractor shall submit to the Engineer certificates signed and dated by each employee certifying that the employee that will enter the digester: • Has received training in Confined Space Entry Procedures, • Understands the health implications and risks involved, • Understands the use and limits of the equipment to be used, and • Understand engineering and other hazard control techniques and procedures. The Contractor shall provide emergency air packs for employees and the Owner's and Engineer's inspectors. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-7 1 City of Yakima 157 The Contractor shall immediately inform the Plant Manager of any previously unidentified hazards confronted or created during confined space entry. 3.4 BIOSOLIDS QUALITY Each bidder must determine for themselves how their own evaluations of the characteristics analysis (i.e., percent solids and dewaterability) will influence their own contract proposal. The Owner is not responsible for the performance efficiency of any item of the Contractor's equipment or equipment system used in this Contract. Each prospective bidder must evaluate for themselves how the biosolids characteristics will influence the performance efficiency of their equipment. 3.5 TEMPORARY PIPING Prior to removal of material from the digesters, the Contractor shall install temporary piping that will be used to transfer and / or remove material within the digester between tanks as desired by the Owner to provide sufficient treatment and compliance with the Facility's National Pollutant Discharge Elimination Permit System (NPDES). Temporary piping shall be furnished and installed as shown on the Plans and as required to perform the sludge removal operations. The temporary piping shall be furnished, installed, and maintained by the Contractor. Once the project is completed, or as directed by the Owner, the Contractor shall remove all temporary piping used for sludge transfer / withdrawal, and shall restore the piping route to its original, pre -project condition. 3.6 REMOVAL OF MATERIAL FROM THE DIGESTERS Work shall be performed in accordance with the schedule submitted by the Contractor and approved by the Owner and Engineer. The Contractor shall provide labor and equipment required for the removal of sludge from each digester. During freezing conditions, the Contactor shall provide for heating discharge material and air purging of discharge lines. The Contractor shall conduct the work in a way as to minimize odors 24 hours per day while removing the material from each digester. The Owner and the Engineer reserve the right to stop or postpone the work if odors become objectionable. No additional compensation will be paid the Contractor because removal was postponed because of objectionable odors. In situations where the operation of the WWTF conflicts with the Contractor's work, the operation of the WWTF shall take precedence. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-8 City of Yakima 158 The Contractor shall use existing access ports for access to each digester. Selected access ports are shown on the Plans; however, additional ports may be utilized. The Contractor shall verify for themselves the location, size, and type of access hatch to each digester prior to initiating their work for all access ports/hatches that are utilized, flange gaskets shall be replaced with new gaskets of the same thickness, size, and material as the existing gaskets unless noted otherwise on the Plans. The Contractor shall provide pumps, temporary piping, and appurtenances to withdraw each digester's contents and convey it to the disposal and / or hauling equipment. The equipment required for the removal and processing of the digester content shall be attended at all times while in operation. The Contractor shall place their equipment, vehicles, and temporary piping so that it does not interfere with WWTF operations or the ongoing construction activities at the WWTF. The Contractor shall not allow any residuals or free liquids from the digesters to enter storm drains, roadways, waterways, or any other land, either public or private. In the event a spill occurs, the Contractor shall immediately take any and all necessary steps to control and clean the spill and shall pay any fines levied against the Owner as a result of the spill. The Contractor shall be responsible for satisfying State reporting requirements. 3.7 DEWATERING Onsite dewatering of material removed from the digesters shall not be allowed for this project. Any and all dewatering desired by the Contractor must occur at an offsite facility, shall be at the complete discretion of the Contractor, and shall occur at no additional cost to the Owner. 3.8 TRANSPORT OF MATERIAL The Contractor shall transport biosolids to a beneficial use facility that is approved for land applying biosolids by the Department of Ecology, or is a permitted composting facility. Solids may also be deposited at a suitable, permitted, waste handling facility. The Contractor shall weigh each truck on a scale that conforms to the requirements of the Standard Specifications for Road, Bridge and Municipal Construction, latest edition, Section 1-09.2. No payment will be made for material removed from the site unless documented with trip tickets that clearly indicate the weight (and/or volume) of material removed from the site, the empty truck weight, and written documentation that each load of biosolids has been properly received at the permitted facility. Scale tickets and documentation of City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-9 City of Yakima 159 receipt at the permitted facility shall be submitted to the Engineer within 2 working days of each truck trip. Digitized copies of truck tickets are preferred; however, hard copies are also acceptable. All components of the truck ticket shall be clear and legible. Hard copies of truck tickets shall be provided to the Engineer as soon as reasonably available. A certified truck scale is available at the project location and may be used, if required, with prior approval from the Owner. The Contractor shall thoroughly remove mud, dirt, and biosolids from the wheels, tires, chassis, and exterior of all vehicles leaving the WWTF using a dry cleaning method. The Contractor shall immediately clean up any mud and spillage deposited anywhere outside of the WWTF area by the Contractor's vehicles, using a dry cleanup method to remove as much material as possible prior to use of wet cleaning methods. The Contractor shall cover all loads leaving the WWTF site. The Contractor shall have a Spill Prevention Plan, which must be submitted to the Engineer and approved, prior to hauling biosolids. The Contractor is responsible for reporting spills that occur during transport from the wastewater treatment plant site to the permitted facility. In the event of a biosolids spill, the Contractor is responsible for all costs associated with cleaning the spill as well as any penalties and fines levied by the jurisdictional agencies against the Owner or the Contractor as a result of the spill. 3.9 UTILIZATION All biosolids material shall be hauled to and beneficially used at licensed, permitted use facility(ies), as defined in WAC 173-308. Alternative waste handling sites may be used, but the Contractor shall be responsible for ensuring that the biosolids meet all quality control criteria for disposal, and shall acquire any and all necessary permits required for disposal. The Contractor, as a part of the submittal process, shall furnish a copy of the certificate or letter of coverage that designates the receiving site as a permitted facility. In addition, the Contractor must identify receiving site(s) by providing a letter of acknowledgment from the owner of each receiving site stating that the mass of dewatered biosolids projected to be delivered is within the scope of their operating permit from the Department of Ecology or appropriate governing authority. Contractors are encouraged to develop more than one receiving site for the biosolids and to assure receiving capabilities for up to 25 percent overrun of the quantity estimated by the Engineer. The Contractor shall ensure that the receiving facility(ies) meets other requirements as defined by the Department of Ecology or appropriate governing City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-10 City of Yakima 160 authority. The Contractor is responsible for all testing and paying all costs necessary to determine biosolids quality or nutrient value as needed by the permitted use facility. Biosolids quality testing shall be conducted at a Department of Ecology certified laboratory. The Contractor shall provide documentation to the Owner indicating the actual amount of biosolids quantities received and properly utilized at the permitted use facility. All biosolids removed from the digesters shall be utilized at the receiving site in strict accordance with the receiving site's biosolids permit and all applicable federal, state, and local regulations. The Contractor shall be responsible for all sampling, testing, permitting, disposal, site monitoring, site application and utilization, and all other pertinent costs required at the application site. 3.10 REPAIRS The Contractor shall be responsible for any damage to any WWTF facilities or equipment, public or private access roads, or surrounding utilities, which has been caused by material removal and/or hauling, and shall, at the Contractor's expense, schedule and complete repairs as soon as possible. A repair schedule must be submitted to the Engineer for review and approval, and shall be submitted within 3 calendar days from the time when damage occurred or was initially noted by either the Contractor or the Owner. Any repair work must be accomplished with parts, materials, and labor, which have first met the approval of the Engineer. Upon completion of any repair work or receipt of materials or replacement equipment or parts, written approval from the Engineer must accompany a statement to the effect that this work has been completed. Said statement shall be submitted to the Engineer. If, in the opinion of the Engineer, any equipment, materials, repair work, or schedule for such, is unacceptable to him, the Engineer may elect to have the work done by Owner staff or another Contractor. All costs for any repair work as described herein are to be paid for by the Contractor. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 02225-11 City of Yakima 161 SECTION 07900 CAULKING AND SEALANTS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the furnishing of all labor, materials, tools, and equipment required to install caulking and sealants, as indicated on the Plans and as specified herein. All exterior wall joints and interior and exterior joints between all differing or dissimilar materials and at windows, doors, roof penetrations, louvers and similar types of openings shall receive sealants to make the joint air and watertight. This includes concrete to CMU, concrete to wood, concrete to HDPE or other plastic, CMU to wood, concrete to sheet metal, CMU to sheet metal, etc. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 1.3 REFERENCE STANDARDS This Section references the latest revisions of the following documents: Reference Title AAMA 800 Sealant Manual, Specifications and Test Methods for Sealants ASTM C834 Standard Specification for Latex Sealants ASTM C920 Standard Specification for Elastomeric Joint Sealants ASTM C 1193 Standard Guide for Joint Sealants ASTM C1311 Standard Specification for Solvent Release Sealants ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot -Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 07900-1 City of Yakima 163 ASTM D7174 Standard Specification for Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction NSF/ANSI 61 Drinking Water System Components — Health Effects PART 2 PRODUCTS 2.1 POLYURETHANE SEALANTS Provide a one -component, gunnable grade, non -sag, solvent -free polyurethane sealant. The sealant shall cure under the influence of atmospheric moisture. Sealant shall meet ASTM C920, Type S, Grade NS, Class 35, under uses NT, T, M, G, I, A, and O. Performance characteristics shall include a 175 psi 21-day tensile strength, a minimum 500-percent ultimate elongation, and a maximum Shore "A" Hardness of 45. Polyurethane sealants shall be Sikaflex-la, as manufactured by the Sika Corporation, or equal by Tremco, Inc. or BASF Corporation. 2.2 SILICONE SEALANTS Provide a one -component, gunnable grade, neutral cure, silicone sealant. Sealant shall meet ASTM C920, Type S, Grade NS, Class 50, under uses NT, M, G, A and O. Performance characteristics shall include a 200 psi 21-day tensile strength, a minimum 700-percent ultimate elongation, and a maximum Shore "A" Hardness of 25. Silicone sealants shall be Sikasil WS-295, as manufactured by the Sika Corporation, or equal by Tremco, Inc. or BASF Corporation. 2.3 ACRYLIC LATEX CAULK Provide a one -component, gunnable grade, pure acrylic latex sealant. Sealant shall meet ASTM C834, Type OP, Grade -18 °C. Performance characteristics shall include a maximum 25-percent shrinkage, and a movement capability of plus/minus 12.5-percent. Acrylic latex sealants shall be Tremflex 834, as manufactured by the Tremco, Inc. or equal by BASF Corporation. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 07900-2 City of Yakima 164 2.4 TAPE SEALANT Provide a 100-percent solid, isobutylene preformed sealant tape. Tape sealant shall meet the American Architectural Manufacturer's Association AAMA 807.3 standard. Performance characteristics shall include a density of 1.5 and a minimum peel adhesion of 8 pounds per inch. Tape sealant shall be Sikalastomer-95, as manufactured by the Sika Corporation, or equal by Tremco, Inc. or BASF Corporation. 2.5 PREFORMED FLEXIBLE JOINT MATERIAL Provide a closed -cell, polyolefin preformed foam joint material. Foam joint material shall meet ASTM D7174. Performance characteristics shall include an expansion recovery greater than 99-percent, a maximum 50-percent compression strength of 15 psi, and a maximum water absorption of 0.25-percent by volume. Foam joint material shall be Ceramar, as manufactured by W.R. Meadows, or equal. 2.6 PREFORMED FLEXIBLE JOINT BACKER MATERIAL Provide a closed -cell, polyolefin preformed foam backer rod material. Backer rod material shall meet ASTM D5249 and shall be compatible with the proposed cold -applied sealant. Backer rod material shall be Kool-Rod, as manufactured by W.R. Meadows, or equal. 2.7 PRIMERS Provide primer materials made by or recommended by the sealant manufacturer for the conditions of the application, including the materials to be sealed at the joints and the type of sealant or caulking material to be used. PART 3 EXECUTION 3.1 GENERAL All sealant and primer work shall comply with ASTM C 1193 and with the manufacturer's written instructions. The Contractor shall confirm that the proposed sealant and primer materials are compatible with any concrete curing compound used, or the Contractor shall City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 07900-3 City of Yakima 165 lightly sandblast and thoroughly clean concrete joint surfaces prior to application of sealant materials. All priming and sealant work shall be done under temperature and moisture conditions that are within the requirements of the manufacturer's written instructions. All exterior dissimilar materials shall be sealed with elastomeric sealants at the Joints between the different materials. 3.2 APPLICATION OF SEALANTS A. PREPARATION OF JOINTS Inspect profiles and surfaces of all joints prior to application. Verify joint dimensions are adequate for development of the sealant movement capability. All joints shall be solvent cleaned, dry, and free of dust, oils and grease before receiving backing materials and sealant. Floor joints shall be wire brushed, free of laitance or other residues. Aluminum or other metal surfaces to be in contact with sealants shall be wiped clean with xylol or an MEK solvent to remove any coatings or contamination. Joint sealants shall be installed before other surface finishes are applied. Proceed with joint sealant work only once conditions meet the manufacturer's requirements. B. BACKINGS Install filler and backer materials in as long of lengths as practicable. Stretch and force into joints with tool designed for that purpose, to a uniform depth, as indicated on the Plans or as required by the manufacturer, allowing for installation of sealant and caulking. Provide filler material in slab shapes for joints 1/2 inch or more in depth, and in 3/4 inch or more wide joints to receive sealing material. Provide extruded rod backer material in all other joints to receive sealant. Filler or backer material shall be of a depth as required to bring the top surface to within 1/2 inch of the slab surface, or as indicated on the Plans. All joints shall include a suitable bond breaker between backing materials and sealant. C. MASKING Both sides of joints shall be masked with tape to prevent soiling floor, slab, or wall beyond limits of the joint. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 07900-4 City of Yakima 166 D. PRIMING Apply primer to all surfaces of joints in contact with sealant materials. Apply full strength and undiluted in a uniform coating of surface. Allow to set or cure prior to proceeding. Do not prime surfaces at back of joint. E. APPLICATION Sealant shall be gun applied, giving the joint a full bead of sealant. Skin beads are not acceptable. Tool the bead immediately after application to ensure a firm and full contact with the inner faces of the joint. Joints in sills and other wash surfaces shall be filled slightly convex to obtain a flush joint when dry. Entire perimeter of openings in concrete surfaces shall be sealed. Do not apply sealants to wet or damp surfaces nor in temperatures below 50 degrees F, and as required by the manufacturer. Strike off excess sealant with tooling stick or a knife so that finished bead is slightly below surface. Remove excess sealant as work progresses. Sealants in masonry wall joints are to be a maximum of 1/2-inch deep and not less than 1/4 inch in each dimension. When applying sealant, do not permit thickness of sealant to exceed 1/2 of the width of the joint. Any joints over 1/2-inch wide shall be reported to the Owner and instructions for correcting the applications will be given. 3.3 CLEANUP Upon completion, the Contractor shall remove and dispose of masking materials. Remove any excess materials and clean adjacent surfaces free from any soiling or staining resulting from the sealing and caulking operations. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 07900-5 City of Yakima 167 SECTION 08560 ALUMINUM WINDOWS PART1 GENERAL 1.1 SCOPE The work specified in this Section consists of furnishing and installing aluminum window units complete with hardware and related components as shown on the Plans and as specified herein. 1.2 RELATED SECTIONS Section Item 01300 Submittals 07900 Caulking and Sealants 1.3 SYSTEM PERFORMANCE REQUIREMENTS A. STANDARDS Testing standards and methods for structural performance, air infiltration and water penetration for aluminum windows are those specified in AAMA Publication 101 for the type of window unit indicated herein. Provide aluminum windows bearing the AAMA label certifying compliance with requirements of AAMA publication 101 for the type of window unit indicated herein. B. TESTING Provide test reports from an independent testing laboratory certifying performance of window units for rate of air infiltration (ASTM E283), water resistance (ASTM E547) and structural performance (ASTM E330) indicated in AAMA publication 101. Test samples shall comply with requirements in AAMA 101 for test samples size and methods. C. AIR INFILTRATION Air Infiltration shall not exceed 0.15 cfm per square foot of overall frame area at an inward test pressure of 1.57 psf. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 08560-1 City of Yakima 169 D. WATER PENETRATION No water penetration as defined in the test method at an inward test pressure of 3.0 psf. E. STRUCTURAL PERFORMANCE No glass breakage, damage to hardware, permanent deformation that would impair operation of the unit, or residual deflection at a positive (inward) and negative (outward) test pressure of 37.5 psf. 1.4 WARRANTIES The Contractor shall submit a written warranty, executed by the window manufacturer, agreeing to repair or replace units that fail in materials or workmanship for a period of 10 years. Materials and labor are to be covered in full by the manufacturer. PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS Andersen Windows, Milgard Windows, or equal. 2.2 MATERIALS A. TYPE Windows shall be Thermally broken, insulated, Milgard Series 921, or equal. B. FINISH Provide bronze anodized exterior finish, AA-C22-A32 Class II Bronze. Color shall be selected by the Owner from the manufacturer's standard color options for this finish and material. C. GLASS AND GLAZING MATERIALS Provide the manufacturer's standard low E coating sealed, insulated glazing material that complies with ASTM E2188 and E2190, and is at least 1 inch in overall thickness. Under no circumstances will a double glazing system incorporating a removable storm sash be allowed. Sash shall be factory glazed from the interior by use of applied glazing beads City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 08560-2 City of Yakima 170 with EPDM glazing gaskets. The size of the bead shall accommodate the glass thickness. Provide safety glazing where required by code or industry safety standards. D. SPACER BAR Spacer bar shall be stainless steel. E. WEATHER-STRIPPING All operating sash members shall be double weather-stripped with extruded EPDM. F. HARDWARE Provide the manufacturer's standard hardware fabricated from a non -corrosive material and of sufficient strength to perform its intended function. For application of hardware, use fasteners that match the finish of the hardware being fastened. G. GLAZING STOPS Provide screw applied or snap -on glazing stops (beads) coordinated with glass section indicated. Finish glazing stops to match exterior window finish. 2.3 FABRICATION Fabricate window units to comply with specified standards. Units shall be reglazable without dismantling sash framing. Preglaze units at the factory. All units shall be inside glazed for easy replacement and service from the interior of the building. PART 3 EXECUTION 3.1 INSTALLATION A. GENERAL Comply with manufacturer's specifications and recommendations for installation of window units, hardware, operators, accessories, and other window components. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 08560-3 City of Yakima 171 Windows must be installed level, plumb, and square with weep holes on the bottom. Provide clearances as noted below. Adjust operating sash and hardware to provide tight fit at contact points and weather-stripping. Lubricate hardware and moving parts. B. INSTALLATION IN MASONRY Unless noted otherwise in window manufacturer's standard installation recommendations, windows shall be installed as described below. Published window manufacturer installation recommendations for the application, if available, shall supersede the instructions listed below, otherwise, proceed with installation as follows. Window shall be factory sized in each frame opening to allow for 1/4-inch clearance on the top and sides of the window. Provide a minimum clearance of 1/2 inch from the top of masonry to the bottom of any portion of the sill. Cut and remove installation flanges from the window unit. Secure unit to masonry rough opening using masonry screws or anchors through side jamb, spaced 12-inches on -center starting 6 inches from corners. Apply elastomeric sealant around interior and exterior perimeter of window after installation. Comply with Section 07900. Do not paint sealant. Masonry cleaners may damage aluminum windows, care should be taken to protect windows during the masonry cleaning process. 3.2 CLEANING Clean windows in accordance with manufacturer's recommendations. Clean interior and exterior frame, sash members, glass, and insect screens using a mild detergent -and -water solution and a soft cloth immediately after installation. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 08560-4 City of Yakima 172 SECTION 09900 PAINTING PART 1 GENERAL 1.1 SCOPE The work specified in this Section covers the furnishing and installation of protective coatings, complete -in -place. Special shop coatings and/or factory - applied finishes on manufactured or fabricated items may be specified elsewhere. Regardless of the number of paint coats previously applied, at least two field coats of paint shall be applied to all surfaces unless otherwise specified herein. Field painting is not required for factory prefinished equipment items such as pumps, blowers, motors, etc. Touchup of the factory applied coatings may be required. The word "paint" as used herein shall be taken to include all protective coatings and incidental materials as required with the exception that anodized aluminum or zinc galvanized coatings shall not be considered as paint. Unless specifically noted otherwise in these Specifications or on the Plans, all work performed under this Contract (both new work and modifications to existing facilities) shall be painted. If an existing wall or ceiling (or similar surface) is modified in someway, the entire wall or ceiling surface is to be painted. The General Contractor shall prepare Primary Digester No. 1 for coating inspection by the Owner, per Section 3.3 of this specification. The coating inspector will determine if coatings are required, at which point, the Contractor or their sub -contractors will commence with surface preparation and painting as directed by the coating inspector and as specified herein. To expedite this process and to minimize the downtime of Primary Digester No. 1, the Contractor shall direct the painting sub -contractor to mobilize to the site and prepare for painting should it be necessary. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals Division 11 Equipment Division 15 Mechanical City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-1 City of Yakima 173 1.3 REFERENCED STANDARDS The following standards are referenced and shall be considered a part of these Specifications: American National Standards Institute (ANSI): A 159.1, Surface Preparation Specifications; Z53.1, Safety Color Code for Marking Physical Hazards American Society for Testing and Materials (ASTM): D4263, Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method E84, Standard Test Method for Surface Burning Characteristics of Building Materials National Fire Protection Association (NFPA): 101, Life Safety Code Steel Structures Painting Council (SSPC): SP-1, Solvent Cleaning SP-2, Hand Tool Cleaning SP-3, Power Tool Cleaning SP-5, White Metal Blast Clearing SP-6, Commercial Blast Cleaning SP-7, Brush-off Blast Cleaning SP-10, Near -White Blast Cleaning SP-11, Power Tool Cleaning SP-13 Surface Preparation for Concrete Surfaces VIS-89, Visual Standard 1.4 DEFINITIONS A. PAINT Includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyls, urethanes, shellacs, varnishes and any other applied coating specified within these Specifications or shown on the Plans. B. FINISHED ROOM OR SPACE One that has a finish called for on Room Finish Schedule, or is indicated on the Plans, or is specified herein, to be painted. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-2 City of Yakima 174 C. PAINTING COVERAGE RATE Coverage's expressed in SF/GAL/coat are the manufacturer's published theoretical coverage's in square feet per gallon per coat. 1.5 SUBMITTALS In addition to the general submittal requirements listed in Section 01300, the following shall be submitted: 1. Written acknowledgment and certification that products submitted meet requirements of standards referenced in this Section. 2. Manufacturer's application instructions for primer and finish coats. 3. Manufacturer's surface preparation instructions. 4. Manufacturer's full line of color samples for color selection by Owner. 5. If products being used are manufactured by a company other than the specified reference standard, the Contractor must provide a complete comparison of the proposed products with the specified rerefence products per Part 2.1 requirments, including application procedure, coverage rates, and verification that product is designed for intended use. Information must be provided that demonstrates that manufacturer's products are equal to the performance standards of products manufactured by the Tnemec Company, which is the reference standard. 6. Manufacturer's approval of protective coating systems applicator. 7. List of Applicator's experience and qualifications. A minimum of 5-years of experience in the painting of wastewater treatment plant facilities required. PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS The following is an approved coating systems manufacturers list subject to compliance with the Specifications contained herein: City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-3 City of Yakima 175 1. Ameron Protective Coatings Division. 2. Sherwin Williams. 3. Tnemec Company. 4. Or equal. The specified coating shall be understood as establishing the type and quality of coating desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow the Engineer to determine that the comings proposed are egwvalentto those named. —Proposed coatings shall be submitted for review in accordance with these Specifications. Requests for review of equivalency will not be accepted from anyone except the Contractor, and such requests shall not be considered until after the Contract has been awarded. No substitutions shall be allowed that change the number of coats, thickness or generic type of paint required. All materials shall be brought to the jobsite in the original sealed and labeled containers of the paint manufacturer and shall be subject to inspection by the Engineer. No coating materials other than those specified shall be brought to the jobsite. Thinners, driers and oils brought to the jobsite shall be only those recommended and approved by the paint manufacturer. All paint shall conform to the applicable air quality regulations at the point of application. Any paint material which cannot be guaranteed by the manufacturer to comply, whether specified by product designation or not, shall not be used. It shall be the responsibility of the Contractor to ensure the compatibility of the field painting products which will be in contact with each other or which will be applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. All paint used for intermediate and finish coats shall be guaranteed by the paint manufacturer to be fumeproof and suitable for wastewater plant atmospheres containing hydrogen sulfide. Any paint that cannot be so guaranteed shall not be used. Paint shall be lead-free and mercury -free if available, but in no case shall the lead or mercury content cause discoloration in a wastewater plant atmosphere. Tnemec Company products are the reference standard and Tnemec designations for product type are used herein. Requirements for an approved equal product are listed below: City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-4 City of Yakima 176 1. For approval of an equal manufacturer. The Contractor shall provide to the Owner in writing a detailed side -by -side comparison of the proposed equal Products Characteristics, Performance Characteristics, and Application Conditions for each Tnemec coating specified in this specification. For consideration for approval this written comparison shall be certified and notarized by an officer of the proposed manufacturer as true and correct. 2. For Products Characteristics this detailed side -by -side comparison shall include for example, but not limited to, Volume Solids, Weight Solids, VOC, Mix Ratio, Zinc Content in Dry Film (by Weight), Spreading Rate per coat, Drying Schedule, Shelf Life and Flash Point. 3. For Performance Characteristics this detailed side -by -side comparison shall include for example, but not limited to, Abrasion Resistance, Corrosion Weathering, Direct Impact Resistance, Dry Heat Resistance, Flexibility, Moisture Condensation Resistance, Pencil Hardness, Salt Fog Resistance, Slip Coefficient and Wet Heat Resistance 4. In addition to the detailed side -by -side comparison for approval of an equal manufacturer, The Contractor shall provide to the Owner in writing five similar installations that have had the proposed or equal coating system and date coating system was put into service. In addition the installations names, locations, and owner's name with contact person and telephone number shall be provided. 5. For consideration for approval as an equal coating system the detailed side -by -side comparison shall be submit, with successful bidder's Shop Drawing at the time of the Preconstruction Conference, along with any proposed monetary adjustments to the contract price. As with all shop drawings, final approval rests with the Owner. 6. As a minimum standard any equal coating system shall have a 5-year service history on its coating system. 2.2 PAINT SYSTEMS A. SUBMERGED METAL 1. Scope This Section shall apply to all metal, other than bituminous coated pipe and materials, which are to be continuously or intermittently submerged in sewage, water, or sludge. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-5 City of Yakima 177 2. Surface Preparation Near -white blast cleaning, SSPC-SP-10. 3. Coatings Tnemec Shop Primer System: Coat One Product: Omnithane Series 1 DFT: 2.5 — 3.5 mils Tnemec Field Finish System: Coat One Product: PermaShield Tnemec Series 446-1222 Gray DFT: 6.0 — 9.0 mils Coat Two Product: PermaShield Tnemec Series 446-1222 Gray DFT: 6.0 — 8.0 mils Total DFT: 14.5 — 20.5 mils Sherwin Williams Shop Primer System: Coat One Product: Corothane I Galvapac DFT Range: 3.0 — 4.0 mils Sherwin Williams Field Finish System: Coat One Product: Sherglass DFT Range: 15.0 — 20.0 mils Stripe Coat: Product: Sherglass DFT Range: 6.0 — 8.0 mils Total DFT 21.0 — 28.0 mils B. NON -SUBMERGED METAL - SEVERE CONDITIONS 1. Scope This Section shall apply to all metal which is not submerged but is located outdoors or is subject to splashing from sewage, water, City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-6 City of Yakima 178 sludge, oil and grease or other corrosive materials unless specified otherwise. 2. Surface Preparation Near -white blast cleaning, SSPC-SP-10. 3. Coatings Tnemec Shop Primer System: Coat One Product: Omnithane Series 1 DFT: 2.5 to 3.5 mils Tnemec Field Finish System: Coat One Product: Hi -Build Epoxoline Tnemec Series N69 DFT: 4.0 to 6.0 mils Coat Two Product: Endura-Shield III Tnemec Series 73 DFT: 3.0 to 5.0 mils Total MDFT: 9.5 — 14.5 mils Sherwin Williams Shop Primer System: Coat One Product: Corothane I Galvapac DFT Range: 3.0 — 4.0 mils Sherwin Williams Field Finish System: Coat One Product: DFT Range: Dura-Plate 235 4.0 — 8.0 mils Coat Two Product: Arcolon 218 DFT Range: 3.0 — 6.0 mils Stripe Coat: Product: DFT Range: Total DFT Dura-Plate 235 4.0 — 8.0 mils 10.0 — 26.0 mils City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-7 City of Yakima 179 C. COATING OF FACTORY NON -APPROVED FINISHES 4. Scope This Section shall apply to all interior and exterior steel windows and frames and other similar type of items which have a factory finish which is not an approved corrosion resistant finish. 5. Surface Preparation Factory coating is to remain. Provide clean surfaces, lightly sand 100 percent of the surfaces, then provide solvent cleaning, SSPC-SP-1. 6. Coatings Tnemec Primer System: Coat One Product: Typoxy Tnemec Series N27 DFT: 2.0-3.0mils Tnemec Finish System: Coat One Product: Endura-Shield III Tnemec Series 73 DFT: 3.0 — 5.0 mils Total DFT: 5.0 — 8.0 mils Sherwin Williams Primer System: Coat One Product: Macropoxy 646 DFT: 2.0 — 3.0 mils Sherwin Williams Finish System: Coat One Product: Arcolon 218 DFT: 3.0 — 6.0 mils Total DFT: 5.0 — 9.0 mils City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-8 City of Yakima 180 D. EXTERIOR PVC SURFACES 1. Scope This Section shall apply to all PVC pipe and fittings and similar materials that are located outside of buildings and vaults and are exposed to sunlight. Any and all PVC surfaces that are exposed to UV light are to be painted. Interior PVC items do not paint unless otherwise specified. Interior PVC pipe must be labeled and banded as specified. 2. Surface Preparation Provide clean surfaces, lightly sand 100 percent of the PVC surfaces, then provide solvent cleaning, SSPC-SP-1. 3. Coatings Tnemec Finish System: Coat One Product: Endura-Shield III Tnemec Series 73 DFT: 3.0 — 5.0 mils Sherwin Williams Finish System: Coat One Product: Arcolon 218 DFT: 3.0 — 6.0 mils E. DUCTILE IRON PIPE AND FITTING MATERIALS (IMMERSION) 1. Scope This Section shall apply to exposed ductile iron pipe, fittings and materials that are continuously or intermittently submerged or exposed to splash or spill of liquids or corrosive atmospheres. This includes all ductile iron materials installed in a wet well, sump, manhole, vault, pullhole, digester, or similar type of structure. Non -immersion service is covered elsewhere in this Specification. 2. Surface Preparation Near white blast cleaning, SSPC-SP-10. Provide surface profile in accordance with ASTM D 4417, Method C City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-9 City of Yakima 181 3. Coatings Tnemec Primer System: Coat One Product: Omnithane Series 1 DFT: 2.5 — 3.5 mils Tnemec Finish System: Coat One Product: Hi -Build Epoxoline Tnemec Series 446 DFT: 8.0 — 10.0 mils Coat Two Product: Hi -Build Epoxoline Tnemec Series 446 DFT: 8.0 —10.0 mils Total DFT: 16.0 — 20.0 mils Sherwin Williams Primer System: Coat One Product: Corothane I Galvapac DFT: 3.0 — 4.0 mils Sherwin Williams Finish System: Coat One Product: Sherglass DFT: 16.0 — 20.0 mils Total DFT: 19.0 — 24.0 mils F. DUCTILE IRON PIPE AND FITTING MATERIALS (NON -IMMERSION) 1. Scope This Section shall apply to exposed ductile iron pipe, fittings and materials that are not continuously or intermittently submerged. Continuously or intermittently submerged items are covered elsewhere in this Specification. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-10 City of Yakima 182 2. Surface Preparation Provide surface profile in accordance with ASTM D 4417, Method C 3. Coatings Tnemec Primer System: Coat One Product: Omnithane Series 1 DFT: 2.5 — 3.5 mils Tnemec Finish System: Coat One Product: Hi -Build Epoxoline Tnemec Series N69 DFT: 4.0 — 6.0 mils Coat Two Product: Endura-Shield III Tnemec Series 73 DFT: 3.0 — 5.0 mils Total DFT: 9.5 — 14.5 mils Sherwin Williams Primer System: Coat One Product: Corothane I Galvapac DFT: 3.0 — 4.0 mils Sherwin Williams Finish System: Coat One Product: Macropoxy 646 FC DFT: 4.0 — 6.0 mils Coat Two Product: Acrolon 218 DFT: 3.0 — 6.0 mils Total DFT: 10.0 — 16.0 mils City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-11 City of Yakima 183 G. GALVANIZED SURFACE TOUCHUP 1. Scope This Section shall apply to all galvanized surfaces, which have received minor damage to the galvanized surface during construction. 2. Surface Preparation Power tool cleaning, SSPC-SP-3. 3. Coatings Product: ZRC Cold Galvanizing Compound DFT: 2.0 — 4.0 mils Total DFT: 2.0 — 4.0 mils H. INTERIOR STEEL IN ANAEROBIC DIGESTERS 1. Scope This section shall apply to all exposed interior steel on the underside of the anaerobic digester covers and all steel within these vessels or in contact with digester gas. After applying the finish coat system, all non -continuously seal welded metal seam shall be calked with a suitable polysulfide two component sealant such as Sonneborn Sonolastic Polysulfide Sealant. 2. Surface Preparation Near -white blast cleaning, SSPC-SP-10. Minimum profile of 3 mils. 3. Coatings Tnemec Primer System: Coat One Product: Hi -Build Epoxoline Tnemec Series N69 DFT: 4.0 — 6.0 mils City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-12 City of Yakima 184 Tnemec Field Finish System: Coat One Product: PermaGlaze Series 435 DFT: 12.0 — 15.0 mils Stripe Coat Product: PermaGlaze Series 435 DFT: 12.0 — 15.0 mils Coat Two Product: PermaGlaze Series 435 DFT: 12.0 — 15.0 mils Total DFT: 28.0 — 51.0 mils Sherwin Williams Primer System: Coat One Product: Dura-Plate 235 DFT: 4.0 — 6.0 mils Sherwin Williams Field Finish System: Coat One Product: Dura-Plate 5900 DFT: 12.0 — 15.0 mils Stripe Coat Product: Dura-Plate 5900 DFT: 12.0 — 15.0 mils Total DFT: 28.0 — 36.0 mils I. CONCRETE — DIGESTER INTERIOR 1. Scope This Section shall apply to concrete surfaces exposed to digested sludge material (including gases), including ceilings, where noted on the Plans and/or as specified herein. This Section does NOT apply to all areas provided with T-lock plastic liner as noted on the Plans. Color shall be as approved by the Owner from the manufacturer's standard color palette. Coat following installation of pipe penetrations and grout, but prior to mechanical attachment of structures, restraints, supports or equipment to concrete surfaces and prior to caulking. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-13 City of Yakima 185 2. Surface Preparation Concrete surfaces shall be clean and dry. Allow 28 days cure time for concrete, or until surface passes the ASTM D 4263 Plastic Mat test (may be less than 28 days for various grout mixes). SSPC SP13 preparation of concrete surfaces to a standard profile of ICRI CSP 3-5 on all concrete surfaces to be coated. All concrete surfaces shall be tested for pH, hydrocarbons, and salts. pH must be greater than 9.0. For recoating and repair, mechanically abrade coating surface to provide the ICRI CSP 3-5 standard profile. Detergent washing and steam cleaning may be required to achieve proper cleanliness. Grout all joints, pipe penetrations, lift holes, and hardware pockets with Tnemec Series 218 MortarClad, Sherwin Williams Dura-Plate 2300, or equal prior to providing surface filler coat. 3. Coatings Tnemec Surface Filler: Product: Tnemec Series 218 Mortar Clad DFT: Apply 1/32 inch and to fill any bugholes and surface voids flush to plan of concrete. Provided a monolithic, pinhole -free surface. Provide multiple coats of filler as required. Tnemec Finish System: Product: Series 141 Epoxoline DFT: 16.0 — 20.0 mils Sherwin Williams Surface Filler: Product: Dura-Plate 2300 DFT: As needed. Sherwin Williams Finish System: Product: Sher -Glass FF DFT: 18.0 — 20.0 mils City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-14 City of Yakima 186 2.3 COLORS A. GENERAL Paint colors used for the finish coatings on process equipment, piping and building surfaces shall conform be as selected by the Owner. All finishes shall be glossy unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform with this color schedule wherever possible. Factory coatings which are damaged during shipment or installation, or which are not of suitable color, as determined by the Engineer, shall be recoated in the field in accordance with these Specifications. Color samples shall be submitted to the Engineer for approval prior to application of any field coatings. B. PROCESS EQUIPMENT COLOR SCHEDULE Equipment items and process materials shall be painted with finish colors selected by the Owner. C. PIPING COLOR SCHEDULE Piping Identification: Exposed piping and piping in accessible chases shall be identified with lettering or tags designating the service of each piping system, shall have flow directional arrows, and shall be color coded as scheduled below. Piping scheduled to be color coded shall be completely painted with the indicated colors, except surfaces specified to be unpainted shall have segments painted with the specified coding color long enough to accommodate the required lettering and arrows. All other piping specified to be painted shall match adjacent surfaces, unless otherwise approved by the Engineer. Location: Lettering and flow direction arrows shall be provided near equipment served, adjacent to valves, on both sides of walls and floors where pipe passes through, at each branch or tee, and at intervals of not more than 50 feet in straight runs of pipe. If, in the opinion of the Engineer, the foregoing requirements will result in an excessive number of labels or arrows on a run of pipe, the number required can be reduced. Metal Tags: Where the outside diameter of pipe or pipe covering is 5/8 inch or smaller, metal tags shall be provided instead of lettering. Tags shall have the specified identifying lettering stamped in, and shall be fastened to the pipe with suitable chains. Metal tags and chains shall be City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-15 City of Yakima 187 aluminum or stainless steel. Where tags are used, pipe shall be color coded as specified. Lettering: Lettering on piping shall be painted, stenciled, or snap -on markers. Snap -on markers shall be plastic sleeves as manufactured by Brady "Brady snap -on B-915," Seton "Setmark," or equal. Letter sizes shall be as follows: Outside Diameter of Pipe or Covering 5/8 inch and smaller 3/4 inch through 4 inch 5 inch and larger Minimum Height of Letters Metal tags - 1/4 inch 3/4 inch 2 inches Color Coding and Lettering Schedule: All piping for the following services shall be color coded and identified using the process names given below. Where scheduled, bands shall be 6-inches-wide spaced along the pipe at 5-foot intervals. Color of Process Abbreviatio Color of Pine Letters n Plant Process Water C2 Purple Black Overflow OF Brown Black Recirculated Sludge RCS Brown Black Sludge Drain SLD Brown Black Sludge Transfer SLT Brown Black Supernatant SNT Green Black All exposed piping shall be color coded and lettered. Pipes not tabulated above shall be color coded and lettered as determined by the Engineer. Electrical conduit shall be painted to match adjacent ceiling or wall surfaces as approved by the Engineer. Vent lines shall be painted to match surfaces they adjoin, otherwise gray. All valves shall be identified with a valve identification number. PART 3 EXECUTION 3.1 GENERAL It is the intent of these Specifications that materials and workmanship be provided such that the highest quality job is obtained. The completed work, prior to City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-16 City of Yakima 188 acceptance, must be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or care of the completed work. It is the responsibility of the Contractor to ensure that all surfaces are prepared in accordance with the written recommendations and directions of the paint manufacturer whose paint is applied. Approval of conditions shall be obtained from the Engineer prior to applying any or all coats of paint; however, such approval shall not relieve the Contractor of his responsibility of conformance with these Specifications and conformance with the manufacturer's recommendations. It shall be the responsibility of the Contractor to prevent settling of dust or the occurrence of other conditions detrimental to the finished quality of the job and to repair any damaged paint at no additional cost to the Owner. Materials or equipment delivered with prime coats shall be touched up as required prior to the application of additional coating(s). The Contractor shall apply each coating at the rate and in the manner specified by the paint manufacturer. If material has thickened or must be diluted for application by spray gun, the coating shall be built-up to the same thickness achieved with undiluted material. Deficiencies in film thickness shall be corrected by the application of an additional coat(s) of paint. Film thickness shall be determined when dry by the Engineer with a magnetic dry film thickness gauge. The thickness gauge shall be calibrated with test shims. Where thinning is necessary, only the products of the manufacturer furnishing the paint and for the particular purpose shall be allowed. All thinning shall be done strictly in accordance with the manufacturer's instructions as well as with the full knowledge and approval of the Engineer. No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 degrees F. No paint shall be applied when the temperature of the surface to be painted is below 35 degrees F. Paint shall not be applied to wet or damp surfaces and shall not be applied in rain, snow, fog or mist or when the relative humidity exceeds 85 percent. No paint shall be applied when it is expected that the relative humidity will exceed 85 percent or that the air temperature will drop below 40 degrees F within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated and if such conditions are prevalent, painting shall be delayed until conditions improve to be certain that the surfaces are dry prior to application of paint. No paint shall be applied when the ambient temperature is less than 5 percent F. above the dewpoint. Further, the day's painting shall be completed well within advance of City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-17 City of Yakima 189 the probable time of day when condensation will occur, in order to permit the paint film an appreciable drying time prior to the formation of moisture. Manufacturer's recommended drying time shall be construed to mean "under normal conditions." Where conditions are other than normal because of the weather or because painting must be done in confined spaces, longer drying times shall be necessary. The manufacturer's recommendations for recoating time intervals shall be strictly adhered to. Adequate ventilation, which will effectively remove solvents, shall be provided for proper drying of paints on interior surfaces. A minimum of 7-consecutive calendar days at 70 degrees F following the application of the final coat on submerged surfaces shall be required before submergence. Longer periods shall be allowed prior to submergence if recommended by the paint manufacturer or if weather conditions require a longer curing time. 3.2 MIXING AND THINNING Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. Paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. Only thinners approved by the paint manufacturer shall be used. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended by the paint manufacturer. 3.3 COATING CONDITION INSPECTION Contractor shall pressure wash all surfaces to remove biosolids with a maximum of 20 percent of surfaces obscured by biosolids. Contractor shall provide lifts, scaffolding, swing stages or other facilities to provide access to surfaces including the digester dome roofs. No more than 25 percent of each dome roof shall be inspected during the coating condition assessment. 3.4 SURFACE PREPARATION A. GENERAL Surfaces shall be dry and thoroughly cleaned of foreign materials with all defects filled or removed. All trades employed shall leave the surfaces of City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-18 City of Yakima 190 their work in such a condition that only minor cleaning, sanding and filling is required of the painting trade for surface preparation. Hardware, switchplates, machined surfaces, nameplates, lighting fixtures and all other surfaces not to be painted shall be removed or otherwise protected. Drop cloths shall be provided, where necessary, to avoid spotting of surfaces adjacent to the item being painted. Working parts of electrical equipment shall be protected from damage during surface preparation and painting operations. Ferrous metal cleaning shall be in accordance with Steel Structures Painting Council Specifications (SSPC). Description SSPC White Metal Blast Cleaning SP-5 Commercial Blast Cleaning SP-6 Brush -Off Blast Cleaning SP-7 Near -White Blast Cleaning SP-10 Preparation of Concrete SP-13 The words "blast cleaning" or equivalent phrases of equal intent shall be taken to refer to the applicable SSPC specification when used in the paint manufacturer's recommendations or these Specifications. Hand tool cleaning shall be used when power tool cleaning is not possible. Hand and power tool cleaning shall be in accordance with SSPC Specifications SP-2, SP-3 or SP-11, respectively. The blast cleaning profile depth shall be not less than 1 mil or greater than 2 mils. In the case of equipment to which the manufacturer applies a primer coating in the shop after fabrication, the blast profile depth needs to be as noted above. B. FERROUS METAL, GALVANIZED METAL AND HOLLOW METAL SURFACES The Contractor shall assure that fabrication, welding or burning is completed prior to the sandblasting operation. The Contractor shall chip or grind off flux, splatter, slag or other laminations left from welding. The Contractor shall remove all mill scale. The Contractor shall grind smooth rough welds and other sharp projections. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-19 City of Yakima 191 The Contractor shall near -white blast clean, in accordance with SSPC SP-10, submerged surfaces and surfaces to 12 inches above highest liquid level, and areas subject to splash or spillage. The Contractor shall commercial blast clean, in accordance with SSPC SP-6, all interior and exterior structural steel surfaces, surfaces located 12 inches above submerged areas, and surfaces located in areas not subject to splash or spillage where exposed to open bodies of liquids. The Engineer reserves the right to accept preparation of these surfaces in accordance with SSPC SP-3 for areas not practical or possible to sandblast to SSPC SP-6 requirements. The Contractor shall near -white blast clean, in accordance with SSPC SP-10 surfaces, subject to heat in excess of 600 degrees F. The Contractor shall power tool or hand clean in accordance with SSPC SP-2 or SSPC SP-3. The Contractor shall apply prime coat on cleaned surfaces within 2 hours of cleaning. The Contractor shall solvent clean galvanized surfaces in accordance with SSPC SP-1. C. EQUIPMENT The Contractor shall sandblast the following equipment items or surfaces in accordance with applicable SSPC standards whether prime coated or not: Shop primed surfaces, which have 2 percent or more of the primed surface damaged. If catalyzed epoxy prime coat has been exposed to sunlight for longer than 60 days. D. CONCRETE The Contractor shall allow new concrete to cure for a minimum of 28 days and shall verify that the moisture content contained in the concrete is stable and not in motion. The Contractor shall verify by performance of a Wet Matt Test per ASTM D4263. The Contractor shall fill concrete surface cracks and irregularities with Portland cement grout to provide a uniform surface texture as specified. As a minimum, the Contractor shall brush off blast clean surfaces. All concrete shall be free of all hydrocarbons, release agents, fats, salts, or other contaminants and shall have a pH greater than 9.0. All concrete surfaces shall be prepared per SSPC SP-13 and ICR1 Guideline No. 310.2R-2013 to meet the surface City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-20 City of Yakima 192 preparation standard required in the product data sheet. The Contractor shall prepare the surface as specified elsewhere in these Specifications. E. PREPARATION BY ABRASIVE BLASTING The Contractor shall not blast surfaces that will be wet after blasting and before painting. The Contractor shall apply primer to blasted surfaces the same day that the surface is blasted and before rusting occurs. The Contractor shall reblast surfaces allowed to set overnight prior to priming or surfaces that show rust bloom. The abrasive material shall be clean, water washed, with controlled particle size and high silica content. The sand shall have sharp, angular surfaces and contain no clay particles or other extraneous matter. The profile depth of blasted surfaces shall be not less than 1 mil or greater than 2 mils, unless noted otherwise for the specific paint system required Part 2.2 of this Section, or as required by the coating manufacturer. Compressed air for blasting shall be free of water and oil. The Contractor shall provide accessible separators and traps, shall confine abrasive material to the area being blasted, shall provide shields of polyethylene sheeting or other such barriers to confine abrasive material and shall plug pipes, holes or openings before blasting and keep them plugged until the sandblasting operation is complete and the abrasive material is removed. The Contractor shall protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from abrasive blasting. The Contractor shall reblast surfaces not meeting the requirements of these Specifications. 3.5 APPLICATION A. GENERAL The Contractor shall mix and apply coatings by brush, roller or spray in accordance with the manufacturer's installation instructions. Spraying equipment shall be inspected and approved in writing by the coating manufacturer. The Contractor shall provide complete coverage's to the mil thickness specified. The thickness specified shall be dry film mil thickness. All paint systems are "to cover." In situations of discrepancy between the manufacturer's square footage coverage rates and mil thickness, mil thickness requirements govern. When color or undercoats show through, the Contractor shall apply additional coats until paint film City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-21 City of Yakima 193 is of uniform finish and color. The Contractor shall not apply consecutive coats until the Engineer has had an opportunity to observe and approve previous coats. The Contractor shall apply materials under adequate illumination, shall evenly spread and flow on to provide full, smooth coverage, shall work each application of material into corners, crevices, joints and other difficult to work areas, shall avoid degradation and contamination of blasted surfaces and avoid intercoat contamination, shall clean contaminated surfaces before applying next coat and shall immediately smooth out runs or sags, or remove and recoat entire surfaces. The Contractor shall assure that preceding coats are dry before recoating, shall recoat within the time limits specified by the coating manufacturer and shall allow coated surfaces to cure prior to allowing traffic or other work to proceed. The Contractor shall coat all aluminum surfaces in contact with dissimilar materials. All fabricated and structural steel shall have prime coat(s) applied in the shop and finish coat(s) applied in the field. During application of either prime or finish coats, brush coat all weld seams, edges, angles, fasteners and other irregular surfaces to insure a monolithic film, pinhole free surface. Finish coats of paint shall be uniform in color and sheen without streaks, laps, runs, drips, sags or missed areas. All submerged or intermittently submerged materials shall have surface preparation and coatings applied prior to installation unless otherwise approved by the Engineer. All pipe, pipe supports, and pipe hangers that will be painted shall have surface preparation and coatings applied prior to installation. B. PRIME COAT INSTALLATION The Contractor shall prime all surfaces indicated to be painted, shall touch-up damaged primer coats prior to finish coats and shall assure field - applied coatings are compatible with factory -applied coatings. If coatings are not compatible, and if approved in writing by the Engineer, the Contractor shall apply a 2-mil-thick universal barrier coat recommended by the paint manufacturer prior to applying field coats or completely remove factory coatings and reprime. The Contractor shall prime ferrous metals bedded in concrete to a minimum of 1 inch below exposed surfaces. The Contractor shall backroll City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-22 City of Yakima 194 all primer coats applied to existing or new CMU block. The Contractor shall assure sandblasting operations do not result in the embedment of sand particles in paint film. The Contractor shall brush or spray bolts, welds, edges and difficult access areas with primer prior to primer application over the entire surface being coated. The Contractor shall backroll concrete, masonry, gypsum board and plaster surfaces with a roller if the primer has been spray applied. C. FINISH SCHEDULE All work performed under this Contract (both new work and modifications to existing facilities) shall be painted. If the finish schedule requires wall surfaces to be painted in a particular space, the Contractor shall paint all appurtenant surfaces unless specifically noted not to be painted on the Plans. These items to be painted shall include: 1. Pipe supports, and equipment supports. 2. Insulated or wrapped piping, valves, fittings, hydrants and appurtenances except where covered by lagging. 3. Insulated or wrapped ductwork and appurtenances. 4. Conduit and appurtenances. 5. Ferrous metals. 6. Exposed woodwork. 7. Copper and brass surfaces. 8. Inside and/or outside of ferrous metal tankage. 9. New machinery and equipment except: a. Electrical panels; b. Switchboards; c. Switchgear; d. Safety switches; e. Motor starter equipment; City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-23 City of Yakima 195 f. Busways; g. Raceways. The Contractor shall paint the following surfaces in areas not considered as finished areas: 1. Insulated or wrapped piping, valves, fittings, yard or fire hydrants and appurtenances. 2. Insulated or wrapped ductwork and appurtenances. 3. Exposed wood. 4. New machinery and equipment. 5. Machinery and equipment in sumps, pits, boxes, channels, wetwells and structures. The Contractor shall paint all exposed interior and exterior surfaces including: 1. Soffits. 2. Insulated or wrapped piping, valves, fittings, yard or fire hydrants and appurtenances except when covered by lagging. 3. Insulated or wrapped ductwork and appurtenances except when covered by lagging. 4. Conduit and appurtenances. 5. Exterior and interior surfaces of ferrous metal tankage. 6. Ferrous metals. 7. Exposed wood. 8. Plaster surfaces. 9. Concrete block to be sealed, paint interior surfaces only. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-24 City of Yakima 196 The Contractor shall not paint the following elements unless specifically noted on the Plans to be painted: 1. Stainless steel surfaces except as required to identify piping. 2. Exposed to view aluminum surfaces. 3. Galvanized metal surfaces. 4. Fiberglass surfaces except fiberglass piping and piping appurtenances. 5. FRP ductwork unless gel coat color is not acceptable to the Owner. 6. Interior of pipe, ductwork, and conduits. 7. Moving parts of mechanical and electrical units. 8. Code labels and equipment identification and rating plates. 9. Piping, ductwork, or pipe conduit when enclosed between suspended ceiling and overhead slabs or located in pipe chases or surfaces to be lagged. 10. Factory -finished furniture, laboratory casework, metal toilet partitions, kitchen units, lockers, shop and storage equipment or miscellaneous items that have preapproved factory applied finishes. 11. Prefaced masonry, burnished masonry units, or glass masonry. 12. Structural steel or steel deck required to be fireproofed. 13. Contact surfaces of friction -type connections. 14. Pipe and/or duct lagging. 15. T-Lock plastic liner. 3.6 FIELD QUALITY CONTROL The Contractor shall be responsible for performing, testing and assuring conformance with all requirements of these Specifications. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-25 City of Yakima 197 The Contractor shall maintain daily records showing: • Start date of work in each area. • Date of application for each following coat. • Moisture content and surface temperature of substrate. Also record weather conditions, ambient air temperature and dew point. • Provisions utilized to maintain temperature and humidity of work area within paint manufacturer's recommended ranges. The Contractor shall measure the surface temperature of items to be painted with surface temperature gauges specifically designed for such use. The Contractor shall measure substrate humidity with humidity gauges specifically designed for such use. The Contractor shall measure wet paint with wet film thickness gauges. The Contractor shall measure paint dry film thickness with a Mikrotest gauge calibrated against the National Bureau of Standards "Certified Coating Thickness Calibration Standards." The Engineer may direct measurement of paint thickness at any time during the project to ensure conformance with these Specifications. A sufficient number of dry film thickness measurements shall be made so that there is approximately one measurement for each 100 square feet of surface area painted. Where a wall or ceiling or other type of surface is disturbed and patched, the Contractor shall repaint entire wall or ceiling. The Contractor shall provide wet paint signs as necessary. The Contractor shall touch up damaged finish coats using the same material as specified for the finish coat. At the conclusion of all painting activities, Contractor shall submit a painting field test report to the Engineer showing the above information plus results of wet film and dry film thickness tests. Provide four copies of final test report. 3.7 PAINTING SITE Either shop painting or field painting and surface preparation shall be acceptable when painting work is performed in conformance with this Section, unless the painting is activity specified elsewhere in these Specifications. 3.8 PAINT THICKNESS All paint thicknesses specified herein are minimum dry film thickness (MDFT). The thickness of paint over metallic surfaces shall be measured with a magnetic thickness gauge; paint thickness over wood or masonry shall vary in accordance City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-26 City of Yakima 198 with surface texture, but in no case shall the manufacturer's recommended coverage rate be exceeded. The minimum thicknesses given are total coating thickness for the coating specified, including multiple coats of the same material, where applicable. 3.9 CONTAINMENT OF ABRASIVE BLASTING The Contractor shall contain airborne and other materials using best management practices and available technologies that are in compliance with applicable federal, state, and local air pollution authorities, environmental control regulations and fugitive dust emissions. The Contractor shall use acceptable containers for the collection, storage, transport and disposal of specified waste materials. The containment shall, as a minimum, meet the requirements of Class 2A containment as provided by the SSPC Guide 6 and meet the following: Penetrability: Joints: Entryways: Air Supply (Intake Points): Air Pressure Inside Containment: Exhaust Air Flow/Dust Collection: Methods for Assessing Quantity of Emissions: Type B 1 — Air Impenetrable Type D1 — Fully Sealed Type E3 — Entryway through Overlapped Doors Type F1 — Controlled Air Supply (Intake) Type H2 — Visual Verification Type JI — Air Filtration Required Method G — Visual Assessment of Site Cleanliness. Owner may elect to use Methodology A-F, as necessary, at Owner's expense. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 09900-27 City of Yakima 199 SECTION 11000 EQUIPMENT GENERAL PROVISIONS PART 1 GENERAL 1.1 SCOPE The provisions of this Section apply to all Sections of Divisions 11, 15, and 16, unless specifically revised therein. The Contractor shall direct the attention of all subcontractors and suppliers of equipment and related appurtenances for the work to the applicable provisions in the Contract Provisions wherever they may occur. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 01800 Testing, Commissioning and Training 09900 Painting Division 11 Equipment Division 15 Mechanical 1.3 STANDARDS FOR THE WORK Pipe, fittings, wiring and supports shall be provided to produce complete, operable systems with all elements properly interconnected as shown in schematic diagrams or to provide specified operations. If a specific dimensioned location is not shown for interconnections or smaller system elements, the Contractor shall select appropriate locations and show them on Shop Drawing submittals for review. Equipment and material shall be new and without imperfections and shall be erected in a neat and workmanlike manner; aligned, leveled, cleaned and adjusted for satisfactory operation; installed in accordance with the recommendations of the manufacturers and the best standard practices for this type of work so that connecting and disconnecting of piping and accessories can be readily made and so that all parts are easily accessible for inspection, operation, maintenance and repair. Oil and lubrication fittings shall be located clear of and away from guards, base, and equipment and within reach from the operating floor. In order to meet these requirements with equipment as furnished, minor deviation from the Plans may be made as authorized by the Engineer. All such minor deviations from the City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-1 City of Yakima 201 Plans that may include extending oil and lubrication fittings for accessibility and safety shall be executed at no additional cost to the Owner. 1.4 MANUFACTURER'S INSTRUCTIONS The recommendations and instructions of the manufacturers of products used in the work are hereby made part of these Specifications, except as they may be superseded by other requirements of these Specifications. 1.5 SUBMITTALS A. GENERAL Product Submittals shall be provided to the Engineer for all equipment specified in Divisions 11 and 15 in accordance with Specification 01300, this Section and the respective equipment specification section. Submittals shall be dated and signed as certified for use in construction of this project. B. MANUFACTURER'S LITERATURE Manufacturer's literature shall be submitted for equipment, including, as applicable, performance characteristics, fan curves and pump curves, motor data sheets and methods of assembly. The following minimum requirements shall accompany all manufacturers' literature submittals: 1. Description of materials. 2. Rating data - Mechanical and Electrical as applicable. 3. Motor Data including bearing and enclosure information. 4. List of any special tools and/or spare parts required and to be furnished, if any. 5. Exceptions taken to the specification and detailed explanation why the exception is being taken. 6. Additional specific information that is specified in the equipment sections. 7. For motor driven equipment served by variable frequency drives (VFDs), provide vibration and critical speed requirements of the City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-2 City of Yakima 202 equipment, minimum speed requirements of motor and driven machinery, acceleration and deceleration requirements of the equipment, and torque and speed information as per Part 1.6 of this Section. C. SHOP DRAWINGS Shop Drawings shall be submitted showing sizes and arrangement of equipment, foundations and anchor bolts required, control diagrams, wiring diagrams, pipe hanging details, ductwork layouts and connections to other work. The arrangement of mechanical equipment and appurtenant piping shown on the Plans may be varied as necessary to fit the certified manufacturer's installation drawings. However, the manufacturer's drawings shall not deviate from the Plans and Specifications as to location, size, type and design of equipment. The following minimum requirements shall accompany all shop drawing submittals: 1. Overall dimensions. 2. Mounting arrangement and dimensions. 3. Connection sizes and orientation. 4. Capacity and location of lifting eyes. 5. Motor arrangement showing location of electrical connections. 6. Detail electrical wiring diagrams, showing component designation and rating, and the connection points and associated terminals and cable identification for connection to the process control system. 7. The Contractor shall ascertain the location of all electrical (power and control) connections in order to properly orient electrical conduits. D. DESIGN CALCULATIONS Seismic design calculations shall be submitted for equipment and for supports and anchorage for equipment. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-3 City of Yakima 203 E. FACTORY TEST REPORTS Factory tests shall be performed for each piece of equipment where specifically called for in the Section specifying that equipment. Note that factory tests are inherent in many reference standards. The requirement for a factory test in a referenced standard shall make that requirement a part of these Specifications. Conduct factory tests at the same speeds at which the equipment will operate in the field except as noted. Where specifically noted, the Engineer may witness performance test. The Contractor shall inform the Engineer in sufficient time to allow arrangements to be made for witness of such tests. When non -witnessed tests are performed, certified results shall be supplied by the Contractor to the Engineer. Factory testing of pumps shall be done in accordance with the requirements and standards of the Hydraulic Institute. Tests of other equipment shall conform to the requirements set forth in these Specifications. F. IDENTIFICATION OF DELIVERED EQUIPMENT Each piece of equipment delivered to the project site shall be accompanied by a completed form which will contain at least the following information: 1. Owner's name and location of project. 2. Contractor's name and subcontractor if applicable. 3. Name of item being submitted. 4. Specification reference by section, paragraph and page. 5. Data on item (manufacturer, general descriptive data, dimensions, size of connections, speeds, performance curves, serial number). 6. Motor data, type, voltage, frequency, phase, full load amperes, starting method, frame size, enclosure, insulation type, NEMA Code letter, dimensions, service factor, serial number. 7. Date and signature of person certifying performance. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-4 City of Yakima 204 G. MANUFACTURER'S AFFIDAVITS Equipment manufacturers, or their authorized representatives, shall each submit a signed and dated written report with respect to his equipment certifying the following: 1. The equipment has been properly installed and lubricated 2. The equipment is in accurate alignment 3. The manufacturer was present when the equipment was placed into operation 4. The manufacturer has checked, inspected, and adjusted the equipment as necessary 5. The equipment is free from any undue stress imposed by connecting piping or anchor bolts 6. The equipment is not imposing any undue stress on any connecting members 7. The equipment has been operated satisfactorily under full load conditions 8. The manufacturer has inspected his equipment during the operational demonstrations and system validation tests to the extent specified 9. The equipment is fully covered under the terms of the guarantee PART 2 PRODUCTS 2.1 DESIGN All equipment shall be designed for the service intended, of rugged construction, of ample strength for all stresses which may occur during fabrication, transportation, erection and during continuous or intermittent operation, shall be adequately stayed, braced and anchored, and shall be installed in a neat and workmanlike manner. Appearance, safety, and utility shall be given consideration in the design of equipment. Materials of construction shall be cathodically compatible. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-5 City of Yakima 205 2.2 STANDARD REQUIREMENTS A. MATERIALS Design, fabricate and assemble equipment and systems with new materials and in accordance with acceptable engineering and shop practices. Manufacture individual parts to standard sizes and gauges so repair parts can be instated in the field. Make like parts ofduplicate units interchangeable. Do not place equipment in service at any time prior to delivery except as required for factory or shop tests. B. UNIFORMITY Unless otherwise specified, equipment or material of the same type or classification used for the same purpose shall be the product of the same manufacturer and shall be the same model. C. SEISMIC REQUIREMENTS Supports and anchorage of equipment(s) shall comply with the requirements of the 2015 International Building Code (IBC) Section 1613 and ASCE 7-10 Minimum Design Loads for Buildings and Other Structures, Chapter 13 Seismic Design for Nonstructural Components, as referenced and amended by the IBC. For the following design parameters: • Risk Category III • Site Class E • The component Importance Factor: Ip = 1.0 • Design response acceleration coefficients: SDs = 0.469g SD1 = 0.274g • Seismic Design Category D D. STANDARDS Provide equipment and materials suitable for service conditions and meeting standard requirements of ANSI, ASME, AWWA, ASTM, NEMA, IBC, NPC, UL and OSHA. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-6 City of Yakima 206 2.3 LUBRICATION Provide lubricants of types recommended by equipment manufacturers, in quantities sufficient for a minimum of 1-year's consumption prior to completion, testing and final acceptance. 2.4 EQUIPMENT BASES AND BEDPLATES Mount equipment assemblies on a single heavy cast iron or welded steel bedplate on a grout or concrete base unless otherwise shown or specified. Provide bases and bedplates with machined support pads, vibration pads, tapered dowels for alignment or mating of adjacent items, adequate openings to facilitate grouting, and openings for electrical conduits. Corners shall be rounded or chamfered and ground smooth. Continuously weld seams and contact edges between steel plates and shapes, and grind welds smooth. Do not support machinery or piping on bedplates other than that which is factory installed. Provide leveling screws in equipment bases and bedplates to aid in leveling prior to grouting. 2.5 ANCHORS AND FASTENERS Each equipment manufacturer shall furnish the required anchor bolts, nuts and washers of adequate design for securing bases and bedplates to concrete bases. Provide anchor bolts of length to allow for 1-1/2 inch of grout under baseplates and adequate anchorage into structural concrete unless otherwise shown or specified. The manufacturer shall submit to the Engineer design calculations regarding recommended sizing and type of anchor bolts, nuts, and washers for securing the equipment, in accordance with the project seismic requirements. Anchor and assembly bolts and nuts shall be of ample size and strength for the purpose intended. All nuts, bolts and washers shall be Type 316 stainless steel. All leveling nuts shall be Type 316 stainless steel. All motor -driven equipment shall be furnished with cast -in -place anchor bolts or drilled -in anchors set with epoxy adhesive. Do not provide expansion type anchors for motor -driven equipment, or equipment or piping subject to vibration. Expansion type anchors are not to be used for any submerged applications unless specifically noted on the Plans. Anchor all non -motor -driven equipment with cast -in -place anchor bolts or drilled - in anchors set with epoxy adhesive except that, where specifically allowed by note on the Plans, expansion type anchors may be used. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-7 City of Yakima 207 2.6 SAFETY GUARDS Cover belt or chain drives, fan blades, couplings, exposed shafts and other moving or rotating parts on all sides with safety guards conforming to all applicable Federal, State, and local codes and regulations; conform to the most restrictive requirement. Design guards for easy installation and removal, complete with necessary supports, accessories, and fasteners, all hot -dip galvanized. Design guards in outdoor locations to prevent entrance of rain and dripping water. Provide tachometer -test opening in litre with ends of shafts. Typically, guards shall be expanded metal on a structural steel frame except that outdoor guards may be of solid material. Provide spring loaded hinged doors with latch for service and lubrication access. All pipes, manifolds, heaters, and other surfaces, which have a surface temperature sufficient to burn human tissue, shall be covered with a thermal insulating material or otherwise guarded against contact. Guards shall comply with the requirements of these Specifications, WISHA Standards, and "The Principles and Techniques of Mechanical Guarding" (OSHA 2057, 1973), whichever is more stringent. 2.7 LIFTING EYES All equipment weighing over 100 pounds shall be supplied with lifting eyes. Parts of equipment assemblies, which are normally serviced separately, such as motors, shall have individual lifting eyes. 2.8 ELECTRICAL COMPONENTS Equipment shall be manufactured, fabricated and installed in a manner which permits conduit connection to electrical power and control equipment from below the connection point, terminal box, or connection box without offsets or bends such that the conduit will drain away from the equipment. Electric motors, control panels, accessories, etc., shall conform to the requirements of Divisions 11, 15. If any motor fails during the warranty period, the Contractor shall replace the motor with a new motor. Rewinding a failed motor shall not be acceptable. All electrical components shall be recognized or labeled and listed by a recognized electrical testing laboratory for the application, or approved by the Washington State Department of Labor and Industries for installation on the Project. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-8 City of Yakima 208 2.9 NAMEPLATES/DATA PLATES/IDENTIFICATION Each piece of equipment and its driver shall be furnished with a stainless steel metal nameplate fastened to the item in an accessible position. This nameplate shall contain the manufacturer's name, equipment rating, capacity, size, model, serial number and speed. Data for motors shall be NEMA standard. All information written or printed shall be in English. Each item of equipment shall bear a different serial number. Measurement units shall be given for ratings and capacity. Nameplates for tanks and pressure vessels shall give working pressure, test pressure, vessel plate thickness and ASME Code data. Each piece of rotating equipment shall have a direction of rotation arrow. Each piece of equipment shall be labeled using a plastic laminate label with the functional name and number of the equipment shown on the Plans or provided by the Engineer. Name and number shall correspond to those used on Motor Control Centers and Panels. Labels shall be fastened to the equipment base or other acceptable location. The letters shall be at least %-inch high with a border trim on all sides not less than 1/4- inch. Color shall be green background with white letters. Fasteners shall be brass or stainless steel screwed into inserts, anchor shields or tapped holes in equipment or base. Units of measure shall be shown on the indicating and totalizing dials of all meters, gauges and other measuring devices. 2.10 PROTECTION AGAINST ELECTROLYSIS Where dissimilar metals are used in conjunction with each other, suitable insulation shall be provided between adjacent surfaces so as to eliminate direct contact and any resultant electrolysis. The insulation shall be bituminous impregnated felt, heavy bituminous coatings, non-metallic separators or washers. Connections of dissimilar piping materials shall utilize dielectric unions, flanges, couplings or bushings. 2.11 PAINTING Painting of all equipment shall be in accordance with Section 09900 of these Specifications. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-9 City of Yakima 209 2.12 NOISE Mechanical and electrical equipment shall not create sound levels that are in excess of that permitted by WISHA for 8 hours per day worker exposure unless otherwise noted for the specific piece of equipment involved. PART 3 EXECUTION 3.1 INSPECTION Inspect each item of equipment for damage, defects, completeness, and correct operation before installing. Inspect previously installed related work and verify that it is ready for new equipment installation. 3.2 PREPARATION Prior to installing equipment, ensure that the areas are clean and that concrete or masonry operations are completed. Maintain the areas in a broom -clean condition during installation operations. Clean, condition, and service the equipment in accordance with the Operation and Maintenance Instruction Manuals and specific requirements included in applicable Sections of these Specifications. 3.3 SPARE AND LOOSE PARTS Prior to equipment startup provide an inventory of spare and loose parts supplied under the project. Turn over inventory and parts to the Owner. The Owner's written acknowledgment of receipt is required for project completion. Loose parts are defined as items such as special tools, keys, safety equipment, and portable equipment. 3.4 INSTALLATION A. EQUIPMENT Equipment shall conform to the approved submittals and Operation and Maintenance Instruction Manuals. Employ skilled craftsmen experienced in installation of the types of equipment specified. Use specialized tools and equipment, such as precision machinist levels, dial indicators, gauges, and micrometers, as applicable. Produce acceptable installations free of vibration or other defects. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-10 City of Yakima 210 B. ANCHOR BOLTS Deliver bolts with templates or setting drawings and verify that bolts are correctly located before structural concrete is placed. Prior to assembly, the Contractor shall coat all stainless steel bolts and nut threads with anti -seizing compound. 3.5 INSTRUCTION OF OWNER'S PERSONNEL Conduct an instruction program for up to six operations personnel designated by the Owner in accordance with Specification Section 01800. Furnish the services of qualified instructors from the various equipment manufacturers for the duration specified in each specific Section. Include instruction covering basic system operation theory, routine maintenance and repair, and "hands on" operation of equipment. Provide the instruction program at the Owner's convenience before contract closeout. The Contractor shall audio- and video -record all training sessions, and also provide the Owner with any audio-visual training materials the manufacturer utilizes (i.e., DVDs, PowerPoint presentations, videocassettes etc.). Cost of instruction and audio-visual training materials shall be included in the bid price for the equipment. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 11000-11 City of Yakima 211 SECTION 15050 PIPING SYSTEMS PART 1 GENERAL 1.1 SCOPE The work specified in this Section describes process and utility piping, fittings, supports, and accessories shown on the Plans, described in these Specifications and as required to completely interconnect all equipment with piping for complete and operable systems. The Contractor shall direct the attention of all subcontractors and suppliers of piping systems and related appurtenances for the work to the applicable provisions in the Contract Documents wherever they may occur. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 01800 Testing, Commissioning and Training 09900 Painting Division 11 Equipment Division 15 Mechanical 1.3 STANDARDS FOR THE WORK Pipe, fittings, and supports shall be provided to produce complete, operable systems with all elements properly interconnected as shown in schematic diagrams or to provide specified operations. If a specific dimensioned location is not shown for interconnections or smaller system elements, the Contractor shall select appropriate locations and show them on Shop Drawing submittals for review. Piping systems and materials shall be new and without imperfections and shall be erected in a neat and workmanlike manner; aligned, leveled, cleaned and adjusted for satisfactory operation; installed in accordance with the best standard practices for this type of work so that connecting and disconnecting of piping and accessories can be readily made and so that all parts are easily accessible for inspection, operation, maintenance and repair. In order to meet these requirements minor deviation from the Plans may be made as approved by the Engineer. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-1 City of Yakima 213 1.4 PIPE MATERIALS The materials to be utilized for the various pipe sizes and applications on the project shall be as follows, unless otherwise noted on the Plans or herein: Process Abby. Inside/Above Grade Buried Recirculated Sludge RCS Ductile Iron, FL Sludge Drain SLD Ductile Iron, FL Sludge Transfer SLT Glass Lined D.L_FL Plant Process Water (<3") C2 Solvent Welded PVC 1.5 SUBMITTALS Submittal data shall be supplied in accordance with Section 01300. Detailed installation drawings of all piping and connected equipment shall be submitted. The drawings shall include all piping, valves, fittings, pipe support locations and types, seismic bracing, and appurtenances. Submit data to show that the following items conform to the Specification requirements: A. Pipe, fittings, and accessories. B. Valves. C. Couplings and couplers. D. Pipe supports and seismic braces as required herein. Submit certified test reports as required herein and by the referenced standards. PART 2 PRODUCTS 2.1 GENERAL Pipe sizes are nominal inside diameter unless otherwise noted. All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class and other appropriate data such as thickness for piping. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the complete product. Acceptance of installed piping systems shall be based on inspection and leakage tests as specified in Part 3 of this Section. All water piping shall be certified under NSF 61 and NSF 372 for potable water use. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-2 City of Yakima 214 2.2 DUCTILE IRON PIPE AND FITTINGS A. GENERAL Ductile iron pipe shall be centrifugal cast pipe conforming to AWWA C151, Class 52, unless otherwise noted, bituminous coated and cement mortar lined in accordance with, AWWA C104. All flanged spools shall be Class 53 as shall all piping where grooved couplings are used. Approved grooved couplings may be used instead of flanged spools and fittings as approved by Engineer. All above ground piping shall be flanged or grooved unless otherwise specified or indicated. All mechanical joints shall be restrained joints with a retainer. The restrainer shall utilize the full circumference of the pipe for restraining and utilize standard MJ gasket and bolts. The restrainer shall be Grip Ring as manufactured by Romac Industries, Mega -Lug, or equal. Flanges shall comply with ANSI B16.1, Class 125. Flange gaskets shall be full face. Approved adaptor flanges shall be used instead of flanges where shown on the Plans. Grooved couplings shall be Victaulic Style 31, or engineer approved equal and shall comply with AWWA C606. Victaulic Style 341 adaptor flanges shall be installed instead of flanges where shown on the Plans. Fittings shall be ductile iron and shall comply with AWWA C110 or AWWA C153, bituminous -coated exterior and cement mortar lined, 250-psi minimum pressure. Fittings shall be mechanical joint, flanged, or grooved fittings. Fittings with grooved ends shall comply with AWWA C606 and shall be Victaulic or approved equal. Fittings shall not be "Tyton" or other push -on type joint. The exterior of buried ductile iron pipe and pipe in contact with concrete shall be coated with an asphaltic coating. The exterior surface of ductile iron pipe inside of buildings, structures, and vaults shall be painted in accordance with Section 09900 of the Specifications. All bolts not in contact with potable water shall be coated with Armite Anti -Seize Compound No. 609, or equal, prior to installation. All bolts in contact with potable water shall be coated with an NSF-61 approved anti- sieze compound, SAF-T-EZE, or equal, prior to installation. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-3 City of Yakima 215 2.3 PVC PIPE AND FITTINGS All PVC pipe 3-inch and smaller shall be Schedule 80. Pipe shall be constructed of material that meets or exceeds ASTM D2241 and D1784 and Commercial Standard CS 256. Joints shall be solvent weld with press fit. Fittings shall conform to ASTM D2466 and D2467 for socket type and ASTM D2464 for threaded pipe. All PVC pipe 4-inch and larger shall be PVC, Cast Iron pipe equivalent O.D., Class 235, conforming to the requirements of AWWA C900. Pipe joints shall be gasketed. Solvent -cement joints will not be acceptable. Fittings for PVC pipe 4-inch and larger shall be ductile iron, as specified in Part 2.2 of this Section. Provisions for pipe expansion shall be as recommended by the pipe manufacturer. Bolts for PVC pipe, where required, shall be 316 stainless steel, ASTM A193, Grade B8M, hex head with ASTM A194, Grade 8M hex nuts. Washers of the same material shall be supplied. 2.4 HIGH DENSITY POLYETHELENE (HDPE) PIPE All HDPE shall be butt welded PE 3408 HDPE pipe conforming to ASTM D3350 having a cell classification of PE 345434C and ASTM D1248 pipe grade resin type III, Class C, Category 5, grade P34 polyethylene compound. Pipe dimensions and workmanship shall conform to ASTM F714. Pipe shall be Ductile Iron Pipe Size (DIPS) HDPE pipe shall have an SDR of < 13.5 Manufacturer shall provide certification that stress regression testing has been performed on the product. Stress regression testing shall be done in accordance with ASTM D2837. Pipe shall be free of cracks, holes, inclusions, voids or other inclusions. Pipe manufacturer shall meet the minimum quality control requirements of D3035 and ASTM F714. Fittings shall be standard HDPE fittings, meet the above HDPE pipe specifications, and be manufactured by injection molding or extrusion and machining. All fittings shall have the same working pressure as the pipe. Where butt fusion PE plastic fittings are allowed or called for on the plans, they shall comply with ASTM D3261. Pipe sections shall be joined by butt fusion complying with ASTM F2620 and the joints shall be equal or greater in strength than the pipe. Socket fusion joints shall not be used. Class 150, ANSI B16.5 flanges shall be use for connections for flanged connections of another material. Flange backing rings used shall be 316 stainless steel with 316 stainless steel nuts, bolts and washers. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-4 City of Yakima 216 2.5 TEMPORARY PIPING Temporary piping shall be as noted as shown on the Plans. Piping shall be >4- inch diameter (nominal), and shall conform to the requirements listed in Section 2.2, 2.3, or 2.4 above. This shall apply to all temporary heated sludge piping as well as all temporary recirculating sludge piping. 2.6 HOSES The Contractor shall furnish hoses, nozzles and fittings sized for each yard hydrant and hose bib where shown on the Plans and as described below. A. HOSE Washdown hose shall be flexible light -duty discharge hose, Gen -Line Series 400, Uniroyal P340 or equal. Size shall be 1-1/4 inch, 1 inch, or 3/4 inch as shown on the Plans. Each section shall be 50-feet long have male and female brass couplings with adapters sized to fit yard hydrants and hose bibs. Each Hose shall have a nozzle. B. NOZZLES, 1-1/4-INCH AND 1-INCH SIZE Nozzles to fit 1-1/4-inch and 1-inch hoses shall be one-piece bronze, with inlet size to match base, 8-inch-long nozzle and 5/16-inch outlet. C. NOZZLES, 3/4-INCH SIZE Nozzles to fit 3/4-inch hoses shall be adjustable thermoplastic, with inlet size to match base, Grainger 1P650 or equal. 2.7 MISCELLANEOUS FITTINGS A. FLEXIBLE COUPLINGS Flexible couplings shall be Romac 501 or approved equal. Middle ring and follower shall have fusion bonded epoxy coating. All buried flexible couplings shall be furnished with stainless steel bolts and nuts. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-5 City of Yakima 217 B. FLANGED COUPLING ADAPTERS Flanged coupling adapters shall be Rockwell (Smith -Blair) Type 912 Dresser Style 127 or equal. C. ADAPTER FLANGES Adapter flanges for ductile iron pipe shall be manufactured of high strength ductile iron, ASTM A536, Grade 65-45-12. Flange dimensions shall be in accordance with ANSI B 16.1, 125-1b. pattern. Gasket shall be Buna-N. Setscrews shall be AISI 4140, high strength, low alloy steel. The adapter flanges shall be Uni-Flange Series 400, or equal. D. GROOVED PIPE COUPLERS Grooved pipe couplers for steel pipe shall consist of two ductile iron housing segments conforming to ASTM A536, pressure responsive elastomer gasket, and ASTM A449 zinc electroplated steel bolts and nuts. Couplings shall comply with ASTM F 1476 "Standard Specification for the Performance of Fittings for Use with Gasketed Mechanical Couplings Used in Piping Applications." 1. Rigid Type Housings shall be cast with offsetting angle -pattern bolt pads to provide rigidity and system support and hanging in accordance with ANSI B31.1 and B31.9. a. 2 Inch through 8 Inch Installation -Ready, for direct stab installation without field disassembly, with grade EHP gasket rated to +250 degrees F/120 degrees C. Couplings shall be Victaulic Style 107, or approved equal. b. Couplings shall be Victaulic Zero -Flex Style 07. 2. Flexible Type For use in locations where vibration attenuation and stress relief are required. The couplings shall be placed in close proximity to the source of the vibration. Couplings shall be Victaulic Style 77, or approved equal. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-6 City of Yakima 218 Grooved pipe couplers for ductile iron pipe shall be Victaulic Style 31, or approved equal. The gaskets shall be suitable for use in wastewater. All grooved joint couplings, fittings, valves, and specialties shall be the products of a single manufacturer. Grooving tools shall be of the same manufacturer as the grooved components. E. CALDER-TYPE FLEXIBLE COUPLINGS Flexible couplings shall be Calder -type where specifically indicated on the Plans. Calder -type flexible couplings shall consist of all elastomeric PVC sleeve secured to the pipes with stainless steel clamping bands. Adapter couplings shall be furnished for transitions between piping of different outside diameters as necessary. Calder -type flexible couplings shall be as manufactured by Calder Co., Fernco, or equal. F. FLEXIBLE CONNECTORS AND EXPANSION JOINTS Flexible connectors and expansion joints shall be provided where shown on the Plans. The flexible connectors and expansion joints shall be provided with Class 125 ANSI flanges and be single arch -type multiple ply rubber or synthetic elastomers, complete with steel retaining rings, as manufactured by the Red Valve Company, Inc., the Metraflex Company, or equal. G. DIELECTRIC INSULATED UNIONS Dielectric insulated unions shall be used to connect dissimilar metals. They shall separate the metals so that the passage of more than one percent of the galvanic current, which would exist with metal to metal contact, is prevented. Unions shall be of the same material as the pipe to which attached, and pressure and temperature ratings shall be no lower than that of the piping system in which it is installed. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-7 City of Yakima 219 2.7 PIPING INSULATION A. GENERAL All new above ground exterior pipe carrying liquids, shall be insulated with 1-inch-thick fiberglass insulation and 0.016-inch anodized aluminum jacket; insulated by Owens-Corning, Certainteed, Johns -Manville or equal, unless otherwise noted. Buried piping carrying liquids with less than 36 inches of cover shall be insulated with Rubitex closed cell foam insulation or equal. B. ELASTOMERIC INSULATION Insulation material shall be flexible, closed -cell elastomeric insulation in tubular or sheet form. Materials shall have a flame spread rating of 25 or less and a smoke developed rating of 50 or less when tested in accordance with ASTM E84. Sheet material with a thickness greater than 1 inch shall have a flame spread rating of 25 or less and a smoke developed rating of 100 or less when tested in accordance with ASTM E84. In addition, the product when tested shall not melt or drip flaming particles, and the flame shall not be progressive. In addition, all materials shall pass simulated end -use fire tests. Materials shall have a maximum thermal conductivity of 0.27 Btu -in/ h-ft.2-degrees F at a 75 degrees F mean temperature when tested in accordance with ASTM C 177 or ASTM C518. Materials shall have a maximum water vapor transmission of 0.10 perm - inches when tested in accordance with ASTM E96 (Procedure A). The material shall be manufactured under an independent third party supervision testing program covering the properties of fire performance, thermal conductivity and WVT (water vapor transmission). C. ADHESIVES AND FINISHES Adhesive shall be the insulation manufacturer's recommended contact adhesive. Insulation finish shall be the insulation manufacturers recommended finish City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-8 City of Yakima 220 Accessories such as adhesives, mastics and cements shall have the same properties as listed above and shall not detract from any of the system ratings as specified above. PART 3 EXECUTION 3.1 PIPING INSTALLATION A. GENERAL HANDLING AND PLACING All piping constructed on this project shall be performed in accordance with the Uniform Plumbing Code. These Plans do not detail all items such as complete venting, etc.; however, it is understood that this work shall be included as a part of this Section and all costs included in the lump sum bid. Pipe and accessories shall be handled in such a manner as to insure delivery on site in sound, undamaged condition. Particular care taken not to injure pipe coating. No other pipe or material of any kind shall be placed inside of lined pipe or fitting after lining has been applied. All pipe and fittings shall be unloaded, stored, handled in such a manner as to insure against damage. Dropping of pipe or fittings shall be cause for rejection. The types and sizes of pipes to be used shall be as specified herein and as shown on the Plans. Where sizes of small pipe are omitted from the plans and not mentioned in the Specifications, the sizes to be used shall correspond to plumbing code requirements. In any event, undesignated pipe sizes shall be proper for the function to be performed and as accepted by the Engineer. All pipe shall be carefully placed and supported at the proper lines and grades and where possible shall be sloped to permit complete drainage. Piping runs shown on the Plans shall be followed as closely as possible, except for minor adjustments to avoid architectural and structural features. If major relocations are required, they shall be approved by the Engineer. Unions shall be installed in all threaded joint piping to facilitate the removal of sections for maintenance and repair in accordance with the best trade practice. Unions shall be ground joint, malleable iron type. Where unions connect dissimilar materials, the union shall be protected from reaction with dissimilar metals by installation of insulating materials and dielectric unions at contact points. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-9 City of Yakima 221 The interior of all piping shall be cleaned after assembly and before connecting to equipment. All piping for which no location dimensions are shown shall be installed in a neat and workmanlike manner in accordance with best trade practice. Wherever possible runs and rises shall be grouped and kept parallel. Properly lay out all miscellaneous piping to clear obstructions such as passageways, equipment, larger sized pipes, ventilation ducts, lights, etc. Whenever pipe requires field cutting to fit in line, work shall be done by a machine in a satisfactory manner so as to leave a smooth end at right angles to axis of pipe. All piping to be buried below structures, foundations, or slabs shall be installed with extreme care. When all joints have been made, Contractor shall demonstrate to Engineer's satisfaction that all of piping is watertight and that all lines are clear before proceeding with any work above this piping. It shall be Contractor's responsibility to see that these lines are kept clear until final acceptance of the project, providing suitable tight wooden bulkheads or plugs for open end pipes. Any blockage of these systems due to earth, debris, cement slurry or anything else shall be rectified at Contractor's expense before project is accepted. All pipe shall be installed in strict accordance with manufacturer's recommendations and/or specifications, and best commercial trade practice. Any special tools required for laying, jointing, cutting, etc., shall be supplied and properly used. All pipe shall be kept thoroughly clean until acceptance of completed work, and shall conform accurately to lines and grades given. At all times during pipe laying operations keep trench free of water either by pumping, bailing, or drainage. Seal end of line with a tight -fitting plug when pipe is not being laid. Valves shall have interiors cleaned of all foreign matter and inspected, both in open and closed positions prior to installation. All pipes running through concrete walls below water surface or where subject to groundwater pressure shall be assembled as shown on the plans. Pipes running through concrete not subject to water pressure may be installed through standard steel sleeves, one or two pipe sizes larger than pipe in question. The pipe shall be free of all dirt and grease and thoroughly cleaned to insure a tight bond with the concrete. All above ground outside pipe carrying liquids shall be insulated. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-10 City of Yakima 222 All buried, submerged, or intermittently submerged piping that is bolted together or uses bolts to hold materials together shall use 316 stainless steel nuts, bolts, and washers. This requirement applies to a distance of 12 inches above the highest water level in any tank, channel, or structure. Otherwise, bolts, nuts, and washers may be hot -dip galvanized steel. B. GENERAL EXPOSED PIPING INSTALLATION Unless shown otherwise, piping shall be installed parallel to building lines, plumb, and level. Piping shall be installed without springing or forcing. All pipe flanges shall be set level, plumb, and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. All bolt holes in flanges shall straddle vertical centerline of pipes. Flexible couplings shall be provided for all piping connections to motor - driven equipment and where otherwise shown in the Plans. The Contractor may install additional flexible couplings at approved location to facilitate piping installation, provided that he submits complete details describing location, pipe supports, and hydraulic thrust protection. Unions or flexible couplings shall be installed where shown on the Plans, and at all non -motor -driven equipment to facilitate removal of the equipment. Where equipment drain connections are provided, they shall be valved, with the discharge pipe carried to the nearest floor drain, drain trench, or sump. Where no receptacle for drain exists, drain valves shall be piped to 1 inch above the floor. Drain piping and valve materials shall conform to the requirements of the system served. All exposed or submerged piping shall be painted and color -coded in accordance with Section 09900, unless otherwise specified. 3.2 PVC PIPING PVC piping socket weld connections shall be made up in accordance with the pipe manufacturer's recommendations and as follows: Where pipe is cut, remove all burrs and ream inside to provide smooth flow line. Bevel the plain end pipe 1/16 inch to 1/32 inch. Joints shall be first cleaned with cleaner before making up. Apply primer to the female joint. Apply primer to the male joint. Reapply primer to the female joint. Apply glue to the male joint. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-11 City of Yakima 223 Apply glue to the female joint. Reapply glue to the male joint. Join pipe quickly with a 1/4 turn. If joint cannot be made up to full depth of socket, cut out and discard. Wipe off excessive cement. Hold for 30 seconds and do not move for 15 minutes after making up joint. Pipe joining below 40 degrees F will not be permitted. Cleaner and cement types shall be as recommended by the manufacturer for the size of pipe being used. 3.3 FLANGED PIPING Flanged joints shall be made in accordance with best trade practice. Screwed flanges for piping shall be run until pipe projects beyond face and no more than one thread is exposed on backside. All flange faces shall then be machined so as to be perfectly parallel. All flanged pipe shall be accurately dimensioned; no "drawing -up" will be allowed. Gaskets shall be full face, rubber. 3.4 GROOVED JOINT PIPING Grooved joints shall be installed in accordance with the manufacturer's latest published installation instructions. Grooved ends shall be clean and free from indentations, projections, and roll marks in the area from pipe end to groove. Gaskets shall be of an elastomer grade suitable for the intended service, and shall be molded and produced by the coupling manufacturer. The grooved coupling manufacturer's factory trained representative shall provide on -site training for Contractor's field personnel in the use of grooving tools and installation of grooved joint products. The representative shall periodically visit the jobsite and review Contractor is following best recommended practices in grooved product installation. 3.5 THREADED PIPING Threads for threaded joint piping shall be neatly cut with sharp tools and jointing procedure shall conform to best practice. Before jointing, all scale shall be removed from pipe by some suitable means such as pounding. After cutting, all pipe shall be reamed. All pipe shall be screwed together with an application of approved pipe compound applied to all male threads. Once a joint has been tightened, it shall not be backed off unless threads are recleaned and new compound applied. This application neatly made; all compound, dirt thoroughly wiped off outside of every joint. Unions shall be installed in all threaded joint piping to facilitate removal of sections for maintenance, repair in accordance with best trade practice. All such unions shall be included in bid price whether shown on Plans or not. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-12 City of Yakima 224 3.6 MECHANICAL JOINT PIPING Mechanical joint piping shall be installed in best trade practice with torque wrenches used to avoid overstressing bolts. Piping shall be installed using recommended procedures outlined in "Handbook of Cast Iron Pipe" as published by Cast Iron Research Association which in part requires that all contact surfaces of rubber seal with pipe be wire brushed, spigot be centrally located in bell. When tightening bolts, it is essential that the gland be brought up toward pipe flange evenly, maintaining approximately same distance between gland and face of flange at all points around socket. 3.7 TEMPORARY PIPING Temporary piping shall be fully leak tested using WWTF process water (C2) prior to the introduction of sludge. The test shall be conducted at a minimum flow of 150 gpm and a minimum pressure of 50 psi. Temporary piping shall be visually leak tested along its entire length. Any leaks or losses of fluid shall be immediately remedied by the Contractor, and once remedied, the test shall be repeated until the piping is leak free for a period of at least 15 minutes. 3.8 HIGH DENSITY POLYETHYLENE (HDPE) PIPING HDPE pipe shall be installed in accordance with the manufacturer's instructions as shown on the Plans and as specified herein. Pipe trenching shall be done in accordance with ASTM D2321. Pipe bedding materials shall be Class I or II as specified by ASTM D2321 Section 6. Bedding and compaction rates for pipe installation shall be performed in accordance with ASTM D2321 Section 8. 3.9 PIPE SUPPORTS Provide all necessary supports, tie rods, bracing, brackets or other types of supports which may be required, as shown on the Plans, or as specified in Section 15066. 3.10 INSULATION A. GENERAL Install pipe insulation by slitting tubular sections and applying onto piping or tubing. Alternately, whenever possible, slide unslit sections over the open ends of piping or tubing. All seams and butt joints shall be adhered and sealed. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-13 City of Yakima 225 Insulation shall be pushed onto the pipe, never pulled. Stretching of insulation may result in open seams and joints. All edges shall be clean cut. Rough or jagged edges of the insulation shall not be permitted. Proper tools such as sharp knives must be used. On cold piping, insulation shall be adhered directly to the piping at the end of the run using a one inch strip adhesive on the ID of the insulation and on the pipe. All exposed end cuts of the insulation shall be coated with adhesive. Sheet insulation shall be used on all pipes larger than 6-inches IPS. Insulation shall not be stretched around the pipe. On pipes larger than 12-inches IPS, adhere insulation directly to the pipe on the lower 1/3 of the pipe. Seams shall be staggered when applying multiple layers of insulation. B. VALVES, FLANGES, AND FITTINGS All fittings shall be insulated with the same insulation thickness as the adjacent piping. All seams and mitered joints shall be adhered with adhesive. Screwed fittings shall be sleeved and adhered with a minimum 1-inch overlap onto the adjacent insulation. Valves, flanges, strainers and Victaulic couplings shall be insulated using donuts that shall then be covered with sheet or oversize tubular insulation. C. HANGERS Standard and split hangers — Piping supported by ring hangers shall have hangers insulated with the same insulation thickness as the adjacent pipe. All seams and butt joints shall be sealed with adhesive. Ring hangers may be sleeved using oversized tubular insulation. On cold piping, insulation shall extend up the hanger rod a distance equal to four times the insulation thickness. Insulation tape may be used to a thickness equal to the adjacent insulation thickness. Clevis hangers or other pipe support systems — Saddles shall be installed under all insulated lines at unistrut clamps, clevis hangers or locations where the insulation may be compressed due to the weight of the pipe. Cold piping over 1-1/2 inch diameter shall have wooden dowels or blocks, of a thickness equal to the insulation, inserted and adhered to the insulation between the pipe and the saddle. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-14 City of Yakima 226 3.11 FLEXIBLE COUPLINGS Flexible couplings shall be installed in accordance with recommendations of manufacturer and used where indicated on the Plans. Finished joint shall be airtight or watertight under test pressure of pipeline. Buried flexible couplings shall be coated with asphalt base paint after assembly. 3.12 TESTING A. GENERAL All piping shall be tested and inspected in accordance with the provisions of Division 7 APWA/WSDOT, except as modified herein. Where new piping systems are being connected to existing piping systems the existing piping systems shall be tested prior to connecting to the new pipe to the existing piping. Once the new piping system has been connected to the existing piping system the entire system shall be tested again. All piping systems will be tested to demonstrate leak tightness prior to acceptance. The Contractor shall provide all equipment and labor necessary to perform all testing required herein, the costs to be included in the lump sum bid price. Each particular piping system shall be tested as hereinafter specified. All leaks shall be repaired or defective material replaced and the test repeated as directed by the Engineer. After compliance with test requirements and approval of the Engineer, the field painting, where required, may be started. All pressure testing shall be done prior to any finish painting or pipe insulating. The Contractor shall be responsible for repair of any damage resulting from or caused by leak testing. B. PRESSURIZED LIQUID PIPING All PVC, ductile iron and steel piping for pressurized liquid, including sludge, shall be pressurized with water to 100 psig and remain leaktight for a period of 4 hours. All cross connection protection equipment shall be tested by a certified inspector prior to putting the piping into service. Submit test report to Owner. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15050-15 City of Yakima 227 SECTION 15066 PIPE AND CONDUIT SUPPORT SYSTEM PART 1 GENERAL 1.1 DESCRIPTION OF WORK The work specified in this Section includes pipe and conduit hangers, brackets, and supports. Pipe and conduit support systems shall be furnished complete with all necessary inserts, bolts, nuts, rods, washers, structural attachments, and other accessories as shown on the Plans and specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 01800 Testing, Commissioning, and Training 09900 Painting 15050 Piping Systems 1.3 REFERENCES All pipe and conduit support materials and methods shall conform to the latest, applicable requirements of documents listed hereafter. In case of conflict between this section and the listed documents, the requirements of this Section shall prevail. ANSI A13.1 Piping and Piping System ANSI B31.1 Power Piping ASME Boiler and Pressure Vessel Code ANSI/MSS SP-58 Pipe Hangers and Supports C Materials, Design and Manufacture ANSI/MSS SP-69 Pipe Hangers and Supports C Selection and Application SMACNA Seismic Restraint Manual C Guidelines for Mechanical Systems IPC International Plumbing Code 1.4 SUBMITTALS In accordance with the requirements of Section 01300, submit the following project data prepared by a licensed Professional Engineer: City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15066-1 City of Yakima 229 A. Manufacturer's technical data for all hangers, brackets, supports and documentation of conformance with appropriate standards and these specifications. B. Location of pipe and conduit support, including type of structural and pipe attachments, shown on detail drawings and/or specified under paragraph 1.5 of Section 15050. PART 2 PRODUCTS 2.1 GENERAL The Contractor shall design, provide, and install pipe and conduit support systems, which include hangers, brackets, supports, anchors, expansion joints, and structural attachments. The support system shall be pipe rack, trapeze pipe hangers or individual pipe clamps, hangers, supports and structural attachments as specified herein. The support system shall be designed in conjunction with the pipe and conduit to be supported. Seismic restraints shall be provided in accordance with SMACNA Manual as referenced in paragraph 1.3. In certain locations, pipe supports, anchors, and expansion joints have been indicated on the Plans, but no attempt has been made to indicate every pipe support, anchor, and expansion joint. It shall be the Contractor's responsibility to provide a complete system of pipe and conduit supports. Pipe support schedule under paragraph 2.7 of this Section sets forth minimum requirements for pipe supports. 2.2 PIPE RACKS AND TRAPEZE HANGERS Pipe and conduit racks and trapeze hangers shall be constructed of galvanized steel channels, rods, posts, post base, clamps, brackets, fittings, and accessories for supporting pipes in equipment and pump rooms. All components for pipe and conduit rack and trapeze shall be Unistrut or equal. 2.3 PIPE CLAMPS AND HANGERS In areas where pipe racks and trapezes are not used, pipe shall be supported with clamp hangers and stanchion saddle support system. The clamps and hangers shall be fastened to threaded rods hanging from structural attachments. Pipe supports shall be selected for the size and type of pipe to which they are applied. Strap hangers will not be acceptable. Threaded rods shall have sufficient threading to permit the maximum adjustment available in the support item. All pipe clamps and hangers, including all accessories, shall be galvanized steel for indoor use and Type 3 i 6 stainless steel for outdoor use. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15066-2 City of Yakima 230 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Pipe and conduit clamps and hangers shall be as manufactured by Anvil or equal and shall be as follows: Type Pipe Size (In.) Pipe Material Anvil Figure Swivel Ring, Split Type 3/4 to 8 All type 104 Split Clamp 1/2 to 3 All type 138R Adjustable Ring 1/2 to 6 All type 97 Adjustable Ring 1/2 to 4 Copper CT-269 Adjustable Clevis 3 to 24 All type 590 Pipe Clamp 3 to 42 All type 216 Socket Clamp 4 to 24 Cast Iron 595 Pipe Stanchion 4 to 24 All Type 63 Stanchion Saddle 4 to 36 All type 259 Adjustable Saddle Support 3 to 36 All type 264 Riser Clamp 2 to 24 All type 40 Adjustable Pipe Roll 6 to 12 Stainless Steel 177, 181, or 274 2.4 STRUCTURAL ATTACHMENTS Structural attachments shall be concrete insert channels or individual inserts for new concrete, surface -mounted channel or individual inserts for existing concrete or where applicable, steel, roof plate supported attachments in the control building, complete with all accessories required. All structural attachments including all accessories shall be galvanized steel for indoor use and stainless steel for outdoor use, and shall be provided by a single manufacturer. Structural attachments shall be as measured by Unistrut Corporation or approved equal. 2.5 PIPE SUPPORT ATTACHMENTS TO CONCRETE All pipe support attachment to concrete shall be in adhesive anchors unless noted otherwise. Products which may be incorporated in the work include, but are not limited to, the following: A. HIT RE 500 Injection Adhesive Anchor, Hilti, Inc. B. HIT HY 150 Injection adhesive Anchor, Hilti, Inc. C. Power -Fast, Powers Fasteners, Inc. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15066-3 1 City of Yakima 231 2.6 PROTECTION SADDLES Protection saddles shall be used for protecting pipe insulation against damage at pipe supports or as shown on the Plans. The nominal thickness of covering shall be the same as that of pipe insulation. The protection saddles shall be curved carbon steel plate and shall be Anvil Figure 160 through Figure 166 or approved equal. 2.7 SPACING Maximum support spacing shall conform to the following table: Pipe Size Inches Pipe Material Maximum Spacing Feet 1" & Smaller Iron or Steel Copper Plastic Tubing 6 4-1/2 continuous continuous 1-1/4 to 2" Iron or Steel Copper or Plastic 8 5 2-1/2 to 4" Iron or Steel Copper or Plastic 10 6 6 to 8" Iron or Steel Plastic 12 8 PART 3 EXECUTION 3.1 DESIGN Pipe and conduit support systems shall be designed in accordance with applicable reference standards specified in paragraph 1.3. Pipe and conduit supports shall be designed and selected to withstand seismic loads for IBC 2015 Seismic Design Category D with Ss=0.503 and St=0.207g and shall adhere to the following conditions: A. Weight balance calculations shall be made to determine the required supporting force at each pipe support location and the pipe weight at each equipment location. Design loads for inserts, clamps, and other support items shall not exceed the manufacturer's recommended loads. B. Pipe supports shall be able to support the pipe in all conditions of operation. They shall allow free expansion and contraction of the piping, and prevent excessive stress resulting from transferred weight being induced into the pipe or connected equipment. Allow clearances for pipe expansion and contraction. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15066-4 t 1 1 City of Yakima 232 C. Wherever possible, pipe attachments for horizontal piping shall be pipe clamps, or as shown on the pipe support detail sheet. Horizontal or vertical pipes should be supported preferably at locations of least vertical movement. D. All pipe supports shall provide a means or vertical adjustment after erection. E. Where practical, riser pipe shall be supported independently of the connected horizontal piping. Pipe support attachments to the riser piping shall be riser clamps. 3.2 INSTALLATION Pipe support system shall be installed strictly in accordance with standards and codes referenced in paragraph 1.3 of this Section and piping support system manufacturer and piping manufacturer's recommendations. In addition, all piping shall be rigidly support and anchored so that there is no movement or visible sagging between supports. Contact between dissimilar metals, including contact between stainless steel and carbon steel, shall be prevented. Supports for brass or copper pipe or tubing shall be copper -plated. Those portions of pipe supports, which contact other dissimilar metals, shall be rubber or vinyl coated. Anchorage shall be provided to resist thrust due to temperature changes, changes in diameter or direction, or dead -ending. Anchors shall be located as required to force expansion and contract movement to occur at expansion joints, loops, or elbows, and as required to prevent excessive bending stresses and opening of mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion joints. Anchorage for bellows type expansion joints may be located adjacent to the joint. Pipe supports and expansion joints are not required in buried piping, but concrete thrust blocking or other approved anchorage shall be provided as indicated on the Plans or specified in other sections. ***END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15066-5 City of Yakima 233 SECTION 15100 VALVES PART 1 GENERAL 1.1 SCOPE The work specified in this Section shall consist of valves and accessories as shown on the Plans, described in these Specifications, and as required to completely interconnect all equipment with piping for complete operable systems. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Payment 01300 Submittals 01800 Testing, Commissioning and Training Division 11 Equipment Division 15 Mechanical 1.3 SUBMITTALS Submit Catalog cuts and shop drawings in accordance with Section 01300 to demonstrate that the valves and appurtenances conform to the Specifications requirements. The Contractor shall furnish manufacturer's installation and operation manuals, bulletins, and spare parts lists for all valves. 1.4 QUALITY ASSURANCE All materials and equipment furnished under this Section shall be by the manufacturer specified. All materials in contact with potable water shall be NSF 61 and NSF 372 certified for potable water use. PART 2 PRODUCTS 2.1 PLUG VALVES Plug valves shall be non -lubricated eccentric plug type with port area exceeding 80 percent of full pipe area. The valve body shall be of ASTM A126, Class B cast iron. The plug shall be one piece construction of ASTM A536, 65-45-12 ductile iron or ASTM A126, Class B cast iron. The interior of the valve body shall be coated with heat -bonded epoxy coating to protect against abrasion and to deter formation of hard scale or other particulates. Coating shall be Amerlock 2, or equal. The plug shall have a cylindrical seating surface eccentrically offset City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O # 17042.03 15100-1 City of Yakima 235 from the center of the plug shaft. The interference between the plug face and body seat, with the plug in the closed position, shall be externally adjustable in the field with the valve in the line under pressure. Plug shall be resilient faced with grease and/or petroleum -resistant neoprene or Buna-N compound, 70 Type A durometer hardness per ASTM D2240. All plug valves shall be furnished with a 1/8-inch overlay seat of not less than 90 percent pure nickel of minimum 200 Brinell hardness. Seat area shall be raised, with raised surface completely covered with weld to ensure that the plug face contacts only nickel. Screwed -in seats shall not -be acceptable. Shaft bearings shall be sleeve -type metal bearings and shall be of sintered, oil impregnated permanently lubricated type 316 stainless steel ASTM A743 Grade CF8M, or sintered oil impregnated bronze in 1/2- to 36-inch sizes. Non-metallic bearings shall not be acceptable. Shaft seals shall be of the multiple V-ring type and shall be externally adjustable and repackable without removing the actuator or bonnet from the valve under pressure. Valves utilizing 0-ring seals or non- adjustable packing shall not be acceptable. Valve pressure ratings shall be 175 psi through 12 inches and 150 psi for 14 inches and larger. Each valve shall be given a hydrostatic and seat test with test results being certified. Valves shall be furnished with end connections as shown on the Plans. Flanged valve shall be faced and drilled to the ANSI 125 standard. Mechanical joint end shall be to the AWWA C111, grooved end per AWWA C606. Manual valves shall have lever or gear actuators and tee wrenches, extension stems, floorstands, handwheels, etc., as indicated on the Plans. All valves and larger than 4 inches shall be equipped with gear-handwheel actuators. All gearing shall be enclosed in a cast iron housing. The Contractor shall furnish chain actuated operators for all valves with geared operators or lever operators that are located 6 feet or higher from finished floor. Chainwheels shall be equipped with operating chain and chain guide to permit rapid handling of operating chain without "gagging" the wheel and reasonable side pull of the chain. Chains shall be furnished with permanently attached double-acting lever. Operating chains shall be of heavily cadmium plated pintle chain looped to extend to within 3 feet of finished floor. Valves shall be DeZurick PEC Eccentric or equivalent equipment manufactured by Pratt, Victaulic, or Milliken. 2.2 BUTTERFLY VALVES Butterfly valves for air service shall be iron body and disc, Viton resilient seat, stainless steel shaft, bronze bearings, wafer -body style, suitable for service in air to 350 degrees F. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15100-2 City of Yakima 236 Butterfly valves for liquid service shall have iron body and disc, Buna N seats attached to the valve body, stainless steel shaft, corrosion resistant bearings, and flanged style body and shall comply with AWWA C504. Extension bonnets shall be sealed from liquid intrusion and shall encase the valve torque tube from the valve trunnion to the top -mounted geared handwheel actuator. The entire assembly shall be factory assembled and tested. Where butterfly valves are installed adjacent to check valves or other fittings, which interfere with the valve's full range operation, flange fillers, or other spacers, shall be installed between the valve and the obstructing fitting as necessary to insure unrestricted operation of the butterfly valve from full open to closed. Liquid service butterfly valves shall be DeZurik, Pratt 2FII, or equal. 2.3 CHECK VALVES Check valves for liquid service 3 inches and smaller shall be swing check, bronze body, composition disc, 125 pound service. Check valves for liquid service larger than 3 inches shall be swing check, outside lever and spring, iron body, stainless steel shaft, bronze mounted with bronze and stainless steel fittings, 125 pound service. Valves shall be Milliken, Mueller A2600, or equal. Check valves for submerged or intermittently submerged service shall be ball check valves. Manufacturer shall be Flowmatic or equal. 2.4 PVC BALL VALVES Ball valves shall be PVC Class 1245 4-B, conforming to ASTM D1784, true union type, threaded per ANSI B 1.20.1, full port design, rated 150 psi, Nibco Chemtrol Tru-Block, Asahi/America, or equal. 2.5 KNIFE GATE VALVES Knife gate valves shall be cast iron body conforming to ASTM A536. Gate, topwork, stem, and piston rod shall be Type 316 stainless steel. Seals shall be EPDM. Valve shall be full lug style with a non -rising stem. Valve shall be provided with OSHA yoke guard and position indicator scale. Valve size shall be as noted on Plans or as required to match mating piping. Valves shall be Wey, VM Series Knife Gate Valve. No other manufacturers shall be accepted. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15100-3 City of Yakima 237 2.6 VALVE IDENTIFICATION TAGS Each shut-off or control valve, shall be provided with a I-1/2-inch minimum diameter heavy brass tag. Tags shall bear the identifying number of the valve and one or more identifying Letter symbols of the service line. Numbers and letters shall be block type with 1/2-inch-high numbers and 1/4-inch-high letters stamped on the tags and filled with black enamel. Attach tags to the valves by split -key rings soldered so that the ring and tag cannot be removed. Furnish a drawing and a neatly typed valve directory listing each valve number, type of valve and its location. Submit the directory and drawing to the Owner for approval. PART 3 EXECUTION 3.1 GENERAL All valves and accessories shall be installed in a manner and location as shown on the Plans or as required for the application and in accordance with manufacturer's instructions. Valve size is fully equal to line piping in which the valve is installed unless otherwise noted on the Plans. Support all valves where necessary. In case on conflict between these Specifications and a governing code, the more stringent standard shall prevail. All valves of the same style or type shall be furnished by a single manufacturer. Provide all accessories necessary for proper valve operation as specified or required for the application. Buried valves shall be installed with square operating nuts and adjustable cast iron valve boxes with covers. Valve boxes shall be set such that the slots in the boxes are in line with the run of pipe the valves are in. Provide two sets of T wrenches for buried valve operation. Valves shall be installed with the operator in a position for convenient operation. Particular care shall be taken to insure that space is available for operation of lever or handwheel operated valves without interference to walls, piping or equipment. Any valve which is installed, in the opinion of the Engineer, in a manner that operation is inconvenient shall be modified or removed and reinstalled in a manner suitable to the Engineer at the expense of the Contractor. Operations for manual valves shall be lever or handwheel as is standard with the mans farturer_unless .another type ._of operator is specifiedor required by the manufacturer. City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15100-4 City of Yakima 238 For submerged valves, provide stem guides as recommended by the valve manufacturer on a spacing of 6'-0". As an alternate, provide valves with extended bonnets where practical. Provide supports for extended bonnets as required. Stem guides and supports shall be Type 316 stainless steel. All installation fasteners for submerged valves, guides, and supports (nuts, bolts and washers) shall be Type 316 stainless steel. *** END OF SECTION *** City of Yakima, Project No. WF2489 Wastewater Treatment Facilities Digester Cleaning Project G&O #17042.03 15100-5 City of Yakima 239 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this '.i day of `1 \ y k, 20V , by and between the City of Yakima, hereinafter called the Owner, and SELLAND CONSTRUCTION, INC. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and atta d -n., p.rt of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, Tabor an : ' AMOUNT OF: $ 1,505,667.92 , for Wastewater Treatment Facility Digester Cleaning Project, I Proj- •. WF2489, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard S • - ' ications 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 One Hundred Sixty (160) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11 th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. IL 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 day of 20 . Selland Construction Inc ,a WA Corporation Attest., Contractor By: -� Jason Gaul City Clerk �,? .` i ` " k�," ` ,= President t z (President, Owner, etc.) CITY CONTRACT NO: Olcf � �, � � RESOLUTION NO: `.'a` 1 Gj - c /i'Addrer: P.O. Box 119 s ♦ ., se:\;- Wenatchee,WA 98807 City of Yakima 241 PERFORMANCE BOND BOND TO CITY OF YAKIMA Bond No. 107043565 KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Selland Construction, Inc. (Contractor) hereinafter designated as the "Principal' a contract for the construction of the project designated Wastewater Treatment Facility Digester Cleaning Project, City Project No. WF2489, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to fumish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and Travelers Casualty and Surety Company of America Surety), a corporation, organized and existing under and by virtue of the laws of the State of Connecticut , 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 $ 1,5 05,667.92(Totaf 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 /E' , day of % , 201 K9 Approved as to torn: ' City of Yakima Selland Construction, Inc. (Prim --- By: (Signature) Jason Gaul/V.P. (Print Name) Travelers Casualty and Surety Company of America (Surety) .. By: f\,, (Signature) Theresa A. Lamb ----- ..._-.-..__.._...-- (Print Name) Attorney -in -Fact _ _ _ (Title) 243 TRAVELERS Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Julie M. Glover, S.M. Scott, Michael A. Murphy, Jim W. Doyle, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa A. Lamb, Carl M. Lovested III, Patti White, Teresa Glombecki, and Maxwell Martin, of Bothell, Washington, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity ofpersons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017 State of Connecticut -. By: r �: City of Hartford ss. Robert L Raney, Sefrli✓Or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 r mCtALL C Marie C. Tetreault, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect Dated this / S- a-.. of i114W".• 11 a HA COWL Co Kevin Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. SELLCON-01 MJOHNSON CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYVY) 03/06/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hub International Northwest LLC P.O. Box 3018 Bothell, WA 98041 INSURED SELLAND CONSTRUCTION, INC. P.O. Box 119 Wenatchee, WA 98807 NAME CT PHONE (NC, (425) 489-4500 (n/c,No)•(425) 485-8489 Miss, now.info@hubinternational.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A.Allied World National Assurance Company 10690 INSURERB-Allied World Specialty Insurance Company 1- 16624 INSURER C • INSURER D . INSURER E • INSURER F . • 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOL INSD SUER WVD POLICY NUMBER POLICY EFF IMMIDD/YYYY) POLICY EXP IMMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE ''X 1 OCCUR X X 0310-0693 03/31/2018 03/31/2019 PREMISEST(=aoccurrrence) $ 300,000 X ND & WA Stop Gap MED EXP (Anyone person) $ 10,000 PERSONAL&ADVINJURY $ 1,000,000 — GEN'L AGGREGATE LIMIT PER GENERAL AGGREGATE $ 2,000,000 POLICY �APPLIES X JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER STOP GAP EMPLOY $ 1,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO X X 6000-0363 03/31/2018 03/31/2019 _(Ea_acaden BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per acadent)t $ _ __ E� AUTOSIONLY _ -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB - CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION PER y STATUTE X ERH AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N 0310-0693 03/31/2018 03/31/2019 E.L EACH ACCIDENT 1,000,000 $ MFFICER/MEMg��EXCLUDED? andatory in NH) N/A E L DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project WF2489, Wastewater Treatment Faci ity D'gester Cleaning City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials are included as Additional Insured, coverage is primary and non-contributory and waiver of subrogation applies per the attached forms/endorsements. CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy #: 0310-0693 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (PRIMARY AND NON-CONTRIBUTORY WHERE REQUIRED UNDER CONTRACT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section II — Who Is An Insured is amended to include any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy. However, the insurance provided will not exceed the lesser of: a. The coverage and/or limits of this policy; or b. The coverage and/or limits required by said contract or agreement. Coverage afforded to these additional insured parties will be primary to, and non-contributory with, any other insurance available to that person or organization where required of you by written contract or agreement. GL 00030 00 (10/09) POLICY NUMBER: 0310-0693 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV— Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER: 0310-0693 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All projects on file with the company, for which you have agreed to provide a separate General Aggre- gate Limit pursuant to a written contract or written agreement, provided that such contract or agreement was executed prior to the date of the occurrence, Toss, injury or damage Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. © Insurance Services Office, Inc., 2008 Page 1 of 2 0 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be at- tributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. Page 2 of 2 C. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. © Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 POLICY NUMBER: 6000-0363 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Selland Construction, Inc. Endorsement Effective Date: 3/31/18 SCHEDULE Name Of Person(s) Or Organization(s): Where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Dedarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 1I — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: 6000-0363 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Selland Construction, Inc. Endorsement Effective Date: 3/31/18 SCHEDULE Name(s) Of Person(s) Or Organization(s): Where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Dedarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF YAKIMA )ss I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscri c;7 Contractor 'sworn to before me on this a " day of Atel , 20 /9 otary Public in and for the ate f Washington residing at /yT��hlGG City of Yakima 245 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 are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 City of Yakima 247 1 Page 1 of 16 1 A State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 02/12/2019 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $37.63 5D 1 H Yakima Boilermakers Journey Level $66.54 5N 1C Yakima Brick Mason Journey Level $49.04 5A 1M Yakima Building Service Employees Janitor $12.00 1 Yakima Building Service Employees Shampooer $12.00 1 Yakima Building Service Employees Waxer $12.00 1 Yakima Building Service Employees Window Cleaner $12.00 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Acoustical Worker $42.98 5D 4C Yakima Carpenters Bridge, Dock And Wharf Carpenters $57.85 5D 4C Yakima Carpenters Carpenter $42.98 5D 4C 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 Yakima Carpenters Floor Layer $42.98 5D 4C Yakima Carpenters Scaffold Erector $42.98 5D 4C Yakima Cement Masons Journey Level $43.20 7B 1 N Yakima Divers a Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $113.60 5D 4C Yakima Divers a Tenders Dive Supervisor/Master $76.33 5D 4C Yakima Divers a Tenders Diver $113.60 5D 4C 8V Yakima Divers a Tenders Diver On Standby $71.33 5D 4C 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 Yakima Divers a Tenders Remote Operated Vehicle Operator/Technician $64.71 5D 4C Yakima Divers a Tenders Remote Operated Vehicle Tender $60.29 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F City of Yakima https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 249 2/8/2019 Page 2 of 16 Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $42.98 5D 4C Yakima Drywall Tapers Journey Level $40.10 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $66.39 5A 1E Yakima Electricians - Inside Journey Level $64.15 5A 1E Yakima Electricians - Inside Welder $68.63 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $79.43 5A 4D Construction Yakima Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction Yakima Electricians - Powerline Groundperson $46.28 5A 4D Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $69.75 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction Yakima Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction Yakima Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction Yakima Electricians - Powerline Pole Sprayer $69.75 5A 4D 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 Only $12.00 1 Products Yakima Fabricated Precast Concrete Journey Level $12.00 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $12.00 1 Products 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 Yakima Glaziers Journey Level $30.59 7L 4L Yakima Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers 1 City of Yakima https://fortress.wa.gov/Ini/wagelookup/pry Wagelookup.aspx 250 2/8/2019 t 1 Page 3 of 16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Heating Equipment Mechanics Journey Level $60.31 5A 1X Yakima Hod Carriers Et Mason Tenders Journey Level $40.67 7A 31 Yakima Industrial Power Vacuum Journey Level $12.00 1 Cleaner Yakima Inland Boatmen Journey Level $12.00 1 Yakima Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $12.00 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Grout Truck Operator $12.00 1 Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Technician $12.00 1 Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Tv Truck Operator $12.00 1 Of Sewer & Water Systems By Remote Control Yakima Insulation Applicators Journey Level $42.98 5D 4C Yakima Ironworkers Journeyman $61.21 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $39.51 7A 31 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 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 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 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 Over) $40.18 7A 31 Yakima Laborers Choker Setter $39.51 7A 31 Yakima Laborers Chuck Tender $39.51 7A 31 Yakima Laborers Clary Power Spreader $40.18 7A 31 Yakima Laborers Clean-up Laborer $39.51 7A 31 Yakima Laborers Concrete Dumper/chute Operator $40.18 7A 31 Yakima Laborers Concrete Form Stripper $39.51 7A 31 Yakima Laborers Concrete Placement Crew $40.18 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $40.18 7A 31 1 City of Yakima https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 251 2/8/2019 Page 4 of 16 1 Yakima Laborers Crusher Feeder $37,11 7A 31 Yakima Laborers Curing Laborer $39.51 7A 31 Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $39.51 7A 31 Yakima Laborers Ditch Digger $39.51 7A 31 Yakima Laborers Diver $40.67 7A 31 Yakima Laborers Drill Operator (hydrautic,diamond) $40.18 7A 31 Yakima Laborers Dry Stack Walls $39.51 7A 31 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 Et Bucker Chain Saw $40.18 7A 31 Yakima Laborers Fine Graders $39.51 7A 31 Yakima Laborers Firewatch $37.11 7A 31 Yakima Laborers Form Setter $39.51 7A 31 Yakima Laborers Gabian Basket Builders $39.51 7A 31 Yakima Laborers General Laborer $39.51 7A 31 Yakima Laborers Grade Checker Et Transit Person $40.67 7A 31 Yakima Laborers Grinders $39.51 7A 31 Yakima Laborers Grout Machine Tender $39.51 7A 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $40.18 7A 31 Yakima Laborers Guage and Lock Tender $40.77 7A 31 Yakima Laborers Guardrail Erector $39.51 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $40.67 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $40.18 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $39.51 7A 31 Yakima Laborers High Scaler $40.67 7A 31 Yakima Laborers Jackhammer $40.18 7A 31 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 Yakima Laborers Material Yard Person $39.51 7A 31 Yakima Laborers Motorman -dinky Locomotive $40.18 7A 31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bia $40.18 7A 31 Yakima Laborers Pavement Breaker $40.18 7A 31 Yakima Laborers Pilot Car $37.11 7A 31 t City of Yakima https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 252 2/8/2019 Page 5 of 16 t t 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 Yakima Laborers Pipe Reliner $40.18 7A 31 Yakima Laborers Pipe Wrapper $40.18 7A 31 Yakima Laborers Pot Tender $39.51 7A 31 Yakima Laborers Powderman $40.67 7A 31 Yakima Laborers Powderman's Helper $39.51 7A 31 Yakima Laborers Power Jacks $40.18 7A 31 Yakima Laborers Railroad Spike Puller - Power $40.18 7A 31 Yakima Laborers Raker - Asphalt $40.67 7A 31 Yakima Laborers Re-timberman $40.67 7A 31 Yakima Laborers Remote Equipment Operator $40.18 7A 31 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 Yakima Laborers Rodder $40.18 7A 31 Yakima Laborers Scaffold Erector $39.51 7A 31 Yakima Laborers Scale Person $39.51 7A 31 Yakima Laborers Sloper (over 20") $40.18 7A 31 Yakima Laborers Sloper Sprayer $39.51 7A 31 Yakima Laborers Spreader (concrete) $40.18 7A 31 Yakima Laborers Stake Hopper $39.51 7A 31 Yakima Laborers Stock Piler $39.51 7A 31 Yakima Laborers Tamper & Similar Electric, Air & Gas Operated Tools $40.18 7A 31 Yakima Laborers Tamper (multiple & Self- propelled) $40.18 7A 31 Yakima Laborers Timber Person - Sewer (lagger, Shorer & Cribber) $40.18 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $39.51 7A 31 Yakima Laborers Topper $39.51 7A 31 Yakima Laborers Track Laborer $39.51 7A 31 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 Yakima Laborers Truck Spotter $39.51 7A 31 Yakima Laborers Tugger Operator $40.18 7A 31 Yakima Laborers Tunnel Work -Miner $40.77 7A 31 8A, Yakima Laborers Vibrator $40.18 7A 31 Yakima Laborers Vinyl Seamer $39.51 7A 31 Yakima Laborers Watchman $33.85 7A 31 Yakima Laborers Welder $40.18 7A 31 Yakima Laborers Well Point Laborer $40.18 7A 31 Yakima Laborers Window Washer/cleaner $33.85 7A 31 Yakima General Laborer & Topman $39.51 7A 31 City of Yakima https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 253 2/8/2019 Page 6 of 16 t Laborers - Underground Sewer a Water Yakima Laborers - Underground Sewer Pipe Layer $40.18 7A 31 Et Water Yakima Landscape Construction Landscape Laborer $33.85 7A 31 Yakima Landscape Construction Landscape Operator $59.49 7A 3C 8P Yakima Lathers Journey Level $58.48 5D 1 H Yakima Marble Setters Journey Level $49.04 5A 1M Yakima Metal Fabrication lin Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $12.00_ 1 Yakima Metal Fabrication (In Shop) Machine Operator $12.00 1 Yakima Metal Fabrication (In Shop) Painter $12.00_ 1 Yakima Metal Fabrication (In Shop) Weider $12.00 1 Yakima Millwright Journey Levet $61.54 5D 4C Yakima Modular Buildings Journey Level $14.11 _ 1 Yakima Painters Journey Level $34.65 6Z 1W Yakima Pile Driver Journey Level $58.10 5D 4C Yakima Plasterers Journey Level $56.54 Z, 1R Yakima Playground Et Park Equipment Journey Level $12.00- 1 Installers Yakima Plumbers Et Pipefitters Journey Level $80.93 6Z 1g Yakima Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P Yakima Power Equipment Operator, Barrier Machine (zipper) $59.96 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P Yakima Power Equipment Operators Bobcat $56.90 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $56.90 7A 3C 8P 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 Yakima Power Equipment Operators Chipper $59.96 7A 3C 8P Yakima Power Equipment Operators Compressor $56.90 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P Yakima Power Equipment Operators Conveyors $59.49 7A 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $62.33 7A 3C 8P 1 t 1 1 t City of Yakima https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 254 2/8/2019 Page 7 of 16 t Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Crusher $59.96 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $59.49 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $61.10 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $59.96 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $60.49 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $59.96 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P City of Yakima https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 255 2/8/2019 Page 8 of 16 Yakima Power Equipment Operators Horizontal/directional Drill Operator 559.96 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. a Over $61.10 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $59.96 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution a Mulch Seeding Operator $56.90 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P Yakima Power Equipment Operators Power Plant $56.90 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $56.90 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P Yakima Power Equipment Operators $59.49 7A 3C 8P City of Yakima https://fortress.wa.gov/Ini/vvagelookup/prvWagelookup.aspx 256 2/8/2019 t Page 9 of 16 1 1 1 1 1 Rigger/Signal Person, Bellman (Certified) Yakima Power Equipment Operators Rollagon $60.49 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P Yakima Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $59.49 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $60.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $60.49 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $59.49 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P City of Yakima https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 257 2/8/2019 Page 10 of 16 Yakima Power Equipment Operators Welder $60.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer & 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 & Water Yakima Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $62.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P Underground Sewer & Water 1 City of Yakima https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 258 2/8/2019 Page 11 of 16 1 1 Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Underground Sewer & Water City of Yakima https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 259 2/8/2019 Page 12 of 16 Yakima Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, Alt $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Maniifts), Air Tuggers,strato $59.49 7A 3C 8P underground Sewer a Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer & Water 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 Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet in Height Based To Boom $56.90 7A 3C 8P Uildel gi lJUI Id Sewer a Water Yakima Power Equipment Operators- $60.49 7A 3C 8P Underground Sewer & Water t City of Yakima https://fortress.wa.gov/Ini/wagelookupiprvWagelookup.aspx 260 2/8/2019 Page 13 of 16 t t Remote Control Operator On Rubber Tired Earth Moving Equipment Yakima Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry Alt $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- $61.72 7A 3C 8P Underground Sewer & Water City of Yakima https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 261 2/8/2019 Page 14 of 16 Tower Crane: over 175' through 250' in height, base to boom Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, Alt Track Or Truck Type $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmatt Type $56.901 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Journey Levet in Charge ( $49.96 5A 4A 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 Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers Yakima Refrigeration & Air Journey Levet $80.93 6Z 1Q Conditioning Mechanics Yakima Residential Brick Mason Journey Level $49.04 5A 1M Yakima Residential Carpenters Journey Level $42.98 5D 4C Yakima Residential Cement Masons Journey Level $43.20 7B 1 N Yakima Residential Drywall Journey Levet $42.98 5D 4C Applicators Yakima Residential Drywall Tapers Journey Level $40.10 7E 1 P Yakima Residential Electricians Journey Levet $29.14 5A 1 E Yakima Residential Glaziers Journey Levet $30.59 7L 4L Yakima Residential Insulation Journey Level $42.98 5D 4C Applicators Yakima Residential Laborers Journey Level $36.68 7A 1 H Yakima Residential Marble Setters Journey Levet $49.04 5A 1M Yakima Residential Painters Journey Levet $34.65 6Z 1W Yakima Residential Plumbers Et Journey Level S58.78 6Z 10 Pipefitters Yakima Residential Refrigeration & Air Journey Levet $58.78 6Z 12 Conditioning Mechanics 111 11 11 11 1 t City of Yakima https://fortress.wa.govi lniiwagelookupipry Wagelookup.aspx 262 2/8/2019 Page 15 of 16 t t Yakima Residential Sheet Metal Journey Level (Field or Shop) $44.14 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $31.19 7J 1R (Fire Protection) Yakima Residential Stone Masons Journey Level $49.04 5A 1M Yakima Residential Terrazzo Workers Journey Level $42.21 5A 1M Yakima Residential Terrazzo/Tile Journey Level $34.33 5A 1M Finishers Yakima Residential Tile Setters Journey Level $42.21 5A 1M Yakima Roofers Irritable Bituminous Roofer $43.21 7G 41 Yakima Roofers Journeyman Roofer, Waterproofer, Kettleman $40.21 7G 41 Yakima Sheet Metal Workers Journey Level (Field or Shop) $60.31 5A 1X Yakima Sign Makers Ft Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Ft Installers (Non- Journey Level $14.65 1 Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $12.00 1 Yakima Sprinkler Fitters (Fire Journey Level $56.82 7J 1R Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $49.04 5A 1M Yakima Street And Parking Lot Journey Level $12.00 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P Yakima Surveyors Chainman $58.93 7A 3C 8P Yakima Surveyors Construction Site Surveyor $60.49 7A 3C 8P Yakima Telecommunication Journey Level $41.22 51 1B Technicians Yakima Telephone Line Construction - Cable Splicer $41.22 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $41.22 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $41.22 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $38.36 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside Yakima Television Groundperson $21.92 5A 2B City of Yakima https://fortress.wa.gov/lni/wagelookup/pry Wagelookup.aspx 263 2/8/2019 Page 16 of 16 Telephone Line Construction - Outside Yakima Telephone Line Construction - Television Lineperson/installer $29.13 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $34.68 5A 2B Outside Yakima Telephone Line Construction - Television Technician $31.18 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $38.36 5A 1 2B Outside Yakima Terrazzo Workers Journey Levet $42.21 5A 1M Yakima Tile Setters Journey Levet $42.21 5A 1M Yakima Tile, Marble a Terrazzo Journey Level $34.33 5A 1M Finishers Yakima Traffic Control Stripers Journey Levet $45.53 7A 1 K Yakima Truck Drivers Asphalt Mix Over 20 Yards $45.35, 5D 1V 8M Yakima Truck Drivers Asphalt Mix To 20 Yards $45.35 5D 1V 8M Yakima Truck Drivers Dump Truck $45.35 5D 1V , 8M Yakima Truck Drivers Dump Truck 8 Trailer $45.35 5D 1V 8M Yakima Truck Drivers Other Trucks $45.24 5D 1V 8M Yakima Truck Drivers - Ready Mix Journey Level $42.18 61 2G Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 Installers Yakima Well Drillers Et Irrigation Pump Oiler $12.00 1 Installers Yakima Well Drillers Ft Irrigation Pump Well Driller $18.00 1 Installers 1 t City of Yakima haps://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 264 2/8/2019 Benefit Code Key — Effective 8/31/2018 thru 3/2/2019 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 City of Yakima 265 Benefit Code Key — Effective 8/31/2018 thru 3/2/2019 Overtime Codes Continued 1. 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 Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 City of Yakima 266 Benefit Code Key — Effective 8/31/2018 thru 3/2/2019 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 City of Yakima 267 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. 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 (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) 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 City of Yakima 268 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 (1%) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. 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 City of Yakima 269 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. O. 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 be paid at double the hourly rate of wage. R. Placeholder Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 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 City of Yakima 270 e 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, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 7 City of Yakima 271 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). 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 City of Yakima 272 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. 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 City of Yakima 273 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: S0.50, And Level D $0.25. 10 City of Yakima 274 Benefit Code Key — Effective 8/31/2018 thru 3/2/2019 Note Codes Continued 8. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 11 City of Yakima 275 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: CITY OF YAKIMA Wastewater Treatment Facility Digester Cleaning Project Project Limits City Project No. WF2489 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal, unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days. The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ only Contractors and Subcontractors that are duly licensed by the State of Washington and remain so at all times they are in any way involved with the Work. The undersigned agrees that the Owner reserves the right to reject and or all Proposals and to waive any minor irregularities and informalities in any Proposal. The Undersigned agrees that the Owner reserves the right to Award the Contract to the lowest, responsible, responsive bidder whose Proposal is in the best interest of the Owner. The Owner will determine at the time of Award of the Contract which schedule will be included in the Contract. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. City of Yakima 277 ADDENDUM NO. 001 1 1 ITEM PROPOSAL BID SHEET Wastewater Treatment Facility Digester Cleaning Project City Project No. WF2489 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. DOLLARS DOLLARS 1 MOBILIZATION AND DEMOBILIZATION 1 LS (;)540IDL°4 d5, (DO, o° 2 UNEXPECTED SITE CHANGES 1 CALC $50,000.00 $50,000.00 3 TEMPORARY PIPING AND APPURTENANCES 1 LS 80, O00.p0 o0 .,.0, OC)0 • 4 PRIMARY DIGESTER NO. 1 SLUDGE REMOVAL 202,000 GAL • 1 oil 31-1, °° , 5 PRIMARY DIGESTER NO. 1 CLEANING, PREPARATION, AND COATING 1 LS oa 6 SECONDARY DIGESTER NO. 1 SLUDGE REMOVAL 24,000 GAL •a7 S1iL420otb g 3 11G0•b0 7 SECONDARY DIGESTER NO. 2 SLUDGE REMOVAL 39,000 GAL �•1y 8 SECONDARY DIGESTER NO. 3 SLUDGE REMOVAL 38,000 GAL a.14 cal 3aO o0 9 SECONDARY DIGESTER BUILDING MODIFICATIONS 1 LS 70i60,')b 7of (op°, 0b SUBTOTAL BASE BID: i,32 G1, I(o.°° SALES TAX (8.2%): log 811 1 a. TOTAL BASE BID: ) I / LI i.� G7/ C1 1 I` U l 10 ADDITIVE ITEM NO. 1 KNIFE GATE VALVE INSTALLATION 1 LS saJi-t000 5a)yoaoo Sa., I ROOD SUBTOTAL ADDITIVE ITEM NO.1: SALES TAX (8.2%): LI L1 al k 0 TOTAL ADDITIVE ITEM NO.1: ‘0, 6 et 6 s' TOTAL BASE BID + ADDITIVE ITEM NO. 1: I 5 Q6/ )67 q 1 Note: A bid must be received on all items City of Yakima 279R BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Selland Construction, Inc. , as principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5%) of Total Amount Bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Wastewater Treatment Facility Digester Cleaning, City of Yakima Project No. 2489 , 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 1st DAYS March 20 19 Travelers Casualty and Surety Company of America City of Yakima Surety Theresa A. Lamb, Attorney -in -Fact Principal Selland Construction, Inc. ,20 Received return of deposit in the sum of $ 281 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Julie M. Glover, S.M. Scott, Michael A. Murphy, Jim W. Doyle, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa A. Lamb, Carl M. Lovested 111, Patti White, Teresa Glombecki, and Maxwell Martin, of Bothell, Washington, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017 State of Connecticut By. City of Hartford ss Robert L. Raney, Senor Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2021 % LL. C.. trAccu,A " Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this ? day of —"` Kevin E. Hughes, Assistant To verify the authenticity Odds Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 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. g-VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E-Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E-Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E-Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: t ` tatige#f Datedthis !� day of, 20/ I. Signature: -� Printed Name: \�►��� affit, Phone #: ONS 211# Email Address: City of Yakima 283 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. City of Yakima 285 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) 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. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." City of Yakima 287 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. City of Yakima 289 RESOLUTION NO. D- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. �(J ADOPTED BY THE CITY COUNCIL this day of 1983. ATTEST: City Clerk City of Yakima 291 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. City of Yakima 293 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 recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. City of Yakima 294 BIDDER 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: certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract yiz, .-f4e s 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: Zoltoottxts, 4u4ii-‘4>167,4,,toorr& 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 Representative of Bidder) C ty of Yakima 295 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) City of Yakima 297 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govem the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action 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 it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors 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 his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. City of Yakima 299 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 days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. City of Yakima 300 PROPOSAL Wastewater Treatment Facility Digester Cleaning Project Project Limits (If applicable) City Project No. WF2489 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND IN THE AMOUNT OF ❑ DOLLARS ❑ ($ ) PAYABLE TO THE CITY TREASURER IN THE AMOUNT OF 5% OF THE BID **Receipt is hereby acknowledged of addendum(s) No.(s) ! & PHONE NUMBER SIGNATURE OF AITHORIZED OFFICIAL(s) FIRM NAME (ADDRESS) STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL I%I/ I016111 /IA131 WA STATE EMPLOYMENT SECURITY REFERENCE NO. Note: (1) This proposal form is not transferable and any alteration of the fimi's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re. "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication City of Yakima 301 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check, cashier's check or cash. The amount shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. E. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non -responsive. The following forms must be received prior to the Contract being executed: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her Surety Company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. E-VERIFY COMPLIANCE DECLARATION Refer to Section 1-02.15. A signed E-Verify Compliance Declaration must be submitted or on file with the City. F. SUPPLEMENTARY BIDDER RESPONSIBILITY CRITERIA FORMS —APPENDIX A City of Yakima 303 APPENDIX A SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORMS WASTEWATER TREATMENT FACILITY DIGESTER CLEANING PROJECT These forms shall be completed in their entirety and submitted by the apparent two lowest Bidders to the CITY OF YAKIMA by 12:00 p.m. (noon) of the second business day following the bid submittal deadline. Failure to submit and meet the requirements as stated in Section 2.01.8 of the General Conditions shall be grounds for rejection of the bid. The CITY OF YAKIMA will be the sole judge in determining if the prospective contractor meets the minimum experience requirements. Contractor: Selland Constd' 'e,t.on, Name: FO L ox 119 Address: Phone: 4:Q 6 6 a • 7/,' 9 Contact Person: w J lML Wenatchee,, 7 2. Delinquent State Taxes Instructions to Bidders: Check the appropriate box The Bidder does not owe delinquent taxes to the Washington State Department of Revenue. ❑ Alternatively, the Bidder does owe delinquent taxes to the Washington State Department of Revenue. If the Bidder owes delinquent taxes, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency. 3'f'i' (Date) SC-1 of 8 (Sign (Print Name V•P (Title) City of Yakima 306 3. Claims Against Retainage and Bonds: Instructions to Bidders: Check the appropriate box The Bidder has not had claims against retainage and bonds in the 3 years prior to the bid submittal date. 0 Alternatively, the Bidder has had claims against retainage and bonds in the 3 years prior to the bid submittal date. If the Bidder has had claims against retainage and bonds in the 3 years prior to the bid submittal date, submit a list of public works projects completed during this period that have had claims against retainage and bonds and include name of Project, contact information for the Owner, a list of claims filed against retainage and/or payment bond for any of the projects listed; and a written explanation of circumstances surrounding each claim and the ultimate resolution of the claim. (Date) (Sig ture) 64144- (Print Name) vt •p (Title) SC-2 of 8 City of Yakima 307 4. Public Bidding Crime: Instructions to Bidders: Check the appropriate box 101/ The undersigned certifies that the Bidder and/or its Owners have not been convicted of a crime involving bidding on a public works contract in the 5 years prior to the bid submittal date. Alternatively, the undersigned confirms that the Bidder and/or its Owners have been convicted of a crime involving bidding on a public works contract in the 5 years prior to the bid submittal date. If the Bidder and/or its Owners have been convicted of a crime involving bidding on a public works contract, provide a written explanation identifying the date of the conviction and a description of the circumstances surrounding the conviction. 3 (Date) (Signa re) �A3M 6d4t. (Print Name) J. (Title) SC-3 of 8 City of Yakima 308 5. Termination for Cause/Termination for Default Instructions to Bidders: Check the appropriate box 1r The undersigned certifies that the Bidder has not had any public works contracts terminated for cause or terminated for default by a government agency in the 5 years prior to the bid submittal date. p Alternatively, the undersigned confirms that the Bidder has had public works contracts terminated for cause or terminated for default by a government agency in the 5 years prior to the bid submittal date. If the Bidder has had any public works contracts terminated for cause or terminated for default in the 5 years prior to the bid submittal date, provide a written explanation for all contracts terminated for cause or terminated for default by identifying the project contract that was terminated, the government agency which terminated the Contract, the date of the termination, and a description of the circumstances surrounding the termination. (Date) (Signs e) i13.1J 6avi- (Print Name) J. P (Title) SC-4 of 8 City of Yakima 309 6. Lawsuits Instructions to Bidders: Check the appropriate box The undersigned certifies that the Bidder has not had any lawsuits with judgments entered against the Bidder in the 5 years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts. 0 Alternatively, the undersigned confirms that the Bidder has had any lawsuits with judgments entered against the Bidder in the 5 years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts. If the Bidder has had any lawsuits with judgments entered against the Bidder in the 5 years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, submit a list of lawsuits along with a written explanation of the circumstances surrounding each lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet the terms of contracts. 34/14 (Date) SC-5 of 8 .< (Sign dgs464w, (Print Name) 1/1) (Title) City of Yakima 310 1 Instructions to Bidders: Check the appropriate box Mgr 1 1 1 7. Contract Time (Liquidated Damages) The undersigned certifies that the Bidder has not had liquidated damages assessed on any project it has completed in the 5 years prior to the bid submittal date. ❑ Alternatively, the undersigned confirms that the Bidder has had liquidated damages assessed on projects in the 5 years prior to the bid submittal date. If the Bidder has had liquidated damages assessed against projects in the 5 years prior to the bid submittal dated, submit a list of projects along with Owner contact information, and number of days assessed liquidated damages. The Contracting Agency shall determine whether the Contractor has a pattern of failing to complete projects within Contract Time. (Date) SC-6 of 8 (Sign re) j$$,) G4tL (Print Name) (Title) City of Yakima 311 8. Capacity and Experience The Bidder shall have sufficient current capacity and experience to meet the requirements of this Project. The Bidder shall have successfully completed at least three projects, of a similar size and scope, during the 5-year period immediately preceding the bid submittal deadline for this project. Similar size is defined as a minimum of 60 percent of the bid amount submitted by the Bidder. A. Capacity i. Gross dollar amount of work currently under contract: Zoof 000 ii. Gross dollar amount of contracts currently not completed: !q, t5-01 o00 iii. List five major pieces of equipment which are anticipated to be used on this project by the Contractor and note which items are owned by the Contractor and which are to be leased or rented from others: eQ IU&( arra+a01.- owWm B. Experience General character of work erformed by firm: ii. Identify who will be the superintendent on this project. Also, list the num)er of years this person has been with your firm. peftes ROVAtia‘ 64•104. I it 145"leti SC-7 of 8 City of Yakima 312 1 1 Mandatory Bidder Responsibility Checklist The following checklist will be used in documenting that a Bidder meets the mandatory responsibility criteria. The Engineer should pnnt a copy of documentation from the appropriate website to include with this checklist in the contract file. General Information Owner/Project Name: Yakima - Digester cleaning Project Number 17042.03 Bidder's Business Name: Selland Construction Bid Submittal Deadline: 30/01/2019 @ 11:00 a.m. Contractor Registration https://secure.lni.wa.gov/verify/ Status: License Number: SELLAC*372NO Active: Yes ►1 No ■ Effective Date (must be effective on or before Bid Submittal Deadline). 08/20/1963 Expiration Date: 03/31/2020 Current UBI Number http://dor.wa.gov/BRD/ Account: UBI Number: 048-006-249 Open ►1 Closed ■ Industrial Insurance Coverage/Worker Compensation https://secure.lni.wa.gov/verify/ Account Current. Account Number 180,275-00 Yes ►Z4 No ■ Employment Security Department Number Employment Security Department Number: 222620 004 • Has Bidder provided account number on the Bid Form? • And/or have you asked the Bidder for documentation from Employment Security Department on account number? Yes ■ No Yes 0 No /1 State Excise Tax Registration Number http•//dor. wa.gov/BRD/ Account: Tax Registration Number: 048-006-249 Open 0 Closed ■ Certification of Compliance with Wage Payment Statutes Clause Signed (See Proposal Signature Page or Signed Certification Form) Yes ►/ No ■ Not Disqualified from Bidding http //www.lni.wa.gov,TradcsLicensing/PrevWage/AwardingAeencics/DebarredContractors/default.asp Is the Bidder listed on the "Contractors Not Allowed to Bid" list of the Department of Labor and Industries? Yes • No /1 Excluded Parties Listing System (Federal Funded Projects) http://www.sam gov Does the Bidder have an Active Exclusion'? Yes ■ No ►A Checked by: Name Joseph Loiseau Date: 2-21-2019 (October 6. 2017) Page 1 of 1 K \Constriction Contract Standards\02 Bid and Awatd Phase`02 Awaid Phase 1 SELLAND CONST INC https://secure. Ini.wa.gov/verify/Detai I.aspx?UB I=048006249&LI C=SE... 41111k� Washington State Department of 1 Labor & Industries IIome Espanol Contact Safety & Health Claims & Insurance Se, arch LRI A-Z Index Help My L&I Workplace Rights Trades & Licensing SELLAND CONST INC Owner or tradesperson Principals SELLAND, BRADLEY FARRIS, PRESIDENT BATES, GARY DOUGLAS, VICE PRESIDENT BROADSWORD, GLEN DUANE, VICE PRESIDENT HEWITT JR, EDWIN 0, SECRETARY GAUL, JASON MICHAEL, TREASURER BOSWORTH, LAWRENCE E, VICE PRESIDENT (End' 02/16/2007) HEWITT, EDWIN 0 JR, VICE PRESIDENT (End: 02/22/2018) BROADSWORD, GLEN, SECRETARY (End' 03/31/2010) Doing business as SELLAND CONST INC WA UBI No 048 006 249 PO BOX 119 WENATCHEE, WA 98801 509-662-7119 CHELAN County Business type Corporation License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no SELLAC*372N0 Effective — expiration 08/20/1963— 03/31/2020 Bond TRAVELERS CAS & SURETY CO Bond account no 081 S103559923BCM Received by L&I 02/19/2002 Insurance Allied World National Assuranc Policy no 0310-0693 Received by L&I $12,000 00 Effective date 03/31/2002 Expiration date Until Canceled $1,000,000 00 Effective date Help us improve 114 3/1/2019, 12:34 PM ELLAND CONST INC https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=048006249&LIC=SE... 01/16/2019 Allied World National Assuranc Policy no 0310-0693 Received by L&I 01/15/2018 03/31/2019 Expiration date 03/31/2020 $1, 000, 000 00 Effective date 03/31/2016 Expiration date 03/31/2019 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees') If so, verify the business is up-to-date on workers' comp premiums L&I Account ID Account is current. 180,275-00 Doing business as SELLAND CONSTRUCTION INC Estimated workers reported Quarter 4 of Year 2018 "76 to 100 Workers" L&I account contact TO / JULIE SUR (360)902-4715 - Email: SURJ235@Ini.wa.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for Inspection results date 11/08/2018 Inspection no 317951313 Location Woodin Avenue Bridge Chelan, WA 98816 Inspection results date 10/17/2018 Inspection no 317951153 Location 1 mile marker Elmer City, WA 99124 Violations No violations Help us improve 14 3/1/2019, 12:34 PM iLLAND CONST INC https://secure.lni.wa.gov/verify/Detail.aspx?UBI=048006249&LIC=SE... Inspection results date 10/08/2018 Inspection no 317950996 Location 1670 Manson Blvd Manson, WA 98831 Inspection results date 01/08/2018 Inspection no 317946507 Location Pace & Highline East Wenatchee, WA 98802 Inspection results date 08/14/2015 Inspection no. 317937449 Location 1700 Block of Okanogan Wenatchee, WA 98801 Inspection results date 06/16/2015 Inspection no. 317936576 Location 1700 Okanogan Wenatchee, WA 98807 Inspection results date 03/17/2015 Inspection no 317935507 Location Across from 1050 S Nile St East Wenatchee, WA 98802-5716 Inspection results date 02/09/2015 Inspection no 317934826 Location Grant rd and S. Union Ave East Wenatchee, WA 98802 Inspection results date 08/18/2014 Inspection no 317380376 Location 821 North Wenatchee Ave. Wenatchee, WA 98801 Inspection results date No violations Violations No violations No violations No violations No violations Violations Help us improve 314 3/1/2019, 12:34 PM SELLAND CONST INC https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=048006249&LIC=SE... 09/24/2013 Violations Inspection no. 316851435 Location 1285 So Wenatchee Ave Wenatchee, WA 98801 1 Inspection results date 09/10/2013 Violations ' Inspection no. 316851443 Location Wen Avenue overpass Wenatchee, WA 98801 Inspection results date 08/05/2013 No violations Inspection no. 316851229 ' Location HWY 195 Cheney Marshall Inters Spokane, WA 98072 1 © Washington State Dept of Labor & Industries Use of this site is subject to the laws of the state of Washington 1 1 1 1 1 1 1 1 1 Help us improve 414 3/ 1 /2019, 12:34 PM ervices eehttps://secure.dor.wa.gov/gteunauth/_/#14 Washington State Department of Revenue Services Business Lookup SELLAND CONSTRUCTION, INC. License Information: New search Back to results Entity name: SELLAND CONSTRUCTION, INC Business name: SELLAND CONSTRUCTION, INC Entity type: Profit Corporation UBI #: 048-006-249 Business ID. 001 Location ID. 0001 Location: Open Location address: Mailing address: Excise tax account and reseller permit status: Secretary of State status: Click here 1285 S WENATCHEE AVE WENATCHEE WA 98801-3754 USA PO BOX 119 WENATCHEE WA 98807-0119 USA Open (View) Endorsements Endorsements held at this location License # Count Details Status Expiration date First issuance dat Connell General Business - Non -Resident 2286 Active Dec-31-2019 Dec-02-2010 East Wenatchee General Business - Non- Active Dec-31-2019 Jun-18-2017 Resident Leavenworth General Business - Non- Active Dec-31-2019 Apr-20-2012 Resident Underground Storage Tank 2 View Tanks Active 4 Rows Governing People Al, include governing people not registered w,h Secretary of State Governing people Title SELLAND, BRADLEY The Business Lookup information is updated nightly Search date and time 3/1/2019 12 22 17 PM Working together to fund Washington's future 1 3/1/2019, 12:35 PM eServices- https://secure.dor.wa.gov/gteunauth/_/#15 Washington State Department of Revenue Services Business Lookup SELLAND CONSTRUCTION, INC. Tax Information New search Back to results Entity name: SELLAND CONSTRUCTION, INC. Entity type: Profit Corporation Excise tax account ID #: 048-006-249 UBI #: 048-006-249 Opened: January 1, 1990 Closed: Mailing address: PO BOX 119 WENATCHEE WA 98807-0119 USA NAICS: 237110 - Water and Sewer Line and Related Structures Construction Reseller Permit(s) Filter Reseller permit # Status Effective date Expiration date A16318319 Active Jan-01-2018 Dec-31-2019 A16318317 Expired Jan-01-2016 Dec-31-2017 A16318315 Expired Jan-01-2014 Dec-31-2015 A16318313 Expired Jan-01-2012 Dec-31-2013 4 Rows Business License Locations Business name License account ID # Location address SELLAND CONSTRUCTION, INC 048006249-001-0001 1285 S WENATCHEE AVE WENATCHEE WA 98801-3754 The Business Lookup information is updated nightly. Search date and time. 3/1/2019 12 35.37 PM Working together to fund Washington's future Filter 1�1 3/1/2019, 12:35 PM Debarred Contractors List https://secure.lni.wa.gov/debar.andstrike/ContractorDebarList.aspx I Home Espanol Contact Search LAI A-Z Index Help My L&I I Safety & Health Claims & Insurance Workplace Rights Trades & Licensing Washington State Department of Labor & Industries ' Debarred Contractors List A debarred contractor may not bid on, or have a bid considered on, any public works contract. You can search and filter this list using the options presented below. Company Name. WA UBI Number048 006 249 License Number Principal' RCW. All From MM/DD/YYYY To MM/DD/YYYY ' Penalty Due. All; Wage Due' All Apply Filters Reset Download all debarment data® Show 25 per page ' Showing 0 records FirstPreviousNextLast Company Name UBI License Principals Status RCW Debar Begins Debar Ends Penalty Due Wages Due There are no records that match your search criteria. Show 25 per page Showing 0 records FirstPreviousNextLast © Washington State Dept of Labor & Industnes Use of this site is subject to the laws of the state of Washington ' Help us improve li 3/1/2019, 12.36 PM A NEW WAY TO SIGN IN - If you already have a SAM account, use your SAM email for login.gov. SYSTEM FOR AWARD MANAGEMENT Log In Login.gov FAQs ® ALERT - June 11, 2018: Entities reglstenng in SAM must submit a notarized letter appointing their authorized Entity Administrator Read our undated FAOs to learn more about changes to the notarized letter review process and other system improvements. ® ALERT - There may be a delay in data updates between the Small Business Administration (SBA) and SAM If you notice any issues with your entity's SBA status or trouble on the SBA Supplemental page, please contact the Federal Service Desk ® ALERT - Direct hyperlinks to the Federal Acquisition Regulation (FAR) are not working due to Acquisition gov maintenance SAM gov will restore all hyperlinks as soon as the FAR is restored on Acquisihon.gov. ® ALERT - SAM gov will be down for scheduled maintenance Saturday, 03/16/2019, from 8:0o AM to 3:0o PM (EST). Entity Dashboard • Entity Overview Entity Registration • Core Data • Assertions • Reps & Certs • P.M • Exclusions • Active Exclusions + Inactive Exclusions Excluded Family Members RFTt; RN TO SFARf }I GSA IBM-P-20190208-1620 WWW1 Selland Construction, Inc. DUNS: 004901054 CAGE Code: iHGF2 Status: Active Expiration Date: 02/04/2020 Purpose of Registration: All Awards Entity Overview Entity Registration Summary Name: Selland Construction, Inc. Business Type: Business or Organization Last Updated By: Tracy Walker Registration Status: Active Activation Date: 02/05/2019 Expiration Date: 02/04/2020 Exclusion Summary Active Exclusion Records? No 1285 S Wenatchee Ave Wenatchee, WA, 98801-3754 , UNITED STATES Search Records Disclaimers Data Access Accessibility Check Status Privacy Policy About Help FAPIIS.gov GSA.gov/IAE GSA.gov USAgov This isa U S General Serums Administration Federal Goceniment computer sateen that is"FOR OFFICIAL USE ONLY"This scstem is subject to monrtonng Indnrduals found performing unauthonzed activues are subject to disciphuan action including cnminal prosecution. P.O. Box 119 • Wenatchee, WA 98807 Phone: (509)663-3464 • Fax: (509)662-4465 General Contractors SELLAND CONSTRUCTION, INC., is a general contractor incorporated in Washington State. Selland has been licensed in Washington State for 61 years engaging in the General Construction field doing Road Construction, Mass Grading, Site Work, Clearing, Grubbing, Demolition, • Bridges,Wastewater Systems and Underground Utilities, i.e...Water, Storm, Sewer, Irrigation Selland has ample personnel to undertake all areas of construction listed above with the following years experience in these fields; Bradley F. Selland, President Gary D. Bates, Vice President Jason Gaul —V. President — 19 years Jerry Zook — Project Manager, Chief Estimator-40 yrs Adam Brizendine — Manager — 17 years James Flowers — Project Manager — 16 years Mike Parkhill-Supervisor-24 years Paul Armstrong-Supervisor-30 years Michael Hoven-Project Manager-19 years Other personnel would be approximately 52 operators, with experience on Loaders, backhoes, trackhoes, excavators, motor graders, dozers, rollers, scrapers etc...together with approximately 13 truck drivers, 23 pipelayers, 34 laborers, in-house surveyor and 9 mechanics. Please note most of our personnel are experienced in more than one field and are quite versatile, our average employee has been with us from 5 years to 40 years. Equipment owned and available is as follows: Cat Dozers, D5, D6, D8R,D8T, D9L, D1ON Cat Loaders, 966, 938, 950 Cat Backhoes, 420(3) Cat 312 Trackhoes(2) Cat 325, 324, 320, 330 BL Cat 627F Scrapers(6) Cat 631D Scrapers(6) Cat 637D Scrapers(4) Cat Motor Graders, 14H(2),140G(2),16G Kenworth Dump Trucks(6) Kenworth/Peterbilt Tractors(6) KW & IHC Water Trucks(6) Various Construction Equipment Komatsu Excavators(6) If you have need further information, please give us a call. SELLAND CONSTRUCTION, INC 1 t 4a 4b 4c 4d 4e 4f 4g 4h 4i 4j 4k 1 1 CONSTRUCTION General Contractors 1285 S. Wenatchee Ave. • P.O. Box 119 • Wenatchee. Washington 98807-0119 • (509) 662-7119 FAX: (509) 662-6380 Completed Projects Contract Amount Class of Work Date Completed Prime or Sub Title/ Contract No. contracting Agency and mailing address, Name and phone of owner/Agency $772,289.50 1,15 June-02 Prime Sunnyslope Water Main, Phase 1 P.U.D. No. 1 of Chelan County P.O. Box 1231 Wenatchee, WA 98807 (509) 663-8121-George Valazquez $135,405.00 1 June-02 Prime I -SW Road Grant County Public Works 124 Enterprise St Ephrata, WA 98823 (509) 754-6082 - Greg Cardwell $287,701 50 1 June-02 Prime 6.5/M.5/6-SW Rds Grant County Public Works 124 Enterprise St Ephrata, WA 98823 (509)754-6082 - Greg Cardwell $2,367,135.00 1,15 July-02 Prime Wastewater System Improvements City of Connell P.O. Drawer 1200 Connell, WA 99326 (509)529-9260 - Larry Seibel, PE $328,000.00 1.15 August-02 Prime Wastewater Ponds and piping Trout -Blue Chelan Chelan Falls Road chelan, WA 98816 (509)453-5501 - John Tate PE $470,822.00 1,15,19 August-02 Prime West Clark St Reconstruction City of Connell P.O. Drawer 1200 Connell, WA 99326 (509)529-9260 - Larry Seibel, PE $63,667.00 1 October-02 Prime 35th St Drainage WSDOT P.O. Box 98 Wenatchee, WA 98807 (509)667-2860 - Terry Mattson $1,351,363.00 1,15,19 October-02 Prime 4th st. SE/Columbia River Trail/Elva Way Bridge Douglas County TLS 140 19th St NE E Wenatchee, WA 98802 (509)884-7173- Jolene Gosselin, PE $878,029.00 15 February-04 Sub Home Depot Wenatchee Site Work Ferguson Construction 7433 5th Ave So Seattle, WA 98108 (206) 767-3810 - David Kincaid $760,257.00 1,2,15 December-03 Sub Sedona at Horn Rapids North Stone Richland LLC P.O. Box 516 Stayton OR 97383 (503)769-3436 - Bill Lulay $812,550.00 1,2,15 December-03 Prime Grant Road Sewer Improvements Port of Douglas County 3306 5th St SE E. Wenatchee, WA 98802 (509)884-4700 - Pat Haley i 1 1 41 4 4n 4o 4p 4q 4r 4s 4t 4u 4v 4w 4x Contract Amount Class of Work Date Completed Prime or Sub Title/ Contract No. contracting Agency and mailing address, Name and phone of owner/Agency $4,517,162.00 1,2,19 January-05 Prime Badger Mtn Road Douglas County TLS 140 19th St NE E. Wenatchee, WA 98802 (509)884-7173 - Jolene Gosselin, PE i $313,999.00 2,15 October-04 Sub Columbia Heights Maddon Construction LLC Retirement Facility Three SE Centerpointe Dr Lake Oswego, OR 97035 (503)624-1555 - John $421,821.00 1,2 January-04 Prime 3 Amigos Reservoir Mathison Orchards LLS Ponds 4597 Stemilt Hill Road Wenatchee, WA 98801 (509)662-3613 - Kyle Mathison $560,603.00 1,2,15 January-05 Prime PMA Sewer, Phase 2 Port of Douglas County 3306 5th St SE E. Wenatchee, WA 98802 (509)884-4700 - Pat Haley $117,000.00 1,2 December-04 Prime Road A SW Grant County Public Works Dept 124 Enterprise St Ephrata, WA 98823 (509)754-6082 - Derek Pohle, PE $78,822.00 1,2 December-04 Prime School St Slide Repair Chelan County Public Works Dept 350 Orondo St Wenatchee, WA 98801 (509)667-6154 - Stan DeVaney, PE $1,626,825.00 1,2 December-04 Prime Clodfelter Road Benton County Public Works 625 Market St Prosser, WA 99350 (509)786-5611 $1,465,470.00 1,2 December-04 Prime Robinson Canyon Rd Okanogan County Public Works 1234-A Second Ave Okanogan, WA 98840 (509)422-7300 $2,331,708.00 1,2 December-04 Prime Runway Improvement Pangborn Memorial Airport One Pangbom Dr E.Wenatchee, WA 98802 (509) 884-2494 $1,908,000.00 1,2 December, 06 Sub Railex Fisher & Sons Inc 15,19 625 Fisher Lane Burlington, WA 98233 (360)757-4094 $797,223.00 1,2 December, 06 Prime Dodd Road Water Sys Port of Walla Walla 15,19 310ASt Walla Walla WA 99362 $6,535,000.00 1,2 December, 07 Prime Badger Mtn Road Douglas County TLS 15,19 140 19th St NE E.Wenatchee, WA 98802 (509)884-7173 $1,161,508.00 1,2 October, 07 Prime CRP 592/Gravel Rd Franklinn County Public Works 15,19 3416 Stearman Ave Pasco, WA 99301 (509)545-3514 4 4 1 i 1 y $1,234,342.00 1,2 15,19 December,07 Prime Manson Boulevard Chelan County Public Works Dept 350 Orondo St Wenatchee, WA 98801 (509) 664-6415 Jolene Gosselin Z $25,692,000.00 1,2,15,19 December, 08 Prime Huntsman Springs Huntsman Springs 100 West 183 North Driggs, ID 83422 (208)354-9665 $1,867,000 00 1,15 November, 08 Sub Wenatchee Event Center Hunt Construction Group 425 N. 44th St, Ste 410 Phoenix, AZ 85008 (602)225-9500 Tab Baker $1,999,657.00 1,15,19 October, 08 Prime Landfill Greater Wenatchee Landfill 711A N Wenatchee Ave Wenatchee, WA 98801 (509)884-2802 $6,225,064.00 1,2,15,19 December,08 Prime Benton County 1-82 Intertie Project Benton County Public Works P.O Box 1001 Prosser, WA 99350 (509)786-5611 $3,165,291.00 1,15,19 January, 09 Prime Chiwawa Loop Road Chelan County Public Works Dept 315 Washington St Wenatchee, WA 98801 (509)664-6415 $773,862.00 1,15,19 February, 09 Prime 2nd Ave Improvement Town of Twisp P.O Box 278 Twisp, WA 98856 (509)997-4081 $914,252.00 1,19 March-09 Prime Process Water Sys Port of Mattawa P.O. Box 2328 Mattawa, WA 99349 (509)783-0790 $1,488,000 1,2,15 Mar-09 Prime Wastewater System Town of Mansfield 250 Simon St Mansfield, WA 98830 (509)529-9260 Engineer $4,450,062.00 1,2,15 Dec-10 Prime Wastewater System City of Connell P.O. Box 1200 Connell, WA 99326 (509)529-9260 Engineer $3,106,175.00 1,2,15,19 Dec-10 Prime Baker Flats Supply & Storage/water main East Wenatchee Water Distract 692 Eastmont Ave E. Wenatchee, WA 98802 (509)884-3569 Greg Brizendine $2,733,000.00 1,2,15,19 Nov-09 Prime Wastewater Treatment Lagoons City of Nyssa Oregon 301 Main St Nyssa, OR 97913 (541)372-2264 $1,196,695.00 1,2 Oct-09 Prime Airport Improvements Taxiway B Rehab (509)884-2494 Pangbom Memorial Airport One Pangbom Dr E. Wenatchee, WA 98802 Pat Moore 1 i $1,506,747.00 1,2,6,16 Apr-10 Prime Nile Road Improvements Yakima County Public Works 128 N 2nd St Yakima, WA 98901 (509)574-2300 $1,109,251.00 1,2,19 Oct-10 Prime Ephrata Landfill Project Grant County Public Works 124 Enterprise Dr Ephrata, WA 98823 (509)754-6082 $959,451.00 1,2,19 Nov-10 Prime R170 Landslide Proj Franklin County Public Works 3416 Stearman Ave Pasco, WA 99301 (509)545-3514 $869,582 00 1,2,15 Jun-10 Prime Eastmont Extension Douglas County TLS 140 19th Street E. Wenatchee, WA 98802 (509)884-7173 $7,992,686 00 1,2,6,15,19 Feb-10 Prime Nile Valley Landslide WSDOT P O Box 12560 Yakima, WA 98901 (509)577-1813 Paul Gonseth $734,927.00 1,2,15 Feb-11 Prime SR28 Box Culvert WSDOT P.O. Box 98 Wenatchee, WA 98807 (509)667-3000 Robert Romine $457,498 00 1,2,15 Jan-11 Prime Pump & Transmission Main City of Rock Island 5 N Garden Rd Rock Island, WA 98850 (509)328-6066 Engineer $608,774.00 1,2 Jan-11 Prime Othello Passing Lanes WSDOT P.O Box 98 Wenatchee, WA 98807 (509)667-3000 Robert Romine $6,704,332.00 1,2,15 Jun-11 Prime Spokane Weigh Station WSDOT 2714 N Mayfair Spokane, WA 99207 (509)324-6252 Chad Simonson $999,000.00 1,2 Nov-10 Prime Greater Wenatchee Regional Landfill and Recycling Center Waste Management 191 S Webb St E. Wenatchee, WA 98802 (509)884-2802 $1,240,295.14 1,2,15,19 Jan-12 Prime Wanapum Dam Water System Upgrade Grant County PUD No. 1 P.O. Box 878 Ephrata, WA 98823 (509)754-0500 Jay Taylor $1,476,777.72 1,2,15,19 Feb-12 Prime Ritzville Wastewater Treatment Facility Rehab Project Phase 2, Cells 2 & 4 City of Ritzville 209 N Adams Ritzville, WA 99169 (509)328-6066 Varela Engineers $12,170,250.00 1,2,6,15,19 13-Feb Prime SR124 Build Interchange WSDOT 1655 N Fowler Richland, WA 99352 509-222-2400 t t i $2,316,510 00 1,2,15,19, 12-Nov Prime East Foster Wells Rd Phase 3 Franklin County Public Works 3416 Stearman ave Pasco, WA 99301 509-545-3514 $1,236,264.00 1,2,3,19,20 12-Dec Prime Central Operations Facility City of Moses Lake P.O. Box 1537 Moses Lake, WA 98837 509-764-3701 $2,533,350.00 1,2,15,19,53 12-Dec Prime Sunset Highway Road Improvements City of Cashmere 101 Woodring Cashmere, WA 98815 509-886-2900-RH2 Engineeing $423,715.00 1,2,15 12-Dec Prime Chelan Avenue Reconstruction City of Waterville P.0 Box 580 Waterville, WA 98858 509-745-8871 $546,578.00 1,2,15 13-Feb Prime Water System Improvements Chelan County PUD No 1 P.0 Box 1231 Wenatchee, WA 98807 509-662-8121 $1,816,000.00 1,2,15,53 12-Dec Prime Leavenworth Street Reconstruction Ph 2 City of Leavenworth P.O.Box 287 Leavenworth, WA 98826 509-548-5275 $2,197,628.00 1,2,15,19,53 13-Feb Prime Upper Squilchuck Road Improvements Chelan County Public Works 316 Washington Wenatchee, WA 98801 509-667-6415 $2,555,811.00 1,2,19 12-Dec Prime CP-31 Roadway Improvements Brookbank Township P.0 Box 275 Stanley, ND 58784 701-483-1284-Engineer $1,633,015.00 1,2,19 12-Dec Prime Gravel Project No 4 McKenzie County 201 5th St NW Watford City, ND 58854 701-444-2600-Engineer $525,000.00 1,2,15 12-Dec Prime Canyon Hills Subdivision PH 9 Prime Properties LLC 1285 S Wenatchee Ave Wenatchee, WA 98801 509-662-7119 $1,434,367.00 1,2,15 Nov-13 Prime Pangborn Airport Business Park Port of Chelan County 3306 5th St E Wenatchee, WA 98802 509-886-2900 $1,891,674.00 1,2,19 Dec-13 Prime McGinnis Canyon Road Douglas County TLS 140 19th St NE E. Wenatchee,WA 98802 509-884-7173 Doug Bramlette $227,055.00 1,2 Dec-13 Prime Daroga Park Turn Lane WSDOT 1551 N Wenatchee Ave Wenatchee, WA 98801 509-667-3000 Robert Romine $2,518,450.09 1 Mar-14 Prime Cheyne Landfill Expansion Yakima County Public Works 128 2nd St Yakima, WA 98901 509-574-2300 $972,971.00 1,2,6,19 Nov-13 Prime Old Blewett Bridge Replacement Chelan County Public Works 316 Washington St Wenatchee, WA 98801 509-667-6415 $2,199,124 00 1,2,15 Jan-14 Prime The Meadows Subdivision The Meadows Development LLC 5808 Sherman Ln Williston, ND 58801 509-663-3464 $449,259.00 1,15 Nov-14 Prime Soap Lake Sewer Project City of Soap Lake 239 2nd St Soap Lake, WA 98851 $790,079.00 1,2,19 Nov-14 Prime Lake Chelan St Park Boat Launch WA Parks & Recreation Commission Box 42650 Olympia, WA 98507 509-665-4338 $961,308.00 1,2 Nov-14 Prime Williams County Rt 19 Gravel Stabilization Williams County Box 2047 Williston, ND 58801 701-774-3637 $1,122,000.00 1,2 Nov-14 Prime Williams County Rt 17 Gravel Stabilization Williams County Box 2047 Williston, ND 58801 701-774-3637 $9,881,826.00 1,2,6 Dec-14 Prime George Sellar Bridge WSDOT 1551 N Wenatchee Ave Wenatchee, WA 98801 509-667-3000 $10,351,231.00 1,2,6,19 Jan-15 Prime Tumwater Canyon Bridge Replacements WSDOT 1551 N Wenatchee Ave Wenatchee, WA 98801 509-667-3000 i $575,996.00 1,2,19 Jan-15 Prime E Coles Corner Box Culvert WSDOT 1551 N Wenatchee Ave Wenatchee, WA 98801 509-667-3000 $6,671,000.00 1,2,19 Feb-15 Sub NDDOT US 85 Truck Reliever Project ACME Concrete Paving Co 4124 E Broadway Spokane, WA 99202 509-242-1234 $491,000 00 1,2,19 Nov-15 Prime Leavenworth Athletic Field Improvements Cascade School District 330 Evans St Leavenworth, WA 98826 509-548-5885 $872,834.00 1,2,19 Nov-15 Prime Peshastin Athletic Field Improvements Cascade School District 330 Evans St Leavenworth, WA 98826 509-548-5885 $4,657,556.00 1,2,19,24 Dec-15 Prime Pangborn Runway12 Extension Pangborn Memorial Airport One Pangborn Dr E Wenatchee, WA 98802 509-884-2494 $1,638,369.00 1,2,19 Dec-15 Prime Omak Resort Access Road Colville Tribes P.O. Box 150 Nespelem, WA 99155 509-634-2540 $724,888.00 1,2,19 Dec-15 Prime Greater Wenatchee Module 5B Liner Exp Waste Management 191 Webb Rd E. Wenatchee, WA 98802 509-884-2802 $463,579.00 1,2,19 Feb-16 Prime 49th Street Road Improvements City of Williston P.O. Box 1306 Williston, ND 58801 701-577-8100 $5,779,587.00 1,2,19 Feb-16 Prime 11th Avenue Road Extension City of Williston P O. Box 1306 Williston, ND 58801 701-577-8100 $4,856,721.00 1,2,19 Feb-16 Prime 16th Avenue Road Extension City of Williston P.O. Box 1306 Williston, ND 58801 701-577-8100 $6,699,618.00 1,2,19 Feb-16 Prime 11th Ave West Road Improvments City of Williston P.O. Box 1306 Williston, ND 58801 701-577-8100 $10,774,152.90 1,2,19,24 Jan-17 Prime Pangborn Runway 12 Extension Phase II Pangborn Memorial Airport One Pangborn Dr E. Wenatchee, WA 98802 509-884-2494 $1,793,353.14 1,2,19 Apr-18 Prime Ephrata Landfill Facility and Evaporation Pond Grant County 124 Enterprise Dr Ephrata, WA 98823 509-754-6082 $1,690,571.14 1,2,19 Apr-18 Pnme Highline Drive Reconstruction City of East Wenatchee 271 Ninth St E. Wenatchee, WA 98802 509-884-8600 $1,257,751.75 1,2,19 May-18 Prime Rock Island Power House Water Sys Ph 1 Chelan County PUD No. 1 P.O. Box 1231 Wenatchee, WA 98807 509-663-8121 $982,067 00 1,2 Jun-18 Prime Riverview Meadows Farmworker Housing WAFLA 8830 Tailon Lane Lacey, WA 98516 360-661-4255 1 BIDDER REFERENCE Project Number: 17042.03 Date: March 1, 2019 Project Name: Pangborn Runway 12 Extension Phase II Contractor: Selland Construction Inc. Reference: Ron Representing: Pangborn Memorial Airport Phone #: (509) 884 - 2494 Did the Contractor complete the runway extension project within the time and contract amount? Yes Were there any change orders on this Project? Yes What was the nature of the change orders? Several change orders, some were owner requested additions and subtractions to the contract and others were due to unforeseen site conditions. Was the Contractor responsive? Yes What was the quality of his workmanship? Yes Would you award another contract to this Contractor? Yes September 29.2000 BR- 1 M:\YAKIMA\17042.03 - Digester Cleaning\BIDDING\Contractor Bids\Bidder Reference.doc BIDDER REFERENCE Project Number: 17042.03 Project Name: PMA Sewer, Phase 2 Contractor: Selland Construction Inc. Reference: Pat Haley Representing: Port of Douglas County Date: March 1, 2019 Phone #: (509) 860-7240 Did the Contractor complete the PMA Sewer project within the time and contract amount? Yes, to the best of his knowledge. Were there any change orders on this Project? Yes What was the nature of the change orders? Owner requested laterals. Was the Contractor responsive? Yes What was the quality of his workmanship? Good Would you award another contract to this Contractor? Yes September 29.2000 BR-2 M:\YAKIMA\17042.03 - Digester Cleaning\BIDDING\Contractor Bids\Bidder Reference.doc ITY OF YAKIMA KIMA COUNTY WASHINGTON WWTF PRIMARY DIGESTER CLEANING YAKIMA PROJECT NUMBER: WF2489 SYMBOL LEGEND EXISTING PROPOSED DESCRIPTION N T • --- 10--- E T W S —It—kll-7F C • XI 000 CURB & GUTTER ASPHALT PAVEMENT GRAVEL SURFACING CONCRETE SURFACING RIGHT-OF-WAY LINE CONTOUR LINE BURIED ELECTRICAL BURIED TELEPHONE WATER MAIN (SIZE AS NOTED) SANITARY SEWER STORM DRAIN (SIZE AS NOTED) DITCH FENCE (TYPE AS NOTED) CULVERT (SIZE & TYPE AS NOTED) CULVERT (SIZE & TYPE AS NOTED) FENCE (WITH GATE) SILT FENCE POWER VAULT MANHOLE OR DRYWELL (AS NOTED) TYPE 1 CATCH BASIN OR CURB INLET TYPE 2 CATCH BASIN FILTER FABRIC SOCK POLE WITH GUY WIRE POWER / TELEPHONE / GUY POLE LUMINAIRE TREE (CONIFER) TREE (DECIDUOUS) SHRUBS BUILDINGS ELEVATION POINT MONUMENT BORING AND TEST PIT LOCATIONS ANGLE POINT / CONTROL POINT BENCH MARK GATE VALVE BUTTERFLY VALVE CHECK VALVE ELECTRICAL PULL BOX CLEANOUT PROCESS PIPING/EQUIPMENT IDENTIFICATIONS EQUIPMENT EQUIPMENT TYPE _ EQUIPMENT NUMBER GENERAL NOTES : 1. IN GENERAL, EXISTING STRUCTURES AND FACIUTIES ARE NOTED AS "EXISTING" AND ARE SHOWN IN LIGHT LINE WEIGHTS OR AS SCREENED BACKGROUND. NEW CONSTRUCTION, STRUCTURES, FACILITIES, AND FEATURES ARE SHOWN IN HEAVY LINE WEIGHTS. 2. MANY OF THE SYMBOLS SHOWN ON THIS LEGEND ARE USED ONLY WHERE THEY PROVIDE CLARITY AND ARE NOT NECESSARILY USED IN ALL APPLICATIONS. SOME CONTRACT DRAWINGS MAY HAVE ADDITIONAL LEGENDS APPLICABLE FOR THAT SPECIFIC DRAWING. SYMBOLS SHOWN ON SPECIFIC DRAWINGS GOVERN. 3. THE CONTRACTOR SHALL VERIFY ALL PLANIMETRIC FEATURES AND DIMENSIONS PRIOR TO STARTING WORK AND SHALL NOTIFY THE ENGINEER OF ANY DISCREPANCIES. 4. ALL DIMENSIONS SHOWN ON THE CONTRACT DRAWINGS AND DESCRIBED IN THE SPECIFICATIONS REFER TO THE HORIZONTAL AND VERTICAL PROJECTED PLANES, UNLESS OTHERWISE INDICATED. 5. NO CONSTRUCTION RELATED ACTIVITY SHALL CONTRIBUTE TO THE DEGRADATION OF THE ENVIRONMENT. ALLOW MATERIAL TO ENTER SURFACE OR GROUND WATERS. OR ALLOW PARTICULATE EMISSIONS TO THE ATMOSPHERE. WHICH EXCEED STATE OR FEDERAL STANDARDS. ANY ACTIONS THAT POTENTIALLY ALLOW A DISCHARGE TO STATE WATERS MUST HAVE PRIOR APPROVAL OF THE WASHINGTON STATE DEPARTMENT OF ECOLOGY. 6. RECORD DRAWINGS ARE AVAILABLE FROM THE OWNER/ENGINEER UPON REOUEST. SHEET DESCRIPTION SHEET INDEX COVER 1 VICINITY MAP. LOCATION MAP, ABBREVIATIONS. NOTES, AND SHEET INDEX 2 EXISTING SITE AND ENLARGED SITE PLAN 3 TEMPORARY PIPING PLAN AND SCHEMATIC 4 PRIMARY DIGESTER NO. 1 MODIFICATION PLAN AND SECTIONS 5 PRIMARY DIGESTER CONTROL BUILDING MODIFICATION PLAN 6 SECONDARY DIGESTER NO. 1. 2. AND 3 MODIFICATION PLAN AND SECTION 7 SECONDARY DIGESTER BUILDING MODIFICATION PLAN 8 PHOTO DETAILS 9 PHOTO DETAILS EXAMPLE OF SECTION NUMBERING SYSTEM AND PLAN/DRAWING TITLES FOR DETAILS, SUBSTITUTE DETAIL NUMBER FOR SECTION LETTER DRAWING TITLE IDENTIFICATION : ELEVATION VIEW ON SHT. M99-1 L DRAWING TITLE SCALE: X"=1.-0" SECTION LEI TER OR DETAIL NUMBER SHEET ON WHICH SECTION SECTION CUT OR DETAIL APPEARS ON SHT. M99-1 CLALLAM JEFFERSON I GRAYS HARBOR MASON OLYMPIA THURSTON WHATCOM SNOHOMISH < SEATTLE KING PACIFIC • LEWIS ` (WAHKIAKUM \ C WLITZ PIERCE SKAMANIA CLARK KITTITAS KLICKITAT DOUGLAS FERRY LINCOLN FRANKLI SPOKANE • SPOKANEI WHITMAN GARFIELD COLUMBIA YAKIMA Z WALLA WALLA ((ASOTIN VICINITY MAP NOT TO SCALE -fit Fn 6, 6 IA N to PSON LN ILER LN E MEAD AVE,'" LA SALLE ST E ARLINGTON ST CENTRAL AVE SLICER RD DALTON LN G N N f SrOUltigkki E VIOLA AVE SIMPSON IN E KING ST E NOB HILL BLVD -999€SS NI BIRCH ST ROSS LN CAREY ST MCNAIR AVE E PIERCE ST UKEATA AVE ' •^ 61. S 24TH ST E VIOLA AVE 9 W BIRCHFIELD RD BLUE CRAn PROJECT LOCATION YAKIMA WWTF 2220 EAST VIOLA AVE. YAKIMA, WA 98901 0 a z 0 er er z Q o W z Y = Q E W 1- W W a(a f p z Z 0< SECONDARY DIGESTERS 1, 2, & 3 PRIMARY DIGESTERS 2, & 3 4 PRIMARY DIGESTER 1 GRAVE— / SEE NOTE 3 "N--(SE NOTE 5) SECONDARY D GESTER NO" 7 i SECONDARY DIGESTER K- -/ NO.2 PRIMARY D GESTER NO 3 SECONDARY DIGESTER NO 3 %I I PR MARY d DIGESTER CONTROL B ;ILDING PRIMARY DIGESTER NO 2 iS L YL PRIMAR DIGESTS N 0.1 SL CONTRACTOR STAGING )))) AREA 1 SECONDARY DIGESTER BUILD NG FH —LAWN— PROPANE /\NK W/ 6" ROLL.ARD` OMH — —--- SLUDGE Gcr �f BURNER —GRAVEL— S WAS—E BURNED COP; 0 DOB (,;)MH CB V o SOLD HANDL BUILD h- 1 a m c;i w w z z w z - p Z UI 1 0 A m 0 a l a0 0 rn z CONDARY--` ESTER IILDING ENNESi N SECONDARY DIGESTER NO (SEE NOTE 3) PRIMARY DIGESTER NC3 4 rCONDARY r.c� -R (SEE NOTE 4) SECONDARY /\ DIGESTER 4 N0 2 (SEE NOTE 3) i 5 7 DIGESTER CONTROL BUILDING (SEE NOTE IN / r SL ED PRIMARY DIGESTER NO 2 'T. PRIMARY DIGESTER NC 1 (SEE NOTE 2) GRAVEL —LAWN— � ^-GRAVEL^- j� S' WASTE GAS BURNER CONTROL CB SL °CB 0MH w/ 6" BOLLARD: MH 0 MH MN M SI UDGE CAS; p q rB MH © G LAWN — I"/ SOLIDS HANDLING PRIMARY DIGESTER 1 (SEE NOTE 11) MOTOR MOTOR OPERATED OPERATED VALVE VALVE PD1 PD2 (SEE NOTE 7) LEGEND MOTOR OPERATED VALVE PD3 MOTORIZED VALVE PD4 1 HOT WATER MOO. DIGESTER SLUDGE ECIRCULATION HEAT PUMP 5 TEMPORARY HEATED SLUDGE PIPING SECONDARY SECONDARY DIGESTER 3 DIGESTER 2 VALVE I VALVE SD1 SD4 SECONDARY DIGESTER 1 -p� T iv VALVE SD2 TEMPORARY RECIRCULATING SLUDGE PIPING (SEE NOTE 1) TEMPORARY PIPING SCHEMATIC NOT TO SCALE EXISTING PIPING — — — •- TEMPORARY HEATED SLUDGE PIPING • - TEMPORARY RECIRCULATING SLUDGE PIPING NOTES: 1. NOT ALL PROCESS PIPING AND EQUIPMENT SHOWN FOR CLARITY. 2. OWNER WILL DRAIN A PORTION OF THE PRIMARY DIGESTER CONTENTS. CONTRACTOR SHALL PURGE THE DIGESTER GAS AND REMOVE REMAINING CONTENTS PER SPECIFICATION SECTION 02225, THEN CLEAN THE DIGESTER INTERIOR AS NOTED ON SHEET 4 AND IN THE SPECIFICATIONS. CONTRACTOR SHALL THEN PREPARE AND COAT DIGESTER INTERIOR AS NOTED ON SHEET 4 AND IN SPECIFICATIONS SECTION 09900. 3. OWNER WILL DRAIN A PORTION OF THE SECONDARY DIGESTER CONTENTS. CONTRACTOR SHALL PURGE THE DIGESTER GAS AND REMOVE REMAINING CONTENTS PER SPECIFICATION SECTION 02225, THEN CLEAN THE DIGESTER INTERIOR AS NOTED ON SHEET 6 AND IN THE SPECIFICATIONS. ONCE CLEANED AND INSPECTED, SECONDARY DIGESTERS 1 & 2 WILL BE USED AS ADDITIONAL PRIMARY DIGESTER VOLUME. 4. OWNER WILL DRAIN A PORTION OF THE SECONDARY DIGESTER CONTENTS. CONTRACTOR SHALL PURGE THE DIGESTER GAS AND REMOVE REMAINING CONTENTS PER SPECIFICATION SECTION 02225, THEN CLEAN THE DIGESTER INTERIOR AS NOTED ON SHEET 6 AND IN THE SPECIFICATIONS. ONCE CLEANED AND INSPECTED, SECONDARY DIGESTER NO 3 WILL BE USED FOR SECONDARY DIGESTION. 5. PROVIDE FITTINGS AND PIPING TO EXILND TEMPORARY PIPING TO EXISTING MANHOLE. CONTRACTOR SHALL FURNISH AND INSTALL PLUG VALVE FOR EACH PIPE THAT WILL ALLOW FOR DRAINAGE OF TEMPORARY PIPING TO THE EXISTING MANHOLE. DRAIN PIPING SHALL EXTEND AT LEAST THREE FEET BELOW MANHOLE RIM. SEE SPECIFICATIONS FOR ADDITIONAL INFORMATION. 6. CONTRACTOR SHALL FURNISH, INSTALL, SECURE, MAINTAIN, AND REMOVE A PIPE RAMP(S) THAT WILL PROVIDE FOR PASSAGE OF BOTH TEMPORARY PIPING AND FOOT/CART/DOLLEY TRAFFIC BETWEEN THE SHOP/GARAGE AND THE SECONDARY DIGESTER AREA. RAMP SHALL BE A MINIMUM OF 48 INCHES WIDE AND SHALL INCLUDE A COVER SO THAT NO FOOT/CART CONTACT IS MADE WITH THE PIPE. MULTIPLE PIPE RAMPS MAY BE REQUIRED TO ACCOMMODATE MULTIPLE PIPES, DEPENDING ON THE PIPE DIAMETER AND MATERIALS. RAMP SHALL BE AS MANUFACTURED BY RUBBERFORM, HANDIRAMP, OR EQUAL. VALVE SD3 DATE: FEB 2019 a 0 tn Y APPROVED: DMT a a 0 z 'LAN AND PRIMARY DIGESTER CONTROL BUILDING DRAIN AND CLEAN DIGESTER INTERIOR (SEE NOTES 1, 2, & 3) War —LOCK Lam, M. :► /\ \ (IIEENOME10yi/" \ /T v VA V (SEE NOTE 5) DRAIN AND CLEAN DIGESTER INTERIOR ROOF ACCESS PORT, TYP OF 2 (SEE NOTE 8) 0 PREPARE AND PAINT DIGESTER INTERIOR (SEE NOTES 5, 6 & 10) ROOF PORT (SEE NOTE 11) \ \t. TT -LOCK l\, ` TYP. ACCESS HATCH, TYP. OF 2 (SEE NOTE 7) Ri PRIMARY DIGESTER NO. 1 - EXISTING PLAN SCALE: 1/8"=1'-O- M XER MO-P DIGESTER ROOF SUPPORT BEAM PLASTIC T-LOCK LINER. TYP. FOR BAFFLES (SEE NOTE 4) PREPARE AND PAINT DIGESTER BAFFLE, TYP. OF 4 (SEE NOTE 4) ARAPET r �IGESTEP HOOF /La 1 ELASTOMERIC COATING (SEE NOTE 5) f DECANT BOX IN/ACCESS FiATCH (POOP) 1 — INTERIOR FULL HEIGHT BAFFLE WALL, TYP OF 4 (SEE NOTE 9) CONCRETE ROOF SUPPORT BEAMS, TVP - PRESSURE RELIEF VALVES. TYP OF 28 - DIGESTER WALL, SEE NOTE 4 (SEE NOTE 1) I PLASTIC T-LOCK LINER (SEE NOTES 3 6) EL=1037 EL=1035 75 EL=1032 00 0•GESTER ROOF ROOF SUPPORT BEAM °.ASTIC T-LOCK LINER (SEE NOTES 3 & 11) N0MPR LELP. 53 75 ELAS'OMERC (SEE NOTE 5) GJ SILOW RING WEIR (SEE NOTE 1) PREPARE AND PAINT DIGESTER INTERIOR (SEE NOTE 6) NOTE 1) (SEE NOTE 1) PREPARE AAND PAINT DIGESTER INTERIOR (SEE NOTE 2 T 0 PARAPET WALL EL=10A1 50 EL=1039 00 EL=1037 27 EL=1035 7". (SEE NOTES 3 & 6) EL-1032 00 OKI NOTE S) - ACCESS HATCH (ROTATED FOR CLARITY) (SEE PLAN NOTE 7) APPROL AOE S 4 tY Lu g pal w &7 Pt5 • 88 — Z w Z • .._ ,, §. atIn • 2; Z - 1 U Y U Iti (3 DIFICATION PLAN =TEIN NO. 3 S 2" C1—W 2" C2—W REMOVE TO FLOOR PLUG W/ CONC 7A1-28MM1 (SEE NOTE 5) ;A (TYP) r f,` CPLG (TYP)- 6" RCS 6' R,._..- 4" SIGHT GLASS (TYP) SEE NOTE 3 (TYP OF 3) —" FCA—� �r HB - 1 A1-28MM2 SEE NOTE 5) :S HB-1 1%2" C2—W UP--/ IE$TER NO. 2 r PLUG W/ CONC r RELOCATED / BACKFLOW PREVENTER 6 RS SLUDGE TEED 2' C2—W, F! ,01 7 Ot 2" N WS 2 HWR 2" GV C-3 6" RCS 7A1-15P2 7A1-15P3 4" RCS FC-3 SEE (TYP) CONNECT TO C1—W —, GRIND SMOOTH W/ FLOOR — --- 7A1-2MM1 —ROTATE TEE AND INSTALL 6" BF AT TOP; OF TEE (TYP QF 2) REVISED TO 6" SLT HEAT EXCHANGER (TYP) (RELOCATED) 7P7- 2MM4 l 1" SAISDLE TAP W/ 11/2" BV FOR AIR RELEASE/SAMPLE (TYP OF 5 CONNECT 1" CI—W TO EXIST 1" C1—W I «.\ ' M0 EMERGENCY / SHOWER do RELOCATE SE9VICE SINK 2' CI 1" CI :0",7O Li 6" SLT nUMP ROO1' EL 100% 4± RAISE RETURN AIR DUCT TO BE 2" ABOVE NEW OPNG 4I RELOCATED TEMPERATURE ELEMENT W/ SADDLE TAP, SEE BOOSTER PUMP 7A1-28MM2 PLUG OPNG W/ CONC, GROUT SMOOTH 7A1-2MM5 1 C1—W EL 1017 5 6" RCS 6" SIGH UP GLASS PRIMARY DIGESTER NO. 1 11/2" C2—W t TEE W/ B� �. FCA 7A1-28MM3 (SEE NOTE 5) PV ==n=_ n e TEMPORARY SLUDGE RECIRCULATION PIPING TEMPORARY HEATED SLUDGE PIPING SEE TEMPORARY PIPING PLAN FOR CONTINUATION (RELOCATED) 1" SW — I �I Il7LANBLiNiGE 00 _ CH MI( AL JAW '• TIT 11 Ii C i ONNECT TO CONNECT PIPING O L—_=JI (FUTURE)' 7A1-15P5 I cle rI DATE: FEB 2019 0 0 z Z 0 o .. _ < 6 LU 0 — Z J Y 1 0 so Q 1 w 2 0 i 1- J hDRAIN AND CLEAN DIGESTER INTERIOR R NO. 1 - EXISTING PLAN DRAIN AND CLEAN DIGESTER INTERIOR (SEE NOTES 1 & 2) EL-,025 0"0 �� J EL-'005 00 E SECONDARY DIGESTER CONTENTS. ;TER GAS AND REMOVE REMAINING CONTENTS I THE DIGESTER INTERIOR IN ACCORDANCE WITH AHED, THE CONTRACTOR SHALL PROVIDE 1 ADDITIONAL WORK TO BE COMPLETED BY THE UIRED AS A RESULT OF THIS INSPECTION, THE 421( ACCORDINGLY. CONTRACTOR SHALL NOTIFY YS IN ADVANCE OF THE ESTIMATED COMPLETION 1 TO COORDINATE WITH INSPECTOR. DRAIN AND CLEAN DIGESTER INTERIOR SECONDARY DIGESTER NO. 2 - EXISTING PLAN SCALE: 1/8"=1'-0" DRAIN AND CLEAN DIGESTER INTERIOR (SEE NOTES 1 & 2) I EL=1001 50 NOTES' ACCESS HATCH, (SEE NOTE 3) i08 0_� t.tEL=1003 00� 1. OWNER WILL DRAIN A PORTION OF THE SECONDARY DIGESTER CONTENTS. CONTRACTOR SHALL PURGE THE DIGESTER GAS AND REMOVE REMAINING CONTENTS PER THE SPECIFICATIONS, THEN CLEAN THE DIGESTER INTERIOR IN ACCORDANCE WITH SPECIFICATION SECTION 02225. 2. AFTER DIGESTER IS DRAINED AND CLEANED, THE CONTRACTOR SHALL PROVIDE 1 CALENDAR DAY FOR INSPECTION AND ADDITIONAL WORK TO BE COMPLETED BY THE OWNER. IF ADDITIONAL WORK IS REQUIRED AS A RESULT OF THIS INSPECTION, THE CONTRACTOR SHALL ADJUST THEIR WORK ACCORDINGLY. CONTRACTOR SHALL NOTIFY THE OWNER AT LEAST 5 WORKING DAYS IN ADVANCE OF THE ESTIMATED COMPLETION OF DRAINING AND CLEANING IN ORDER TO COORDINATE WITH INSPECTOR. RI\ DRAIN AND CLEAN DIGESTER INTERIOR SECONDARY DIGESTER NO. 3 - EXISTING PLAN SCALE: 1/8"=1'-0" JAL^ y EL-102300i PIPE SUPPORT, Tyr' NOTES' R-20'--0" DRAIN AND CLEAN DIGESTER INTERIOR (SEE NOTES 1 & 2) J t I C 26 ACCESS HATCH, (SEE NOTE 3) IE =100, _!00400 OWNER WILL DRAIN A PORTION OF THE SECONDARY DIGESTER CONTENTS. CONTRACTOR SHALL PURGE THE DIGESTER GAS AND REMOVE REMAINING CONTENTS PER THE SPECIFICATIONS, THEN CLEAN THE DIGESTER INTERIOR IN ACCORDANCE WITH SPECIFICATION SECTION 02225. 2. AFTER DIGESTER IS DRAINED AND CLEANED, THE CONTRACTOR SHALL PROVIDE 1 CALENDAR DAY FOR INSPECTION AND ADDI110NAL WORK TO BE COMPLETED BY THE OWNER. IF ADDITIONAL WORK IS REQUIRED AS A RESULT OF THIS INSPECTION, THE CONTRACTOR SHALL ADJUST THEIR WORK ACCORDINGLY. CONTRACTOR SHALL NOTIFY THE OWNER AT LEAST 5 WORKING DAYS IN ADVANCE OF THE ESTIMATED COMPLETION OF DRAINING AND CLEANING IN ORDER TO COORDINATE WITH INSPECTOR. ged 114 w w w Z�� ^p L9 Z 0 p ojco Q U dLIN 0 us WASHINGTON 0 VI z VDARY DIGESTER BUILDING DARY DIGESTER NO. 2 i i� SECONDARY DIGESTER NO. 3 ADDRNE ITEM NO. 1 REPLACE EXISTING PLUG VALVES W/ NEW KNIFE GATE VALVES, TYP. OF 5 (SEE NOTE 3) r L SECONDARY DIGESTER NO. 1 NOTES' SECONDARY DIGESTER BUILDING - Iy SECONDARY DIGESTER NO. 3 IN1111 4"STALL VALVENEW L_—J 1 4'" RCS CONNECT TO EXISTING PIPING SECONDARY DIGESTER NO. 2 FOR CLARITY. CONTRACTOR SHALL FIELD 1. NOT ALL PIPING IN THIS AREA SHOWN FOR CLARITY. CONTRACTOR SHALL FIELD APPURTENANCES. VERIFY EXISTING PIPING, FITTINGS, AND APPURTENANCES. 21TY. PROVIDE PIPE SUPPORTS IN 2. PIPE SUPPORTS NOT SHOWN FOR CLARITY. PROVIDE PIPE SUPPORTS IN PION 15066. ACCORDANCE WITH SPECIFICATION SECTION 15066. NS TO EXISTING VALVES. EXCEPT THOSE THE TEMPORARY PIPING. ADDITNE ITEM ING VALVES, FITTINGS, AND ALSO INCLUDES REPLACING EXISTING LIFE GATE VALVES, PIPING, AND ;E PIPING CONNECTIONS. SHOWN ON SHEET 9. IILDING - BASEMENT SECONDARY DIGESTER BUILDING - FIRST FLOOR SCALE: 1/4"=1'-0" 0- 0, 2 0 Y a 0 V APPROVED: DMT 2 WASHINGTON /— SEE NOTE 2 WITHIN THE SECONDARY DIGESTER BUILDING FIRST FLOOR LOOKING POOL (VICMC), CUT/MODIFY PIPE AS NECESSARY AND INSTALL TEE. REMAIN AFTER COMPLETION OF PROJECT. AFTER TEMPORARY PIPING IS CONTRACTOR SHALL FURNISH BOND FLANGE WITH FULL FACE GASKET 451—B OR EQUAL) AND INSTALL USING TYPE 316 SS NUTS, BOLTS, AND CONTRACTOR SHALL ALSO ROTATE TEE WITH BRANCH UP TO PREVENT CCUMULATION. TEE TO TEMPORARY HEATED SLUDGE PIPING AND ROUTE PER TEMPORARY AN. DASHED PIPING SHALL BE REMOVED BY THE CONTRACTOR AT PROJECT )N. .ND INSTALL PIPE SUPPORTS IN ACCORDANCE WITH SPECIFICATION SECTION PHOTO DETAIL: \ EXISTING PIPING CONNECTION NOT TO SCALE — SECONDARY DIGESTER NO. 1 6- RCS ) VALVE SO4 SECONDARY DIGESTER NO. 2 TO HEAT EXCHANGER NO. 5 - RECIRCULATION PUMP NO. 5 SECONDARY DIGESTER CONTROL BUILDING (SEE NOTE 2) -- REPLACE HIGH WINDOWS, TYP OF 3 REPLACE LOW WINDOWS, TYP OF 3 SECONDARY (SEE NOTE 3) DIGESTER NO. 3 SECONDARY DIGESTER NO. 1 CONCRETE/CMU BUILDING ACCESS HATCH, TYP. (SEE NOTE 4) 1. PHOTO IS EXTERIOR TO SECONDARY DIGESTER BUILDING LOOKING SOUTH. 2. HIGH WINDOWS ARE APPROXIMATELY 1'-2" x 3-4", STEEL SASH, SINGLE PANE. REMOVE AND WASTEHAUL EXISTING FRAMES AND GLAZING AND REPLACE PER SPECIFICATIONS. COORDINATE FRAME TO MATCH LOW WINDOWS. CONTRACTOR MUST HELD VERIFY WINDOW DIMENSIONS. 3. 4. 5. LOW WINDOWS ARE APPROXIMATELY 1'—Er x 5'-4", STEEL SASH, SINGLE PANE. REMOVE AND WASTEHAUL EXISTING FRAMES AND GLAZING AND REPLACE PER SPECIFICATIONS. COORDINATE FRAME TO MATCH HIGH WINDOWS. CONTRACTOR MUST FIELD VERIFY WINDOW DIMENSIONS. EXISTING WALL ACCESS HATCH. HATCHES ARE APPROXIMATELY 4' —O. X 3—O", OVAL W/1'-6" RADIUS CORNERS. MATERIAL IS TYPE 316 SS. FURNISH AND INSTALL 2X NEW FULL FACE FLANGE GASKETS FOR EXISTING WALL ACCESS HATCHES. GASKETS SHALL BE RUBATEX R451—B OR EQUAL. ROUTE TEMPORARY PIPING THROUGH BOTTOM PANES OF EXISTING WINDOW. CONTRACTOR SHALL REMOVE BOTTOM PANES AND PROVIDE ABRASION/CUT PROTECTION TO TEMPORARY PIPING. PROVIDE AND INSTALL MATERIALS (PLYWOOD, ETC.) TO SEAL OPENING AROUND TEMPORARY PIPING PENETRATION. COORDINATE NEW WINDOW INSTALLATION WITH TEMPORARY PIPING REMOVAL. 6. SEE TEMPORARY PIPING PLAN FOR ROUTING BETWEEN PRIMARY DIGESTER AND SECONDARY DIGESTER CONTROL BUILDINGS. PHOTO DETAIL: SECONDARY DIGESTER BUILDING WINDOW REPLACEMENT NOT TO SCALE SUCTION HEADER 6- RCS SEE NOTE 2 DATE: FEB 2019 z O a APPROVED: DMT zU o Y � t CLEANING ( 2" C2 } UNION (NOT SHOWN) SEE NOTE 2 TEMPORARY HEATED SLUDGE PIPING (SEE NOTE 3) IYITHIN THE PRIMARY DIGESTER CONTROL BUILDING FIRST FLOOR LOOKING VE ON PURPLE RECLAIMED WATER LINE. CAP AT UNION ABOVE ELBOW AND PE SECTION. REMOVE RCS BLIND FLANGE AND CONNECT TEMPORARY HEATED _UDGE PIPING. PORARY HEATED SLUDGE PIPING OUT DOUBLE DOOR, OUT OF PRIMARY ;ONTR0L BUILDING, AND CONTINUE PIPING PER TEMPORARY PIPING PLAN TO ' DIGESTER CONTROL BUILDING. PORARY PIPING IS REMOVED, REINSTALL EXISTING BLIND FLANGE. PROVIDE FACE GASKET (RUBATEX 451-B OR EQUAL) AND TYPE 316 SS BOLTS, NUTS, :RS. PHOTO DETAIL: EXISTING PIPING CONNECTION NOT TO SCALE DIGESTER INTERIOR 4" I.D. VAPOR BARRIER % S)411-°.f b 2'-0" x 2'-0 • 0 6" MIN TH CKNESS FILTER MATERIAL 6" RCS ) 6" PLUG VALVE W/ BLIND FLANGE SICKENED SLAB I St R SHALL PROVIDE FOR INSPECTION OF THE PRV'S BY THE OWNER. IF NT IS NECESSARY, CONTRACTOR SHALL REMOVE AND WASTEHAUL PRV LIDS FURNISH AND INSTALL NEW LADS. THE CONTRACT WILL BE ADJUSTED TO THE REQUIRED SCOPE OF THE WORK. SECONDARY DIGESTER NO. 1 SECONDARY -- DIGESTER NO. 1 PRESSURE TRANSDUCER SLD (SEE NOTE 6) CONCRETE SADDLE SUPPORT ADDITIVE ITEM NO. 1 KNIFE GATE VALVE. TYP. OF 2 (SEE NOTE 9) BASE BID, 8-INCH TEE, (SEE NOTE 7) NOTES' TEMPORARY RECIRCULATION PIPING (SEE NOTE 4) BASE BID, 8-INCH TEE (SEE NOTES 2 & 3) FROM SECONDARY DIGESTER NO. 2 VALVE SD3 8" SNT ) (SEE NOTE 5) VALVE SD3 ADDITIVE ITEM NO. 1 EXISTING 8-INCH 1/4-TURN PLUG VALVE, TYP. OF 5 (SEE NOTE 10) SECONDARY DIGESTER NO. 3 PRESSURE TRANSDUCER SECONDARY DIGESTER NO. 3 — BASE BID, PLUG VALVE, TYP. OF 2 (SEE NOTE 9) BASE BID, 8-INCH TEE (SEE NOTE 2) CONCRETE PIPE SADDLE SUPPORT 1. PHOTO IS WITHIN THE SECONDARY DIGESTER CONTROL BUILDING BASEMENT LOOKING NORTH. 2. CUT/MODIFY PIPE AS NECESSARY. INSTALL TEE AND PLUG VALVE IN EXISTING SLUDGE LINE FROM SECONDARY DIGESTER NO. 2. TEE AND PLUG VALVE SHALL REMAIN IN PUCE AFTER COMPLETION OF PROJECT. 3. CUT/MODIFY PIPE AS NECESSARY, INSTALL TEE AND PLUG VALVE IN EXISTING SLUDGE LINE FROM SECONDARY DIGESTER NO. 1. TEE AND PLUG VALVE SHALL REMAIN IN PLACE AFTER COMPLETION OF PROJECT. 4. ROUTE TEMPORARY PIPING UP THROUGH FLOOR TO FIRST FLOOR. AT FIRST FLOOR, ROUTE TEMPORARY RECIRCULATION PIPING OUT OF WINDOW AND CONNECT PER TEMPORARY PIPING PLAN. DASHED PIPING AND FITTINGS SHALL BE REMOVED BY THE CONTRACTOR AT PROJECT COMPLETION. 5. 8" SLD PIPING IS BELIEVED TO BE CAST IRON. CONTRACTOR SHALL VERIFY PIPING, MATERIALS, AND DIMENSIONS PRIOR TO INITIATION OF WORK. 6. TEE UTILIZES LEADED OAKUM JOINT. CONTRACTOR SHALL TAKE SPECIAL MEASURES TO ENSURE THE PIPING MODIFICATIONS D0 NOT DAMAGE OR DISTURB EXISTING PIPING CONNECTIONS. THIS MAY INCLUDE, BUT NOT BE LIMITED TO, TEMPORARY PIPE SUPPORTS, SECONDARY CONTAINMENT OF JOINT, OR SPECIAL CUTTING MEASURES. DAMAGE OR DISTURBANCE TO OAKUM JOINTS AS A RESULT OF OTHER ACTIVITIES SHALL BE REMEDIED BY THE CONTRACTOR AT THEIR SOLE EXPENSE. 7. TEE SHALL REMAIN AFTER COMPLETION OF PROJECT. AFTER TEMPORARY PIPING IS REMOVED. CONTRACTOR SHALL FURNISH BLIND FLANGE WITH FULL FACE GASKET (RUBATEX 451-B OR EQUAL) AND INSTALL USING TYPE 316 SS NUTS. BOLTS, AND WASHERS. 8. FURNISH AND INSTALL PIPE SUPPORTS IN ACCORDANCE WITH SPECIFICATION SECTION 15066. 9. BASE BID TO INCLUDE FURNISHING AND INSTALUNG PLUG VALVES. ADDITIVE ITEM NO. 1 TO INCLUDE FURNISHING AND INSTALLING KNIFE GATE VALVES IN UEU OF PLUG VALVES. 10. ADDITIVE ITEM NO. 1 TO INCLUDE REMOVAL OF EXISTING VALVES, FITTINGS, AND APPURTENANCES. ADDITIVE ITEM NO. 1 ALSO INCLUDES REPLACING EXISTING 1/4-TURN PLUG VALVES WITH NEW KNIFE GATE VALVES, PIPING, FITTINGS, AND APPURTENANCES REQUIRED TO RESTORE PIPING CONNECTION. U j 0, 0 a m 0. a w x U a a La 0 z O 0 z 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.C. For Meeting of: March 19, 2019 ITEM TITLE: Resolution authorizing a contract with Selland Construction, Inc. to provide for the cleaning and recoating of biosolid digesters at the City of Yakima Wastewater Treatment Plant SUBMITTED BY: Scott Schafer, Director of Public Works Mike Price, Wastewater/Stormwater Division Manager, 249-6815 SUMMARY EXPLANATION: The City of Yakima's (City's) Wastewater Treatment Plant operates and maintains six anaerobic biosolids digesters to meet the regulatory requirements for Class B biosolids production in accordance with its NPDES permit with the Department of Ecology. The digesters require periodic cleaning for the removal of un-digestible inert materials in order to maintain adequate treatment capacity and periodic interior surface re -coating to maintain structural integrity. City Project No. WF2489 was established for the cleaning of four of the digesters and the re - coating of the plant's largest (one million gallon) primary digester. The City utilized the procedure established by the State of Washington for competitively bidding projects. Two contractors submitted bids, with Selland Construction, Inc. submitting the lowest bid of $1,505,667.92. See attached contract. The project is funded by Wastewater Facility Capital Fund 478. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: Yes Public Safety City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: 2 ATTACHMENTS: Description Upload Date D Resolution Selland Digester Cleaning 3/5/2019 D Contract Selland Digester Cleaning 3/5/2019 Type Resolution Contract Project: (Address) To: (Contractor) City of Yakima Wastewater Treatment Facility Digester Cleaning Project E Selland Construction, Inc. PO Box 119 Wenatchee, WA 98807 L J You are directed to make the following changes in this Contract: The following changes are hereby made to the Contract Documents: Change Order Change Order Number 1 Change Order Date July 18, 2019 Contract Number WF2489 Contract Date March 19, 2019 ITEM 1: Prep and Coating (COP No. 001) Delete Surface Preparation and Coating from Bid Item 5. Primary Digester No. 1 Cleaning, Preparation, and Coating. This includes scaffolding materials and labor to prepare and coat the walls. The deductive lump sum cost for this work is: ($311,140.00) Justification: The deductive work is the result of a changed condition. The bid documents were based upon the assumed need to prepare and coat the interior walls and floor of Primary Digester No. 1. Upon inspection of the digester interior from the base slab, the walls and floor do not need coating. ITEM 2: Install Scaffolding (COP No. 001) Construct full diameter scaffolding and false -flooring inside Primary Digester No. 1 to allow inspection of the T-ribbed PVC lining on the underside of the digester roof and the tops of the interior walls and baffle walls. The additive lump sum cost for this work is: $65,000.00 Justification: The additional work is the result of a changed condition. Upon inspection of the digester interior from the base slab, the PVC liner at the ceiling has failed and the scaffolding is required for inspection of the system. * Amounts below are all shown without sales tax Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor Indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 1,391,560.00 Net change by previous Change Orders $ 0 The Contract Sum prior to this Change Order $ 1,391,560.00 The Contract Sum will be: 0 Increased I] Decreased ❑ Unchanged by this Change Order $ 246,140.00 The New Contract Sum including this Change Order will be....................t,.........H....,........... $ 1,145,420.00 The Contract Time will be: ® Increased 0 Decreased 0 Unchanged by 15 working days The New Contract Time will be 175 working days �A �S "R_t c —S Date 7A°t /7-0 Based on DOT Form 570-001 EF Revised 9/99 Approval Recommended By Date VI Date 7/4;;/ ' Sec atfizal A / 44 ,y►D Apprpvi Original to: ❑ Contractor Copies to: ❑ Region ❑ Construction Administrator ❑ OSC Accounting ❑ City Engineering CITY CONTRAC RESOLUTION O.jtj` CHANGE ORDER Project Title Digester Cleaning Owner City of Yakima Contractor Name Selland Construction Change Order No. 001 Contractor Address PO Box 119 Wenatchee, WA 98807 Change Order Date July 17, 2019 G&O No. 17042.03 City of Yakima Project No. WF2489 The following changes are hereby made to the Contract Documents: ITEM 1: Prep and Coating (COP No. 001) Delete Surface Preparation and Coating from Bid Item 5. Primary Digester No. 1 Cleaning, Preparation, and Coating. This includes scaffolding materials and labor to prepare and coat the walls. The deductive lump sum cost for this work is: ($311,140.00) Justification: The deductive work is the result of a changed condition. The bid documents were based upon the assumed need to prepare and coat the interior walls and floor of Primary Digester No. 1. Upon inspection of the digester interior from the base slab, the walls and floor do not need coating. ITEM 2: Install Scaffolding (COP No. 001) Construct full diameter scaffolding and false -flooring inside Primary Digester No. 1 to allow inspection of the T-ribbed PVC lining on the underside of the digester roof and the tops of the interior walls and baffle walls. The additive lump sum cost for this work Justification: The additional work is the result of a changed condition. Upon inspection of the digester interior from the base slab, the PVC liner at the ceiling has failed and the scaffolding is required for inspection of the system. CHANGE TO CONTRACT PRICE Original Contract Amount (without tax): ........ Current Contract Amount, as adjusted by previous change orders ............. ........................$1,391,560.00 The Contract Amount due to this Change Order will be decreased by: . ($ 246,140.00) The new Contract Amount (without tax) due to this Change Order will Page 1 of 2 CHANGE TO CONT' • CT TIME The Substantial Completion Contract Time will be increased by 15 working days, for a total of 175 working days. This document will become a supplement to the Contract and all provisions in the Contract will apply hereto. The Contractor acknowledges and agrees that by executing this change order he foregoes all rights and privileges of acquiring any additional compensation for any known or unknown claims of any type or nature, to include but not be limited to, any additional work, delays, extended office overhead, design omissions, changed site conditions, or any oral directions as of the date of the execution of this change order. G Y & OSBORNE, INC. (RECOMMENDED) (CONT' • CTOR) (ACCEPTED) (OWNER) (ACCEPTED) Page 2 of 2 Date Date Date Project: To: City of Yakima Wastewater Treatment Facility Digester Cleaning Project lielland Construction, Inc. PO Box 119 Wenatchee, WA 98807 7 Change Order Change Order Number: 2 Change Order Date: September 4, 2019 Contract Number: WF2489 Contract Date March 19, 2019 You are directed to make the following changes in this Contract: See attached for detailed changes in contract. Note: The Contract Sum is not increased. The New Contract Sum after Change Order #1 and #2 Is overall decreased by $161,140.00. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ $1,391,560.00 Net change by previous Change Orders $ $246,140.00 The Contract Sum prior to this Change Order $ $1,145,420 The Contract Sum will be: )(Increased 0 Decreased 0 Unchanged by this Change Order $ $85,000 The New Contract Sum including this Change Order will be $ $1,230,420.00 The Contract Time will be: 0 Increased 0 Decreased )(Unchanged by working days The New Contract Time will be working days Contractor By Trtle OA. - Approval Recommended Based on DOT Form 570-001 EF original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering City Contract No. 2019-049 CO#2 Resoultion No. R-2019-032 CHANGE 0 II I ER Project Title Digester Cleaning Owner City of Yakima Contractor Name Selland Construction Change Order No. 002 Contractor Address PO Box 149 Wenatchee, WA 98807 Change Order Date September 4, 2019 G&O No. 17042.03 City of Yakima Project No. WF2489 The following changes are hereby made to the Contract Documents: ITEM 1: PRV Cleaning (COP No. 002) Clean all Pressure Relief Valves of Primary Digester No. 1 to allow a metal on metal seal. The lump sum cost for this work is. $1,540.00 Justification: The additional work is the result of changed site conditions. Upon inspection the Pressure Relief Valves of Primary Digester No. 1 are in good condition but each should be thoroughly cleaned to permit a metal on metal seat. There are 28 total PRVs. ITEM 2: Decant Box Lift Arms (COP No. 002) Remove and replace new Supernatant Decant Box lift arms. The lump sum cost for this work is. $1,930.00 Justification: The additional work is at the Owners Request. The existing lift aims have corroded to the point of failure due to exposure to digester gases within the Supernatant Decant Box. ITEM 3: Change Order Development (COP No. 002) Development and supervision of Change Order No. 002. The lump sum cost for this work is:........ Justification: The additional work is the result of changed site conditions. ITEM 4: Roof Exterior Surface (COP No. 002) Remove all existing coating from the entire roof of Primary Digester No. 1. Clean and prepare concrete, and cracks. Fill cracks with Uniflex Acrylic Patching Cement 41-220. Apply a primer and a finish coat of Uniflex 41-300 Premium Elastomeric Coating at 2 gallons per 100 square feet to the entire roof. The color shall be grey and the surface shall be non-skid, similar to existing. The lump sum cost for this work is. $55,000.00 Justification: The additional work is the result of changed site conditions. Upon inspection the existing exterior roof coating was compromised and easily removed at crack locations. The new Page 1 of 2 coating will prevent rain water from migrating through the concrete and becoming trapped by the digester's interior liner. ITEM 5: Relocate Electrical (COP No. 002) Relocate existing electrical conduit from the roof of Primary Digester No. 1 to allow for Roof Exterior Surface improvements (Item 2). The lump sum cost for this work is. $4,235.00 Justification: The additional work is the result of changed site conditions. ITEM 6: Decant Box Concrete Repair (COP No. 002) Remove T-Lock liner to a level below that of degraded concrete and remove all degraded concrete. Clean remaining concrete and fill voids with Silatec MSM Microsilica Mortar. Apply one coad of Dura-Plate 6000 at 40.0-60.0 mils dft to exposed concrete. Apply Sika Duoflex 5050 Primer and Sika Duoflex NS sealant at the T-Lock liner — Dura-plate joint. The lump sum cost for this work is. $4,400.00 Justification: The additional work is the result of changed site conditions. Upon inspection the Supernatant Decant Box T-Lock liner had failed causing degradation of the concrete beneath. ITEM 7: Roof Hatches Coating (COP No. 002) Prepare roof hatch ductile iron pipe (steel and cementitious portions) per Sherwin-Williams Surface Preparation Standards SSPC-SP11 and CSP3-5. Fill any surface voids using Steel Seam FT-910. Apply one coat of Dura-Plate 6000 at 40.0-60.0 mils dft. Apply Sika Duoflex 5050 primer and Sika Duoflex NS sealant to the inner and outer ring joints of the hatches. The lump sum cost for this work is • $4,950.00 Justification: The additional work is the result of changed site conditions. Upon inspection the Roof Hatches had been heavily corroded due to exposure of gases within Primary Digester No. 1. CHANGE TO CONT CT PRICE Original Contract Amount (without tax): .$1,391,560.00 Current Contract Amount, as adjusted by previous change orders: .............. ..............,...........$1,145,420.00 The Contract Amount due to this Change Order will be increased by: ........ 85,000.00 The new Contract Amount (without tax) due to this Change Order will be: ..........................$1,230,420.00 CHANGE TO CONT CT TIME The Substantial Completion Contract Time will be increased by 0 working days, for a total of 175 working days. This document will become a supplement to the Contract and all provisions in the Contract will apply hereto. The Contractor acknowledges and agrees that by executing this change order he foregoes all rights and privileges of acquiring any additional compensation for any known or unknown claims of any type or nature, to include but not be limited to, any additional work, delays, extended office overhead, design omissions, changed site conditions, or any oral directions as of the date of the execution of this change order. Page 2 of 2 Project: City of Yakima Wastewater Treatment Facility Digester Cleaning Project Selland Construction, Inc. POBox 11A Wenatchee, VVAQO807 U�� Order ��u����r � Change Order Number: 3 Change Order Date: March 3O.2O2O Contract Number: VVF2489 Contract Date March 19.2O1S You are directed Vomake the following changes in this Contract: See attached for detailed changes incontract. Note: The Contract Sum in decreased by this Change Order, Not valid until signed byboth the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the ContractSum orContract Time. Net change byprevious Change Orders .............. ........ ...... —....... --__--...... ..—.—'$ The Contract Sum prior to this Change Ordnr--........ ~,—~_............ ...................... —. $ The Contract Gum will be: O Increased 10 Decreased cz Unchanged by this Change Order $ (161.140.00) 1,230,420.00 The New Contract Sum including this Change Order will bo.............................. --_.—.._.. $ 1,088800l0 The Contract Time will be: OIncreased ODecreased X Unchanged by working days The New Contract Time will be working days Contractor By Title 7.v--,- . Based on DOT Form 570-001 EF By Original to: Contractor Engineer of Record Copies to: City Wastewater City Engineering Engineer mRecord Approved Date iO\ [—[| City Contract No, Resolution No. 2019-049CO#3 RESOLUTION NO. CHANGE 0 ' I ER Project Title Digester Cleaning Owner City of Yakima Contractor Name Selland Construction Change Order No. 003 Contractor Address PO Box 149 Wenatchee, WA 98807 Change Order Date March 30, 2020 G&O No. 17042.03 City of Yakima Project No. WF2489 The following changes are hereby made to the Contract Documents: ITEM 1: Scaffold Rental Erect scaffolding from floor of Primary Digester No. 1 to provide an access platform to allow inspection and repair of interior walls, columns, interior roof structure, and roof liner. Additional scaffold rental time during repairs. The lump sum cost for this work is. $28,937.00 ITEM 2: Reconcile Contract Quantities General Condition 2.01.3 states the basis of payment will be the actual quantities of each item of Work satisfactorily completed in accordance with the requirements of the Contract. This Change Order reconciles the contract quantities with the final quantities installed and measured. Exhibit A shows the lump sum and unit price contract and final measured quantities; lump sum and unit contract prices; the difference in the contract and the final measured quantities, and the final contract amount. Justification: This Change Order reconciles the contract quantities with the final quantities installed and measured. CHANGE TO CONT ' • CT PRICE Original Contract Amount (without tax) $1,391,560.00 Current Contract Amount, as adjusted by previous Change Orders. $1,230,420.00 The Contract Amount due to this Change Order will be decreased by 140,620.00) The new Contract Amount (without tax) due to this Change Order will be $1,089,800.00 Exhibit B — Change Order Summary lists each Change Order and summarizes final cost. CHANGE TO CONT . , CT TIME The Substantial Completion Contract Time will be increased by 0 working days, for a total of 175 working days. This document will become a supplement to the Contract and all provisions in the Contract will apply hereto. The Contractor acknowledges and agrees that by executing this change order he foregoes all rights and privileges of acquiring any additional compensation for any known or unknown claims of any type or nature, to include but not be limited to, any additional work, delays, extended office overhead, design omissions, changed site conditions, or any oral directions as of the date of the execution of this change order. Page 1 of 1 CITY OF YAKMA INF2489 SUMMARY OF COSTS Prepared y: Don ToHoch - Gray & Osborne 7-Apr-20 ITEM Original Base Bid Amount: Quantity Adjustments: Additive Item No. 1 Change Order 001 Amount: Change Order 002 Amount: Change Order 003 Amount: (Draft) AMOUNT $ 1,339,160.00 $ (169,557.00) $ 52,400.00 $ (246,140.00) $ 85,000.00 $ 28,937.00 Subtotal Amount: $ 1,089,800.00 Sales Tax @ 8.2%: $ 89,363.60 Total Amount: $ 1,179,163.60 0 Z < Z 0 Li 2 UNIT PRICE t '1Z) co o o 000 o o o o o co Lai ca ca CD 0 et e- 10 O C)O) i • 0 e- N 64 69 69 69 69 69- 69 69 000000000 c00000000co csi Lri 6 4 oi 6 6 o co o P,- 0 e- In co 0 6) 0 CO 0 CO 0 co 6 0 oci N GO N co et GC) LO CO et 6969- 69- 69 ER 69, 69 oc>000c0000 0000c>0000 . 6 6 6 6 6 6 o o 0 00000cococvo o o o co o 4 co_ co L.6 0 6 4 or 4 N- 6 N L() CO CO (0 LO 00 CO I,- 696969696969696969 c'0 0 0 0 c• CD 000 sq' L0 N CO_ 0 N 05 Ln CD (0 169 0 (0 0) co 69 0 (0 0) c) cr))69 c ra a a CS LO C) I,- ',:r `1- 0 ....' 000c-ONN-c-0 14 6 c; 6 c‘i 6 c‘i col csi 6 S1' (0,0c0 cp 8 c2 , cc c, e: 1.6 6 6 6 6 N In CO CO P.. sir3 *61 69 69 69 69 69 69 69 69 .ee .9 C.) - _I _I _J < cr) < < < < -I 0 0 -J 0 -J c- CD c- CD C:D C:) 000 0 000 CV 6 • (\ CO cs, 0) c c▪ o 0 -o .2 L "F.3 >5. 2 1G6a)0000 > E E tr-- u ° 2( a) 3 u E x ri) CD CI) c C o "t co E co - o as -6- c7) 0) "' = 5 N *S: 0 c e- 6 CS 0 5 E . ozzzco •r t5 a Tr, — a) :35 5 .0c cr> f13) asa43Z-gi ti a a mcccsts Tc5 E E E 8 8 0 c (D 'C o a) a) a) N CI' ▪ (00) rX CO to o LU O • W LIJ O Z 0 0 0 D 6 00 a) a) 0)CD CD 0 U 6 co O 0 a) co as a7 a 0 0 CO ca to cc 1 0 E v o i O 9.0 i a) 0 75 c.)® c a) a) C (O ci 0 0 0'' 0 00 0 0 0 LL