Loading...
HomeMy WebLinkAboutR-2012-163 Effluent Pipeline Relocation and Discharge Channel Project, Phase II Evaluation and Design Agreement with Ridolfi, Inc.RESOLUTION NO. R-2012-163 A RESOLUTION authorizing the City Manager to execute a Professional Services Agreement with Ridolfi, Inc. in the amount not to exceed $710,000 for Engineering Services for evaluation and design of Phase II of the Effluent Pipeline Relocation and Discharge Channel Project at the City of Yakima Wastewater Treatment Plant. WHEREAS, the City of Yakima (City) owns and operates wastewater collection and treatment facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, the City's Wastewater Treatment Plant (WWTP) outfall discharges to the Gap to Gap Reach of the Yakima River; and WHEREAS, the levees in the Gap to Gap reach of the Yakima River will be set back in order to meet the objectives of the Yakima River Basin Water Enhancement Project and the Yakima County Flood Control Zone District as part of the Gap to Gap Levee Setback Project; and WHEREAS, the levee setback in the Gap to Gap Reach of the Yakima River will require a new outfall location for the City's treated wastewater to return to the Yakima River; and WHEREAS, alternatives for a riparian outfall location need to be included in the City's Wastewater Facility Plan for the City to remain in compliance with its NPDES permit with the Department of Ecology; and WHEREAS, the State of Washington Department of Ecology requires the completion of an engineering report to approve such changes to the current wastewater outfall; and WHEREAS, the state of Washington requires these services to be performed by a Professional Engineer; and WHEREAS, Ridolfi Inc., Consulting Engineers, has the technical knowledge and expertise necessary to meet the City's outfall relocation challenges and to provide the necessary evaluation and design for Phase II of the Effluent Pipeline Relocation and Discharge Channel Project; and WHEREAS, Ridolfi Inc. has agreed to provide the necessary professional services to the City to accomplish the Phase II evaluation and design of Phase II of the City's Effluent Pipeline Relocation and Discharge Channel Project for a cost not to exceed Seven Hundred Ten Thousand Dollars ($710,000.) as specifically indicated in the Professional Services Agreement attached hereto and incorporated herein by this reference; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a Professional Services Agreement with Ridolfi Inc. to evaluate and design an alternative outfall for the City's WWTP effluent discharge to the Yakima River, now, therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached Professional Services Agreement with Ridolfi Inc., in an amount not to exceed Seven Hundred Ten Thousand Dollars ($710,000.) to provide the necessary engineering services for the evaluation and design of Phase II of the City's Effluent Pipeline Relocation and Discharge Channel Project. A copy of the Agreement with Exhibit "A" and "B" is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 11th day of December, 2012 ft,\••• Soya C aar Tee, CitylcClerk 1 1r; Micah Cawfey, Mayor CITY OF YAKIMA AND RIDOLFI INC. ENGINEERING PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City"), and RIDOLFI Inc., a company licensed to do business in Washington (hereinafter the "Engineer"). WHEREAS, the City desires to retain the Engineer to provide planning, engineering, design and construction support services for additions and modifications to the City of Yakima Regional Wastewater Treatment Plant's (YRWWTP) outfall and former sprayfield site; and WHEREAS, the Engineer has the experience and expertise necessary to provide such independent engineering services and is willing to provide the services in accordance with the terms and conditions of this Agreement; NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and the Engineer as follows: 1. Scope of Services. The Engineer shall provide engineering services, referred to as Basic Services, related to planning, design, and construction oversight for the Alternative Outfall and Floodplain Function Restoration Project, Phase II: Effluent Pipeline Relocation and Discharge Channel Project. The scope of services is described in more detail in Exhibit "A" attached and incorporated by this reference. The City will direct the Engineer in writing when to proceed with each Work Package of the scope of work. 2. Additional Services. a. The City and Engineer agree that not all services performed by the Engineer can be defined, in detail at the time this Agreement is executed and that Additional Services not covered in Exhibit "A" may be needed during performance of the Agreement. City may, at any time, by written order, direct Engineer to revise portions of Basic Services previously completed in a satisfactory manner, delete portions of Basic Services, suspend Basic Services, terminate Basic Services or request that Engineer perform Additional Services beyond the scope of Basic Services. Such changes hereinafter shall be referred to as "Additional Services". b. If such Additional Services cause an increase or decrease in Engineer's cost of, or time required for, performance of any services under this Agreement, a contract price and/or completion time adjustment pursuant to this Agreement may be made and this Agreement may be modified in writing accordingly. c. Compensation for each such request for Additional Services will be negotiated by the City and the Engineer according to the provisions set forth in Section 3. Engineer shall not perform any Additional Services until authorized by City in writing. Once so authorized, such Additional Services shall be considered Part of Basic Services. If mutual agreement on compensation or time adjustment cannot be concluded, Engineer is required to perform the Basic and Additional Services, reserving a right for equitable adjustment; provided, that in no event shall any amount be allowed for Page 1 of 8 City of Yakima and Ridolfi, Inc. Professional Services Agreement anticipated profit or unperformed Basic Services or Additional Services. If City and Engineer cannot agree upon an equitable adjustment in the time for Additional Services beyond the scope of Basic Services within thirty (30) days of the Engineer's written request for equitable adjustment, performance of such Additional Services may be suspended by Engineer until City and Engineer mutually agree upon the time adjustment. 3. Term. The term of this Agreement shall commence upon execution hereof and shall terminate August 31st, 2014, or at the time of completion of all services/tasks required hereunder unless terminated sooner by either party in accordance with Section 20. The Engineer shall provide such services as are described on executed task orders in accordance with Exhibit A. When directed by the City in writing, the Engineer shall proceed in a timely and diligent manner to provide all services required hereunder. 4. Consideration. a. The City shall pay the Engineer for basic services described in Exhibit A, in accordance with the payment schedule set forth in Exhibit "B". Direct salaries may be increased once on an ' annual basis. Unless the parties otherwise modify this Agreement, the total compensation paid to the Engineer for this Agreement shall not exceed Two Hundred Thirty Thousand Dollars ($230,000) for Work Package A and Four Hundred Eighty Thousand Dollars ($480,000) for Work Package B with the total compensation paid to the Engineer not to exceed Seven Hundred Ten Thousand Dollars ($710,000). b. Direct Expenses are those necessary costs and charges incurred for Basic Services including, but not limited to: (1) the direct costs of transportation, meals and lodging; (2) insurance, letters of credit, bonds, and equipment and supplies, specific to the Basic Services and approved in advance by the City; and (3) Engineer's direct costs for subcontracted professional services, laboratory tests, analysis, printing and reproduction services, and CADD services. c. Travel costs, including transportation, lodging, subsistence and incidental expenses incurred by employees of the Engineer and each of the Sub -consultants in connection with Basic Services, shall be subject to the following; 1) That a Maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance and depreciation costs of company or individually owned vehicles for that portion of time they are used for Basic Services. The Engineer, whenever possible, will use the least expensive form of ground transportation. 2) That reimbursement for meals inclusive of tips shall , not exceed a maximum of forty dollars ($40) per day per person. This rate may be adjusted on a yearly basis if agreed upon in writing by the parties hereto. 3) Those accommodations shall be at a reasonably priced hotel/motel. 4) That air travel shall be by coach class, and shall be used only when absolutely necessary. d. Professional Sub -Consultants. Professional Sub -consultants are those costs for Engineering, management consulting, surveying, geotechnical services and similar professional services approved in advance by the City. Reimbursement for Professional Page 2 of 8 City of Yakima and Ridolfi, Inc. Professional Services Agreement J Sub -consultants will be on the basis of 1.10 times the actual costs billed by the Professional Sub -consultant for services provided to the City through this Agreement. e. The Engineer shall submit to the City monthly invoices itemizing tasks accomplished and percent completed to date. Upon receipt of said monthly invoice, the City shall make payment to the Engineer within thirty (30) calendar days; provided, however, that all payments are expressly conditioned upon the Engineer's performing services that are satisfactory to the City. f. The Engineer shall maintain adequate files and records to substantiate all amounts itemized on the monthly invoices. In the event that either party exercises its right to terminate this Agreement in accordance with Section 20, the Engineer shall be compensated in accordance with the above terms for all satisfactory services provided to the City up to the effective Agreement termination date. 5. Information Provided by the City. The Engineer shall provide guidance to the City in determining the data required for purposes of the contemplated services. The City agrees to use reasonable efforts to provide data and information specifically requested by the Engineer. 6. Status of Engineer. The Engineer and the City understand and expressly agree that the Engineer is an independent contractor in the performance of each and every part of this Agreement. No officer, employee, volunteer and/or agent of Engineer shall act on behalf of or represent him or herself as an agent or representative of the City. The Engineer, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement. The Engineer expressly represents warrants and agrees that its status as an independent contractor in the performance of the work and services required under this Agreement is consistent with and meets the six -part independent contractor test set forth in RCW 51.08.195. The Engineer and its officers, employees, volunteers, agents and/or subcontractors shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and/or retirement benefits. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between the Engineer and the City. 7. Inspection and Audit. The Engineer shall maintain books, accounts, records, documents and other evidence pertaining to the costs and expenses allowable and consideration paid under this Agreement in accordance with generally accepted accounting practices. All such books of account and records required to be maintained by this Agreement shall be subject to inspection and audit by representatives of the City and/or the Washington State Auditor at all reasonable times and the Engineer shall afford the proper facilities for such inspection and audit. Such books of account and records may be copied by representatives of the City and/or the Washington State Auditor where necessary to -conduct or document an audit. The Engineer shall preserve and make available all such books of account and records for a period of three (3) years after final payment under this Agreement. 8. Taxes and Assessments. The Engineer shall be solely responsible for compensating its employees, agents, and/or subcontractors and for paying all related taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury and other City of Yakima and Ridolfi, Inc. Professional Services Agreement Page 3 of 8 deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment owed by Engineer for the foregoing as a result of this Agreement, the Engineer shall pay the same before it becomes due. 9. Nondiscrimination Provision. During the performance of this Agreement, Engineer shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following:- employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training and the provision of services under this Agreement. 10. The Americans with Disabilities Act. The Engineer shall comply with the Americans with Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA) and its irnplementing regulations and Washington State's anti -discrimination law as contained in FICW Chapter 49.60 and its implementing regulations with regard to the activities and services provided pursuant to this Agreement. The ADA provides comprehensive civil rights to individuals with disabilities in the area of employment, public accommodations, public transportation, state and local government services and telecommunications. 11. Compliance with Law. The Engineer agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local or otherwise. 12. No Conflict of Interest. The Engineer covenants that neither it nor its employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. The Engineer further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 13. No Insurance. It is understood the City does not maintain liability insurance for the Engineer and its officers, directors, employees and agents. 14. Indemnification. a. The Engineer agrees to hold harmless and indemnify the City, its elected and appointed officials, officers, employees, agents and volunteers from and against any actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) if judged as damages which result from or arise out of the negligent acts, errors or emissions of the Engineer, its officers, agents, employees or subcontractors in connection with or incidental to the performance or non-performance of this Agreement. b. The City agrees to hold harmless and indemnify the Engineer, its officers, employees, and agents, from and against any and all suits, actions, 'claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) which result from or arise out of the negligence of the City, its officers, agents, • Page4of8 City of Yakima and Ridolfi, Inc. Professional Services Agreement employees or subcontractors, in connection with or incidental to the performance or non- performance of this Agreement. c. In the event that both the Engineer and the City are negligent, each party shall be liable for its contributory share of negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees). d. The foregoing indemnity is specifically and expressly intended to constitute a waiver of the Engineer's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide the indemnified party with a full and complete indemnity of claims made by the Engineer's employees. The parties acknowledge that these provisions were specifically negotiated and agreed'upon by them. e. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. f. This Section of the Agreement shall survive the term or expiration of this Agreement and shall be binding on the parties to this Agreement. 15. Insurance Provided by Engineer. a. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as evidence of professional liability coverage with a limit of at least Two Million Dollars ($2,000,000.00) for each wrongful act and an annual aggregate limit of at least Two Million Dollars ($2,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII or higher in Best's Guide. If the policy is on a claim made basis, the retroactive date of the insurance policy shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage or substantially identical coverage- sufficient to fully satisfy these requirements shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. b. Commercial Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence/aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the Engineer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. c. Commercial Automobile Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence/aggregate Page 5 of 8 City of Yakima and Ridolfi, Inc. Professional Services Agreement limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the Engineer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. d. Umbrella Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide .the City with a certificate of insurance as proof of umbrella liability coverage with a minimum liability limit of Two Million Dollars ($2,000,000) per occurrence/aggregate limit bodily injury and property damage. This policy will be in excess of the underlying commercial general liability and automobile liability coverage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the Engineer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' p'uior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. e. Insurance Provided by Subcontractors. The Engineer shall ensure that all subcontractors it utilizes for work/services required under this Agreement shall comply with all of the above insurance requirements. However, professional liability will not be required unless the subcontractor is involved in design or Engineering services. 16. Delegation of Professional Services. The services provided for herein shall be performed by the Engineer and no person other than regular associates or employees of the Engineer shall be engaged upon such work or services except upon written approval of the City. 17. Assignment. This Agreement, or any interest herein or claim hereunder, shall not be assigned or transferred in whole or in part by the Engineer to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations and liabilities of the Engineer stated herein. 18. Waiver of Breach. A waiver by either party hereto of a breach by the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 19. Dispute Resolution. The parties shall strive to resolve all conflicts through negotiation in good faith as the preferred approach to dispute resolution and may Page 6 of 8 City of Yakima and Ridolfi, Inc. Professional Services Agreement consider mediation, or other form of dispute resolution, as a supplement or alternative where mutually agreed to by the Parties in writing. 20.Termination. Either party may terminate this Agreement at any time, with or without cause, by providing the other party with written notice of termination ten (10) calendar days prior to the termination date. 21. Severabilitv. If any portion of this Agreement is changed per mutual agreement or any portion is held invalid, the remainder of the Agreement shall remain in full force and effect. _ 22. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: - TO City Ryan Anderson, Utility Engineer City of Yakima, Wastewater. 2220 East Viola Yakima, WA 98901 TO Engineer: Colin Wagoner, P.E., L:HG. :RIDOLFI'Inc. ` 1011 Western Avenue, Suite 1006 Seattle, WA 98104 or to such other addresses as the parties may hereafter designate in writing. Notices and/or demands shall be sent by registered or certified mail, postage prepaid or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 23. Third Parties. The City and the Engineer are the only parties to this Agreement and are the only parties entitled to enforce its terms. Nothing in this Agreement gives, is intended to give, or shall be construed to give or provide any right or benefit, whether directly or indirectly or otherwise, to third persons. 24. Drafting of Agreement. Both the City and the Engineer have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities within a contract shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and/or action in which this Agreement and its terms and conditions are being interpreted and/or enforced. - 25. Integration. This written document constitutes the entire Agreement between the City and the Engineer. There are no other oral or written agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 26. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. Page 7 of 8 City of Yakima and Ridolfi, Inc. Professional Services Agreement -27. Venue. The venue for any action to enforce or interpret this Agreement shall lie iri the Superior Court of Washington for Yakima County, Washington. 28. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed . • : ' • inal, but all of which shall constitute one and the same Agreement. CITY O AKIMA Rou e, Yakima City Manager RIDOLFI Inc. By: Bruno A. Ridolfi, Vir President Date: /2/6,3/9‘072 Claar Tee, City Clerk City Contract No. ?Oh--/ 1*7 City Resolution No. Page 8 of 8 City of Yakima and Ridolfi, Inc. Professional Services Agreement Exhibit "A" City of Yakima Wastewater Treatment Consulting Services RIDOLFI Inc. Scope of Work November 16, 2012 Phase II: Effluent Pipeline Relocation and Discharge Channel Project Background The City of Yakima is developing an alternative outfall for the discharge from the Wastewater Treatment Plant (WWTP) facility in Yakima. The current system conveys effluent east from the plant in a buried pipeline that discharges into the Yakima River. The alternative outfall will include a diversion structure near the WWTP that will tie into approximately 1,600 feet of new effluent piping that will flow into one or more natural channels that will drain into the Yakima River downstream of the current point of discharge. "Phase II" refers to project elements associated with planning, design, permitting, and bidding these work elements. Basic Services The basic services in Phase II include developing a basis of design, collecting data as needed to support the design, preliminary design, providing assistance with environmental review and permitting, final design, and support during bidding. WORK PACKAGE A: TASK 1 AND TASK 2 TASK 1. PROJECT MANAGEMENT AND COORDINATION Task 1A. Project Management This task includes activities required to manage project activities including directing staff, managing sub - consultants, and tracking progress on task activities. This includes preparing and submitting monthly reports summarizing the progress of the project by task, for its duration. The reports will be submitted along with monthly invoices. The progress reports will document progress made toward completing the project, and provide updated information on budget and schedule Other activities include performing general administrative duties associated with the project, including preparation of correspondence, office administration of contracts with sub -consultants, and progress monitoring. Additional activities will include supporting the Project Manager with gathering information to support funding and grant applications as requested. Task 1B. Kickoff and Coordination Meetings This task includes kickoff meetings early in the project to define the project constraints and opportunities, discuss stakeholder interests, review and confirm design criteria, and obtain an inventory of available data that will be used during the project. Additionally, we will attend periodic meetings with the Wastewater Division's Project Manager, staff, and sub -consultants to coordinate activities, review available data and drawings and confirm design cnteria for Phase II. TASK 2. EVALUATION OF SITE AND BASIS OF DESIGN This task includes reviewing available data and obtaining new data to support the design. This will include surveying to establish vertical and horizontal control and obtain pertinent topographical Exhibit A RIDOLFI SOW Page 2 inforrnation and identify obvious utilities for the design of the effluent pipeline. A geotechnical study will be performed that will include test borings and test pits to support geotechnical analysis and preparation of a geotechnical report with recommendations on foundation design and dewatering requirements. A pump test will be performed to evaluate the quantity of water that might be expected from spring channels excavated in the floodplain during the Phase I project (Billy's pond restoration). Hydraulic modeling results from Yakima County will be evaluated and ongoing collection and evaluation of groundwater measurements will be conducted. An archaeological investigation will be conducted in the area where the pipeline and channels will be constructed. Biological data will be collected and evaluated to establish baseline conditions for the project. A monitoring plan will be developed for the Phase I project that will include protocols for monitoring the fish usage of the site, plant health and coverage, and physical characteristics of the site (water quality and geomorphological stability.) To satisfy Ecology's request for additional information to support the NPDES permit modification, a Sampling and Analysis Plan (SAP) and quality assurance project plan (QAPP) will be prepared for evaluating groundwater conditions prior to construction of the alternative outfall. After the plan is prepared, samples will be collected three times from up to six monitoring wells and submitted to a laboratory for analysis of nitrates, total phosphorus, fecal coliform, and total dissolved solids (TDS). Field parameters will include dissolved oxygen, pH, and conductivity. A report will be prepared and submitted to document the sampling results. WORK PACKAGE B: TASK 3, TASK 4, TASK 5, TASK 6, TASK 7 AND TASK 8 TASK 3. ENVIRONMENTAL REVIEW AND PERMITTING This task includes collaborating with project manager and other team members to develop appropriate materials to support permit applications and environmental review. It is likely that this will include a Fish Habitat Enhancement Joint Aquatic Resource Permit Application (JARPA) and a Specific Project Information Form (SPIF) and a State Environmental Policy Act Checklist (SEPA) for the pipeline. Additional efforts will include coordination with and analysis for the Department of Ecology needed to support modifications to the National Pollution Discharge Elimination System (NPDES) permit. A technical memorandum will be prepared for submission to Ecology under this task. Grading and building and NPDES stormwater permit applications will be prepared for the outfall pipeline and information for a NPDES Construction General Permit for the project. TASK 4. ENGINEERING REPORT This task includes preparing and delivering an Engineering Report that will meet Ecology's requirements for the selected project in accordance with WAC 173-240-60. The report will not replace the Facility Plan, which is being developed for the WWTP by others. The report will provide the basis of design and include information to make facility planning decisions regarding the potential for habitat improvements and alternatives for the wastewater treatment plant outfall(s) and will present a comparison between existing and proposed conditions to aid decision -makers in evaluating the project alternatives. TASK 5. PRELIMINARY DESIGN This task includes preparing a preliminary design at the 30% and 60% design phases for the outfall piping and channel conveyance system. This includes developing an alignment for the project features (pipeline and channels) and preparing plans to show the primary elements of the system. Draft specifications will Exhibit "A" City of Yakima Wastewater Treatment Consulting Services RIDOLFI Inc. Scope of Work Exhibit A RIDOLFI SOW Page 3 be developed along with quantities and preliminary cost estimates. Three design meetings are included to coordinate project elements within the design team. TASK 6. FINAL DESIGN This task includes developing, analyzing, and refining the preliminary design to provide a complete set of bid documents. Develop and prepare 90, and 100-percentdesignlevel plans. This will include preparing and refining a series of plan sheets showing the proposed grading, construction details, and notes to the contractor. At each stage of engineering design, we will provide the Wastewater Division with a copy of the plans and specifications for review and comment. The final set of drawings and specifications, with front-end specifications from the Wastewater Division, will be available for publication to receive contractor bids. Quantity take -offs and an Engineer's Estimate of Probable Cost will be prepared that can be used to evaluate bids on the project. TASK 7. BID SUPPORT During the bidding process, we will prepare a project advertisement, distribute bid documents to the City, maintain a plan holders list, conduct a pre-bid meeting, answer bid inquines, prepare and distribute addenda as needed, attend bid opening, review bids, check references, tabulate bids, and prepare a letter of recommendation to award as applicable. TASK 8. CONSTRUCTION ADMINISTRATION During construction for the trail relocation and associated channel restoration, we will provide periodic field observations to evaluate whether the project is being constructed according to the plans and specifications. This will include evaluating and responding to requests for information, reviewing submittals, attending construction project meetings, and preparing field reports summarizing observations. This does not include observation for the outfall pipeline construction, which is anticipated to occur after the period of performance for this contract. Deliverables • Engineering Report • Geotechnical Report • ' Archeological Report • Monitoring Plan • JARPA, SPIF, SEPA checklist, Grading and Building permit applications, and NPDES stormwater permit materials • 30 percent design plans (paper and PDF) • 60 percent design plans (paper and PDF) • 90 percent design plans (paper and PDF) • Final construction drawings (AutoCAD format) • Final project specifications (Microsoft Word) Exhibit "A" City of Yakima Wastewater Treatment Consulting Services RIDOLFI Inc. Scope of Work Yakima Wastewater Treatment Plant (3298) Phase 11' Pipeline and Restoration Design Cost Estimate Revised to include task 8) Construction Admin RIDOLFI Inc. October 5, 2012 Travel Mileage: RT SEA -YAK $ 0.505 290 $146 45 Per diem = 5110 lodging + $40 food and incidentals $ 150 Per day Per diem for day trips $40/day Subs include. Gray and Osborne OPG Reiss Landreau Research Azatto Communications Keta Waters $ 40 per day $ 220,245 $ 32,156 5 8,000 $ 3,500 $ 7,000 Projected breakdown by year. 2012 10'7 $ 70.631 2013 700. $ 490,919 2014 2110 $ 141,663 $ 706 313 Total Contract Value $ 708,313 710.000 ask Personnel CW BR SD EB Sr. Engineer SH BB MK HD EF Total Hours Ridolti Labor Gray and Osborne Reiss- Landreau Keta Waters Azatto Commun- mations Dnller ARI (Lab) Osborn Pacific Total Subs Mileage + ODCs Subtotal $ 18D00 $ 175 00 $135.00 $ 115 00 $13000 $ 105 00 $150.00 $ 100.00 $ 90.00 $ 80.00 Work Package A begin in 2012 1 Project Management 1a) Project Management 120 6 24 16 16 182 $ 28,610 $ 12,825 $ 4,806 $ 17,631 $ 300 $ 48,334 1 b) Project kickoff and coordination meetings (8) 88 88 44 44 264 $ 37,400 $ 3,640 $ 3,640 $ 1,652 $ 43,221 2) Evaluation of Site and Basis of Design 0 $ - $ - $ - 2a) Surveying for Outfall Design 4 8 8 20 $ 2,640 $ 6,640 $ 6,640 0 9,944 2b) Geotechnical for Outfall Design 4 4 $ 720 $ 20,080 $ 20,080 $ 22,808 2c) Hydrology and hydraulics 20 12 80 40 8 160 $ 19,060 0 7,000 $ 9,500 $ 16,500 $ 5,206 $ 42,936 2d) Cultural Survey 8 8 $ 1,080 $ 8,000 $ 8,000 $ 9,880 2e) Biological Studies 12 160 40 10 222 $ 28,560 $ 1,396 $ 1,396 $ 1,119 $ 31,214 2f) Groundwater SAP, Sampling, Report 2 4 94 48 8 156 $ 17,390 $ 3,000 $ 3,000 $ 373 $ 21,063 Work Package B begin in 2013 3) Environmental Review and Permilting 24 200 60 406 8 338 $ 43,960 $ 698 $ 698 $ 44,728 4) Engineering Report 20 40 120 12 24 40 10 266 $ 31,680 $ 18,840 $ 3,500 $ 1,986 $ 24,326 $ 100 $ 58,549 5) Preliminary Design 60 40 80 120 60 10 390 $ 50,200 $ 87,940 $ 5,113 $ 93,053 0 152,558 6) Final Design 80 40 120 40 280 $ 39,600 $ 62,360 0 12,453 $ 74,813 5 350 $ 122,279 7) Bid Support 12 4 12 24 24 76 $ 8,920 $ 7,920 $ 274 $ 8,194 5 - $ 17,933 8) Construction Oversight 80 4 80 120 280 24 588 $ 72,820 $ 274 $ 274 5 8,858 $ 82,865 TOTALS 526 14 716 478 372 5886 120 16 118 2954 $ 382,640 $ 220,245 5 8,000 $ 7,000 $ 3,500 $ 9,500 $ 3,000 $ 27,000 $ 278,245 0 17,957 $ 708,313 Travel Mileage: RT SEA -YAK $ 0.505 290 $146 45 Per diem = 5110 lodging + $40 food and incidentals $ 150 Per day Per diem for day trips $40/day Subs include. Gray and Osborne OPG Reiss Landreau Research Azatto Communications Keta Waters $ 40 per day $ 220,245 $ 32,156 5 8,000 $ 3,500 $ 7,000 Projected breakdown by year. 2012 10'7 $ 70.631 2013 700. $ 490,919 2014 2110 $ 141,663 $ 706 313 Total Contract Value $ 708,313 710.000 =17 "RIZEESSIMMICZI BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. )(// For Meeting of: December 11, 2012 ITEM TITLE: Resolution authorizing a Professional Services Agreement with Ridolfi Inc., for Engineering Services in an amount not to exceed $710,000 for evaluation and design of Phase 11 of the Effluent Pipeline Relocation and Discharge Channel Project at the City's Wastewater Treatment Plant (WWTP). SUBMITTED BY: Scott Schafer, Wastewater Division Manager Ryan Anderson, Utility Engineer CONTACT Ryan Anderson/575-6077 PERSON/TELEPHONE: SUMMARY EXPLANATION: The City of Yakima is developing the design of an alternative outfall for the discharge of treated effluent to the Yakima River in response to the Gap to Gap Levee Setback project. The alternative outfall will include a diversion structure that will allow the effluent to discharge into one or more natural channels before draining into the Yakima River; creating a riparian restoration area. Ridolfi, Inc, Consultant Engineers, was selected based on their Statement of Qualifications, as having the technical knowledge and expertise in meeting the City's outfall relocation challenges. Ridolfi, Inc will provide the necessary evaluation and design for Phase H of the Effluent Pipeline Relocation and Discharge Channel Project. The terms of the Agreement would be in an amount not to exceed $710,000. (See attached Agreement with Exhibit "A" and "B"). Exhibit "A" of the Agreement describes the Scope of Work in more detail. Exhibit "B" of the Agreement describes the cost of Phase II of the Effluent Pipeline Relocation and Discharge Channel Project. Resolution X Ordinance Contract: X Contract Term: Other (specify) Mail to: Colin Wagoner, P.E. L.HG. Ridolfi Inc. 1011 Western Avenue, Suite 1006, Seattle, WA. 98104 Amount: $710,000 Expiration Date: Insurance Required? Yes Funding Wastewater Facilities Project Fund 478 - Phone: Source: Budgeted APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Staff respectfully requests City Council approve the resolution authorizing the City Manager to execute the accompanying contract. BOARD/COMMISSION RECOMMENDATION: ATTACHMENTS: Click to download ❑ Resolution - Ridolfi Phase II ❑ Ridolfi Agreement Phase II ❑ Phase II Ridolfi Scope Exhibit A ❑ Phase II Ridolfi Budqet Exhibit B DEPARTMENT OF ECO LOGY State of Washington Transfer of Coverage Construction Stormwater General Permit This form transfers permit coverage for all, or a portion Permit # WAR -302115 of a site to one or more new operators. Type of permit transfer (check one): ❑ Partial transfer ® Complete transfer Specific date that permit responsibility, coverage, and liability, is transferred to new operator: 08/18/14 Please see instructions for details on type of transfer. Current Operator/Permittee Information For partial transfers: •List total size of projectlsite remaining under your operational remaining under your operational control following transfer: control following NOI (General Permit acres. Ext: •List total area of soil disturbance transfer: acres. •Submitting this form meets the requirement to submit an updated Condition G9) Current Operator/Permittee Name: Tony O'Rourke Company: City of Yakima Business Phone: (509) 576-6303 Ext: Mailing Address: 2220 E. Viola Ave CeII Phone' Fax (optional). Email: jeremy.ho er@yakimaw..-_. ' City: Yakima State: WA Zip+4. 98901-9505 Signature: Zip + 4: Title: City Manager Date. 81 _ (1 a WA New Operator/Permittee Information 6 I. New Operator/Permittee (Party with operational control over plans and specifications or day-to-day operational control of activities which ensure compliance with Stormwater Pollution Prevention Plan (SWPPP) and permit conditions. Ecology will send correspondence and permit fee invoices to the permittee on record.) Name: Nathan Andersh Company: Strider Construction Co. Inc Business Phone: Ext: Unified Business Identifier (UBI): 360-739-1642 (UB! is a nine -digit number used to identify a business entity. Write "none" if you do not have a UBI number.) Cell Phone (Optional): Fax (Optional): E-mail: 360-739-1642 nathana@striderconstructi.on.com Mailing Address: City: State: Zip + 4: 4721 Northwest Drive Bellingham WA 98226 II. Property Owner (The party listed on the County Assessor's records as owner and taxpayer of the parcel[s] for which permit coverage is requested. Ecology will not send correspondence and permit fee invoices to the Property Owner. The Property Owner information will be used for emergency contact purposes.) Name: City of Company: Yakima Business Phone: Ext: Unified Business Identifier (UBI): 509 575-6037 (UBI is a nine -digit number used to identify a business entity. Write "none" if you do not have a UBI number.) Cell Phone (Optional): Fax (Optional): E-mail: sonya.claar@yakimawa.gov Mailing Address: City: State: Zip + 4: 129 N. 2nd Street Yakima WA 98901-2613 ECY 020-87a (Rev. 08/2012) Form Page 1 1. Are you aware of contaminated 2. Are you aware of groundwater 3. If you answered yes to questions discharged due to the proposed ["Contaminated" and "contamination" occur naturally or occurs at greater If you answered yes to Question concentrations, and pollution prevention Ecology may request a copy of soils present on the site? ❑ Yes contamination located within the site boundary? 1 or 2, will any contaminated soils be groundwater be 173-340-200) that does not and contaminants. L No ❑ Yes /4 No disturbed or will any contaminated No substance (as defined in WAC in detail the locations, contaminants, construction activity? ❑ Yes ►1 here mean containing any hazardous than natural background levels.] 3, please explain below or on a separate paper and/or treatment BMPs proposed to control the discharge of soil/groundwater your SWPPP. VI. WQWebDMR (Electronic Discharge Monitoring Reporting) You must submit register a new site, WQWebDMR under may contact Ecology Only a permittee or use the system immediately, have questions on this monthly discharge monitoring reports using Ecology's go to www.ecy.wa.qov/stormwater, and click on the "Construction WQWebDMR system. To sign up for WQWebDMR, or to Stormwater" link. You will find information on If you are unable to submit your DMRs electronically, you waiver requests to those permittees without Internet access. to or a waiver from WQWebDMR. To have the ability to with your transfer of coverage form. If you or 360-407-7097. the "WQWebDMR and PARIS" link on the right-hand side. to request a waiver. Ecology will generally only grant representative, designated in writing, may request access you must submit the Electronic Signature Agreement process, contact Ecology's WQWebDMR staff at WebDMR-StormwaterAecy.wa.gov VII. Discharge/Receiving Water Information Indicate n Water (wetlands, If (e.g., whether your site's stormwater will discharge directly creeks, lakes, and your discharge is to a City of Tacoma): (NOTE: If your stormwater County, City of Tacoma, jurisdiction.) will discharge to ground includes dewatering, Plan. and/or dewatering water could enter surface waters, directly and/or indirectly: or indirectly (through a storm drain system or roadside ditch) into one or more surface water bodies all other surface waters and water courses). storm sewer system, provide the name of the operator of the storm sewer system: discharges to a storm sewer system operated by the City of Seattle, King County, Snohomish Pierce County, or Clark County, you must also submit a copy of this NOI to the appropriate with 100% infiltration, with no potential to reach surface waters under any conditions. you must include dewatering plans and discharge locations in your site Stormwater Pollution // Water If your project Prevention Location of Discharge into Surface Water Body Enter the outfall identifier code, water body name, and latitude/longitude of the point(s) where the site has the potential to discharge into a water body (enter all locations). ® Include the names and locations of both direct and indirect discharges to surface water bodies, even if the risk of discharge is low or limited to periods of extreme weather. ® Give each point a unique 3 -digit alpha numeric code. This code will be used for identifying these points in WQWebDMR © Some large construction projects (for example, subdivisions, roads, or pipelines) may discharge into several water bodies. ® If the creek or tributary is unnamed, use a format such as "unnamed tributary to Deschutes River." Attach a separate list if necessary. Outfall Identifier Code Surface Water Body Name Latitude Decimal Degrees Longitude Decimal Degrees 1 Center of Project 46.577325° N 120.467267° W ECY 020-87a (Rev 08/2012) Form Page 3 Before signing, please use the following checklist to ensure this form is complete: ❑ All spaces on this form have been completed (attach additional sheets if necessary). ® The transfer form is signed by both the current permittee and the new permittee(s). ❑ New Operator/Permittee: Before you submit this form to Ecology, please retain a copy for your records — this will serve as proof of permit coverage until documentation arrives from Ecology. ❑ For partial transfers: If the original permittee no longer owns or controls any portions of the site that meet the criteria for termination, the original permittee must submit a Notice of Termination to terminate permit coverage. (http.//www.ecy.wa.gov/biblio/ecy02087.html) ❑ For sites with contaminated soils/groundwater or a new discharger to an impaired water body: Any special provisions to protect water quality put in place at the time of initial coverage have been reviewed and adopted by the new permittee. VIII. Certification of Permittee "1 certify under penalty of taw that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Kyle Gebhardt Printed/Typ-. . me r Si. at re of Operator/Permittee Strider Construction Vice President Company (operator/permittee only) Title f8 At -<-- 2ot`� Date * Federal regulations require this application is signed by one of the following: A. For a corporation: By a principal executive officer of at least the level of vice president. B. For a partnership or sole proprietorship: By a general partner or the proprietor, respectively. C. For a municipality, state, federal, or other public facility: By either a principal executive officer or ranking elected official. Please sign and return this document to the following address: Washington Department of Ecology - Stormwater P.O. Box 47696 Olympia, WA 98504-7696 If you have questions about this form, contact the following Ecology staff: Location Contact Name Phone E-mail City of Seattle, and Kitsap, Pierce, and Thurston counties Josh Klimek 360-407-7451 josh.klimek(a?ecy.wa.gov Island, King, and San Juan counties Clay Keown 360-407-6048 clay.keown(@,ecy.wa.gov Adams, Asotin, Columbia, Ferry, Franklin, Garfield, Grant, Lincoln, Pend Oreille, Skagit, Snohomish, Spokane, Stevens, Walla, Whatcom, and Whitman counties. Shawn Hopkins 360-407-6442 shawn.hopkins(a�ecy.wa.gov Benton, Chelan, Clallam, Clark, Cowlitz, Douglas, Grays Harbor, Jefferson, Kittitas, Klickitat, Lewis, Mason, Okanogan, Pacific, Skamania, Wahkiakum, and Yakima counties. Joyce Smith 360-407-6858 joyce.smith@ecy.wa.gov To ask about the availability of this document in a version for the visually impair ed, call the Water Quality Program at 360-407- 6600. Persons with hearing loss, call 711 for Washington Relay Service. Persons with a speech disability, call 877-833-6341. ECY 020-87a (Rev. 0812012) Form Page 5 CONTRACT THIS AGREEMENT made and entered into in triplicate, this 17th day of July , 2014, by and between the City of Yakima, hereinafter called the Owner, and Strider Construction Co., Inc. a Washington Corporation, hereinafter called the Contractor. WITNES SETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 1,391,771.19, for Floodplain Restoration & Outfall Alternative Project Phase 2, City Project No. 2267C, all in 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) calendar days after the Notice to Proceed and shall be substantially completed in One -hundred Forty Five (145) working days (the Substantial Completion Date) and physically completed within One -hundred Eighty Five (185) working days (the Physical Completion Date). If work has not commenced within the ten (10) calendar days after the Notice to Proceed, the first chargeable working day shall be the 11 11' calendar 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 Bid Proposal page P -8R for each and every calendar day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, hens and expenses of any kind or nature whatsoever (including reasonable attorney fees and costs) arising out of, relating to, or resulting from death or bodily injury to any person or damage or destruction to a third party or third parties to the extent caused by any negligent act and/or omission of the Contractor, its officers, employees, agents and/or subcontractors arising as a result of the performance or non-performance of the services, duties and obligations required of it under this Agreement. Nothing contained in this Contract shall be construed to create a liability or a right of indemnification in any third party. N. 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. Page 1 of 2 July 8, 2014 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 CITY CONTRACT NO: RESOLUTION N CONTRACTOR Strider Co . • ion Co., Inc. ,a Washington Corporation .STRUT''% By:Gr vP-p nR , °ifi'': SFeT °= r 11L, cls ' ' Jay Van Wingerden (Print Name) Its Secretary/Treasurer (President, Owner, etc.) Address: 4721 Northwest Drive Bellingham, WA 98226 Page 2 of 2 July 8, 2014 A`CGR'�® CERTIFICATE OF LIABILITY INSURANCE DA07/11/2014W) 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 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 Parker, Smith & Feek, Inc. 2233 112th Avenue NE .Bellevue, WA 98004 CONTACT NAME: (NC. No. Ext).425-709-3600 FAX No), 425-709-7460 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A . Liberty Mutual Fire Insurance Company LIABILITY COMMERCIAL GENERAL LIABILITY INSURED Strider Construction Co., Inc. 4721 Northwest Drive Bellingham, WA 98226 INSURER B . Liberty Insurance Corporation TB2Z91461072024 INSURER C . 6/23/2015 INSURER D . $ 1,000,000 INSURER E . $ 300 00� INSURER F . $ 10,000 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN N REDUCED BY PAID CLAIMS. INSR LTRINSR TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X TB2Z91461072024 6/23/2014 6/23/2015 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300 00� MED EXP (Any one person) $ 10,000 CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE 7 POLICY X LIMIT APPLIES PROT JEC X PER: LOC $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ SCHEDULED AUTOS NON -OWNED AUTOS AS2Z91461072014 6/23/2014 6/23/2015 (Ea acccIidentSINGLE LIMIT 1 000 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE TH7Z91461072044 6/23/2014 6/23/2015 EACH OCCURRENCE $ 9,000,000 AGGREGATE $ 9,000,000 $ DED X RETENTION $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A EL2Z91461072034 �� Washington State Stop Gap 6/23/2014 6/23/2015 TWC ORY LIMITS X ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Floodplain Restoration Outfall Alternative Project Phase II (City Project No. 2267C). The City of Yakima, its agents, employees, volunteers, and elected and appointed officials are included as additional insureds and coverage is primary and non- contributory per attached endorsement LC 04 43 05 12 pgs 1 and 6-9 of 9 (GL. (See Attached Description) CERTIFICATE HOLDER CANCELLATION City of Yakima Department of Utilities and Engineering 129 North 2nd 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 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DESCRIPTIONS (Continued from Page 1 ) Per project aggregate applies per attached endorsement LC 25 19 10-13 (GL). Policy Number TB2Z91461072024 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT OR DESIGNATED LOCATION COMBINED AGGREGATE LIMITS - WITH TOTAL PROJECT AND LOCATION AGGREGATE LIMIT This endorsement modifies insurance provided under the following• COMMERCIAL GENERAL LIABILITY COVERAGE PART Schedule Designated Construction Project(s) or Designated Location(s): All "locations" and all construction projects at which you are performing ongoing operations. Total Project and Location Aggregate Limit $ 15,000,000 A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" 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 or a single designated "location": 1. A separate Designated General Aggregate Limit applies to each designated construction project and to each designated "location", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated General Aggregate Limit for that designated construction project or designated "location". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated General Aggregate Limit for any other designated construction project or designated "location". 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 Declarations, such limits will be subject to the applicable Designated General Aggregate Limit and the Total Project and Location Aggregate Limit. LC 25 19 10 13 © 2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 5. The Total Project and Location Aggregate Limit shown in the Schedule of this endorsement is the most we will pay for the sum of all damages caused by "occurrences" under Section I — Coverage A and all medical expenses caused by accidents under Section I — Coverage C which can be attributed only to ongoing operations at a single construction project or a single "location", regardless of the number of construction projects, locations, "occurrences" or accidents. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project or single designated "location": 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 Designated General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. For the purposes of this endorsement, the Definitions Section is amended by the addition of the following definition: "Location" means any premise that you occupy for permanent operations as part of your business, but does not include any premises at which you are performing operations as part of a construction project. All premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "location". F. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. LC 25 19 10 13 © 2013 Liberty Mutual Insurance. All rights reserved. Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number: TB2Z91461072024 Issued by: Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Reasonable Force Item 2. Non -Owned Watercraft Extension Item 3. Damage To Premises Rented To You - Expanded Coverage Item 4. Bodily Injury To Co -Employees Item 5. Health Care Professionals As Insureds Item 6. Knowledge Of Occurrence Item 7. Notice Of Occurrence Item 8. Unintentional Errors And Omissions Item 9. Bodily Injury Redefinition Item 10. Supplementary Payments — Increased Limits Item 11. Property In Your Care, Custody Or Control Item 12. Mobile Equipment Redefinition Item 13. Newly Formed Or Acquired Entities Item 14. Blanket Additional Insured Where Required By Written Contract Lessors of Leased Equipment Managers or Lessors of Premises Mortgagees, Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Item 15. Blanket Additional Insured — Grantors Of Permits Item 16. Waiver Of Right Of Recovery By Written Contract Or Agreement Item 17. Other Insurance Amendment Item 18. Contractual Liability - Railroads Item 1. Reasonable Force Exclusion a. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non -Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: LC 04 43 05 12 © 2012 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 9 b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. Item 14. Blanket Additional Insured Where Required By Written Contract Paragraph 2. of Section 11 - Who Is An Insured is amended to add the following: e. Additional Insured by Written Contract or Written Agreement The following are insureds under the policy when you have agreed in a written contract or written agreement to provide them coverage as additional insureds under your policy: (1) Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). (2) Managers or Lessors of Premises: Any manager or lessor of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. (3) The coverage afforded to the additional insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent acts or omissions of you, your "employees", your agents or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out the additional insured's sole negligence. This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant in that premises or to lease that land; or (b) Any premises for which coverage is excluded by endorsement. Mortgagees, Assignees or Receivers- Any person(s) or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of the ownership, maintenance or use of your premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. (4) Owners, Lessees or Contractors: any person(s) or organization(s) to whom you are obligated by a written agreement to procure additional insured coverage, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of your "employees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" included in the "products -completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period LC 04 43 05 12 © 2012 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 9 (5) of time required by the written agreement and only for liability caused, in whole or in part, by your acts or omissions or the acts or omissions of your "employees", your agents, or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. Architects, Engineers or Surveyors: any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In connection with your premises; or (b) In the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. (6) Any Person or Organization Other Than a Joint Venture: Any person or organization (other than a joint venture of which you are a member) for whom you are obligated by a written agreement to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations; or (b) In connection with premises owned by you. This insurance does not apply to: 1. Any construction, renovation, demolition or installation operations performed by or on behalf of you, or those operating on your behalf; 2. Any person or organization whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, specification or the performance of any other professional services by such person or organization; or 3. Any person or organization more specifically covered in Paragraphs e.(1) through (5) above. LC 04 43 05 12 © 2012 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 9 The insurance afforded to any person or organization as an insured under this Paragraph 2.e.: (1) Applies only to coverage and minimum limits of insurance required by the written agreement or written contract, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy; (2) Does not apply to any person or organization for any "bodily injury", "property damage" or "personal and advertising injury" if any other additional insured endorsement attached to this policy applies to that person or organization with regard to the "bodily injury", "property damage" or "personal and advertising injury"; (3) Applies only if the "bodily injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed, subsequent to the execution of the written agreement; and (4) Applies only if the written agreement is in effect at the time the "bodily injury" or "property damage" occurs, or at the time the offense giving rise to the "personal and advertising injury" is committed. Item 15. Blanket Additional Insured — Grantors Of Permits Paragraph 2. of Section II - Who Is An Insured is amended to add the following: Any state, municipality or political subdivision with respect to any operations performed by you or on your behalf, or in connection with premises you own, rent or control and to which this insurance applies, for which the state, municipality or political subdivision has issued a permit. However, this insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state, municipality or political subdivision; 2. Any "bodily injury" or "property damage" included within the "products -completed operations hazard", except when required by written contract or agreement initiated prior to loss; or 3. "Bodily injury", "property damage" or "personal and advertising injury", unless negligently caused, in whole or in part, by you or those acting on your behalf. Item 16. Waiver Of Right Of Recovery By Written Contract Or Agreement 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 because of payments we make under this policy for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. Item 17. Other Insurance Amendment If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV — Conditions will not apply. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV — Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". LC 04 43 05 12 © 2012 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8of9 Item 18. Contractual Liability — Railroads Paragraph 9. of Section V - Definitions is replaced by the following: 9. "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failing to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. LC 04 43 05 12 © 2012 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 9 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS. Bond No. 106121082 That whereas the CITY OF YA.KIIMIA, Washington has awarded to STRIDER CONSTRUCTION CO., INC. (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated FLOODPLAIN RESTORATION OUTFALL ALTERNATIVE PROJECT PHASE II, CITY PROJECT NO. 2267C, all as hereto attached and made a part hereof and whereas, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the Principal, and 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 One Million Three Hundred Ninety One Thousand Seven Hundred Seventy One dollars and Nineteen cents ($1,391,771.19) 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 material men; 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. ``ttttt t t t tttt,,,� This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the Cit D ``` a RRU C r/VA,.',. Washington. �. �, IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealailu their dul •- + . authorized officers this 17 thlay of July , 2014 Stri r Constru, tic). " I In � : � gIIIW/Yrr • Cr (Signature) ' 3HING� �,.�`° Van Win :erden Secretary /fiNu��`r Approved as to form: —I Q qt=/X, (Title) 0 Jen,,,,-.)5),5fr-4nt (City Atron (Print Name) Traveler asual and S e Com, gnature' .len- Jakielsk Attorney -In -Fact (Title) • PUBLIC WORKS PAYMENT BOND to CITY OF YAKIMA, WA Bond No. 106121082 The CITY OF YAKINIA, Washington, (City) has awarded to STRIDER CONSTRUCTION CO., INC. (Principal), a contract for the construction of the project designated as FLOODPLAIN RESTORATION OUTFALL ALTERNATIVE PROJECT PHASE II, CITY PROJECT #2267C in Yakima, Washington (Contract), and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39 08 Revised Code of Washington (RCW) and (where applicable) 60,28 RCW. Travelers Casualty and Surety Company The Principal, and of America (Surety), a corporation organized under the laws of the State of Connecticut and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City, in the sum of One Million Three Hundred Ninety One Thousand Seven Hundred Seventy One dollars and Nineteen cents ($1,391,771.19) Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW Titles 39.08 and 39.12 including all workers, laborers, mechanics, subcontractors, and material men, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, except as provided herein, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the This bond will only be accepted if it is accompanied by a fully executed and original executing on behalf of the surety. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to authorized officers this 17th day of July , 2014 Approved as to form: t d ccs,, (Tide) n,Or• d`.S)5)7.17)* t/1jJ /O/(/1l2 (City Attorney) parties' duly authorized officers. power of attorney for the officer \‘`‘‘,a�c1 RUST% be signed and sealed 1��it.dgty ORq• .. 4'- f =(V • O� . z= n /llltrlT 1 MO -.0%` (Print Maine) Trave s Casual and By. Darlene Jakiels Attorney -In -Fact ure Coma of America (Print Name) (Title) TRAVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY S INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 228051 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 5 9 4 8 7 0 7 KNOW ALL MEN BY THESE PRESENTS. That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Darlene Jakielski, Julie M. Glover, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W Doyle, Andy D Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, and Theresa A. Lamb of the City of Bothell , State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted,in anyzactions or -proceedings allowed by law I I th IN WITNESS WHEREOF, the Compiies4have caused this instrumentto'be signed and their:corporate seals to be hereto affixed, this June day of State of Connecticut City of Hartford ss. Farmington Casualty Company' ,fe; Fidelity and Guaranty 1Innrance'"Company . Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 4,0 1NSL0gq.,4 000 RA I i b SEAL.. By. Robert L. Raney, enior Vice President Ilth June 2014 On this the day of , before me personally appeared Robert L Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016 58440-8-12 Printed in U.S.A. Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company 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 Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity_and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,swhich.is in full force and' effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said<Cbinpanies this day of ,20 Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF YAKIMA YAKIMA COUNTY WASHINGTON FLOOD PLAIN RESTORATION & OUTFALL ALTERNATIVE PROJECT PHASE 11 Tom Dittmar Kathy Coffey Tony O'Rourke City Manager FINANCING OF THE PROJECT HAS BEEN PROVIDED BY CITY OF YAKIMA, WASHINGTON, WASHINGTON STATE RECREATION AND CONSERVATION OFFICE, WASHINGTON STATE DEPARTMENT OF ECOLOGY CENTENNIAL CLEAN WATER FUND, AND THE YAKIMA BASIN INTEGRATED PLAN M \RIDOLFI INCORPORATED\13001 00 YRWWTE OUTFALL \PLANSET\G-SHEETS\COVER CITY OFFICIALS Micah Cawley Mayor Maureen Adkison Rick Ensey City Council Debbie Cook, P.E. Director of Utilities & Engineering /ilk9.144''Rei7 RIDOLFI 1101 WESTERN AVENUE, SUITE 1006 SEATTLE, WASHINGTON 98104 (206) 682-7294 Gray & Osborne, Inc. CONSULTING ENGINEERS 107 SOUTH THIRD STREET YAKIMA, WASHINGTON 98901 (509) 453-4833 Bill Lover Dave Ettl Jeremy Hoover, P.E. Utility Engineer Sealed/Stamped and Signed Protect Plane and Specifications are on file to the Engineer's Office at 107 So. Third Street. Yakima, WA 98901. Date: 6-13-2014 SHEET INDEX SHEET NO. 1 DESCRIPTION G—SHEETS — COVER G-1 SHEET INDEX. VICINITY & LOCATIONS MAPS G-2 ABBREVIATIONS. GENERAL SYMBOLS. SYMBOL LEGEND. & GENERAL NOTES G-3 SURVEY CONTROL MAP & TABLE. PLAN SHEET KEY G-4 PLAN & PROFILE — STA 0+00 TO STA 4+00 G-5 PLAN & PROFILE — STA 4+00 TO STA 8+00 G-6 PLAN & PROFILE — STA 8+00 TO STA 12+00 G-7 PLAN & PROFILE — STA 12+00 TO STA 16+00 G-8 MISCELLANEOUS DETAILS G-9 MISCELLANEOUS DETAILS G-10 EROSION CONTROL DETAILS M—SHEETS M-1 PIPING SYMBOLS M1-1 DISCHARGE STRUCTURE PLAN & SECTION M2-1 DIVERSION STRUCTURE PLAN & SECTIONS M2-2 SLUICE GATE DETAILS & SCHEDULE S—SHEETS S-1 GENERAL STRUCTURAL NOTES & SUPPLEMENTAL STRUCTURAL ABBREVIATIONS S-2 TYPICAL STRUCTURAL DETAILS S1-1 DISCHARGE STRUCTURE FOUNDATION & UPPER FRAMING PLANS & SECTIONS S1-2 DISCHARGE STRUCTURE DETAILS S2-1 DIVERSION STRUCTURE FOUNDATION & UPPER FRAMING PLANS & SECTIONS S2-2 DIVERSION STRUCTURE DETAILS C—SHEETS C-1 SOUTH CONVEYANCE CHANNEL GRADING PLAN AND PROFILE C-2 SOUTH CONVEYANCE CHANNEL GRADING PLAN AND PROFILE C-3 SOUTH CONVEYANCE CHANNEL GRADING PLAN AND PROFILE C-4 SOUTH CONVEYANCE & PILOT CHANNEL GRADING PLAN AND PROFILE C-5 SOUTH CONVEYANCE & PILOT CHANNEL GRADING PLAN AND PROFILE C-6 NORTH CONVEYANCE CHANNEL GRADING PLAN AND PROFILE C-7 NORTH CONVEYANCE CHANNEL GRADING PLAN AND PROFILE C-8 NORTH CONVEYANCE & PILOT CHANNEL GRADING PLAN AND PROFILE C-9 RELOCATE RIPRAP SOURCE AND HABITAT MOUNDS C-10 TYPICAL CROSS SECTION AND TYPICAL LWD DETAILS C-11 NORTH PILOT CHANNEL CONSTRUCTED RIFFLE C-12 SOUTH PILOT CHANNEL CONSTRUCTED RIFFLE E—SHEETS E-1 ELECTRICAL SYMBOLS AND ABBREVIATIONS E-2 GENERAL NOTES E-3 ELECTRICAL SITE PLAN E-4 PULLHOLE BUTTERFLY DIAGRAMS E-5 PULLHOLE BUTTERFLY DIAGRAMS E-6 ELECTRICAL ONE UNE DIAGRAMS E2-1 ELECTRICAL DIVERSION STRUCTURE PLAN AND ELEVATION Pass SS Pk, 6,917 in Winter std • 51 e Cliffdell Jae ' • Goose Prairie 'Bumping Lake Dam Bumping L 'WI! A Mt.{,a O . 7766 i iver South :. Fk Cle Elum w ruvrur 16 KITTITAS 20 r k DHL al 13 , h c Central Kuffitas Co UnWaiv sh Museum I 3 '` Ellensburg O ..... 115 The Gorge .ik Amphitheatre Not Recommended / Sunland 2 For Passenger Autos Estates &l 8 CEI n O, ■ Manastu N,q,vA 110 a Gingko Pelrified Forest .1 Vantage WampumDorn Wenas Dam DOUGLAS !' CITY OF YAKIMA JILDERNESS 20 os _ Rimrock Y��_� a 14 ar Rimrock L Clear Lake Dam Tieton Dam YAKA,MA ss )od • . Signal Pk 6 978 Naches 9 Roza Dia L — Beverly Schawanar R y Way Frcnchma Hills L 1 r a/ City EI ■ 28 MOUNTAIN WGyLUKE CENTER Mattawa Tieton Cowiche Wiley City Ahtanurn Union Gap Cake Priest -- Rapids Dam Desert Aire 2 SADDLE MOUNT.' NA IT WILDLIFE REFUGE. Tampico t t • - urn Creek � 31 AhtAHTANUM FiUGr �, �c�5uyside� Ov. YAKIMA Parker' Da Wapato `�' . Sawyer 4k r �, s �'�� s� Buena Brownstown I. Harrah ` Zillah �•3 a . • 54 White SwanYakama Nation • �3• Museum Agency Fort Sum oe DEPAR H/ 7-7-[ Es A, kr P �1"cYee Toppenishi i°PPEtJ!) E cf INDIAN 34 • Outlook n`f 777748 18 1 EFT" - TOP PENISIJ NAT'I. WILDLIFE REFITGE Satus, Mabton Benton Co. Prosser Hist Museum RESERVATION % �oPSE crnernF MOUNTA [M1IS Bickleton .A 88 M \RIDOLFI INCORPORATED\13001 00 YRWWTF OUTFALL\PLANSET\c-SHEETS\INDEX VICINITY MAP NTS r I ilk rilt, Vir 'kJ'. . • ...ii { AERIAL PHOTO IS OUT OF DATE (7-9-13). BILLY'S '' POND AND THE YAKIMA GREENWAY TRAIL HAVE BEENr ; .MODIFIED SINCE THIS AERIAL PHOTO. ar LOCATION MAP 1"=500' 0 DATE: JUNE 2014 SCALE: NOTED 0 Q 2 o CHECKED: NJM APPROVED: BJ Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineers Office at 107 So. Third Street. Yakima. WA 98901. Date: 6-13-2014 APPD Lu H o REVISION I No. J J 0 oes 0 0 NW J 0 0 u_ SHEET INDEX, VICINITY & LOCATIONS MAPS SHEET: G-1 OF: 10 JOB NO.: 13001 DWG: INDEX AAF AB AC ACP ADJ AFF AFN AISC ALTR ALUM ANSI AP ASCE ASPH ASTM ASSY AVE AWS BI BLD FLG BLDG BLK BLKNG BOD BOT BOW BRG BTWN BVC C CAP CB CCP CD CDF CFM CI CJ CL CLAR CLR CMP CMU CO CONC CONN CONT CONV CP LG CONTIN CP CP EP CSHC CST CTRL CU CX D DI DIA DIR DI SCH DIV DN DO DP E EA ECC EFF EG EL ELL ELEC EM BD EM ERG EX EXP EW EVCS FAB FCA FCO FD FG FIG FIN FIPT FL FLN FLEX FLR FPM FT FT 2 FTG GA GALV GEN GI GOVT GPD GPM GRD GRT GRV GSM GV GWB HB HEX HORIZ HP HMA HDG HR HDPE ID IE IN INF ABBREVIATIONS AVERAGE ANNUAL FLOW ANCHOR BOLT ASPHALT CONCRETE ACOUSTIC PANEL ADJUSTABLE ABOVE FINISHED FLOOR AUDITOR FILE NUMBER AMERICAN INSTITUTE OF STEEL CONSTRUCTION ALTERNATE ALUMINUM AMERICAN NATIONAL STANDARDS INSTITUTE ACCESS PANEL AMERICAN SOCIETY OF CIVIL ENGINEERS ASPHALT AMERICAN SOCIETY OF TESTING AND MATERIALS ASSEMBLY AVENUE AMERICAN WELDING SOCIETY BLACK IRON BUND FLANGE BUILDING BLOCK BLOCKING BOTTOM OF DUCT, BIOCHEMICAL OXYGEN DEMAND BOTTOM BOTTOM OF WALL BRIDGE BETWEEN BEGIN VERTICAL CURVE CONDUIT CORRUGATED ALUMINUM PIPE CATCH BASIN CONCRETE CYLINDER PIPE CEIUNG DIFFUSER CONTROLLED DENSITY FILL CUBIC FEET PER MINUTE CAST IRON CONSTRUCTION JOINT CLASS CLARIFIER CENTER UNE CLEARANCE CORRUGATED METAL PIPE CONCRETE MASONRY UNIT CLEANOUT CONCRETE CONNECTION CONTRACTOR, CONTINUOUS CONVEYOR COUPUNG CONTINUED CORNER POST CORRUGATED POLYETHYLENE PIPE CRUSHED SURFACING BASE COURSE CONCRETE SURFACE HARDENER CRUSHED SURFACING TOP COURSE CENTER COPPER CONNECT TO EXISTING DRAIN DUCTILE IRON DIAMETER DIRECTION DISCHARGE DIVISION DOWN DISSOLVED OXYGEN DIFFERENTIAL PRESSURE EAST EACH ECCENTRIC EFFLUENT EXHAUST GRILLE ELEVATION ELBOW OR BEND ELECTRICAL EMBEDMENT EMERGENCY EXISTING EXPANSION EACH WAY END VERTICAL CURVE STATION FABRICATED FLANGED COUPUNG ADAPTER FLOOR CLEANOUT FLOOR DRAIN FACTORY FINISH, FINISHED FLOOR FINISHED GRADE FIGURE FINISHED FEMALE INTERNATIONAL PIPE THREAD FLANGE FLOW UNE FLEXIBLE FLOOR FEET PER MINUTE FEET SQUARE FEET FOOTING GAUGE GALVANIZED GENERAL GALVANIZED IRON GOVERNMENT GALLONS PER DAY GALLONS PER MINUTE GRADE GROUT GROOVED PIPE OR COUPUNG GALVANIZED SHEET METAL GATE VALVE GYPSUM WALL BOARD HEIGHT, HOLLOW HOSE BIB HEXAGONAL HORIZONTAL HORSEPOWER HOT MIX ASPHALT HOT DIPPED GALVANIZED HOUR HIGH DENSITY POLYETHYLENE IDENTIFICATION, INSIDE DIAMETER INVERT ELEVATION INCH INFLUENT INV INVERT M \RIDOLFI INCORPORATED\13001 00 YRwwTF OUTFALL \PLANSET\c—SHEETS\s0MLED J BOX JUNCTION BOX L LB LB/HR LF LWP MAG MATL MAH MAX MECH MFR MGD MG/L MH MIN MJ MMF MO MOV N NO. NPW NTS OBD OC OD OF OPNG OPP OSHA OHP OHWM OZ PE PERF PG PHF PL PLYWD PRV PS PSI PSIG PVC PVI PWT QT QUAD RAG RAS RD RED REINF REQD RESTL RGF RLX RM RO RS R/W RX SC SCH SDG SF SHT SL SL SOC SP SPECS SQ SS STA STD STL STRG SWD TAPD TB TC TDH TEL THK THRD THRU TK TO TOC TOF TOG TOS TOW TS TSS TYP UHMW UV VC VERT VFD VI VS VTR W/ WAS WCO WD W/O WRF WSL WWF WWM WWTF YH LENGTH POUND POUNDS PER HOUR LINEAR FEET LARGE WOODY DEBRIS MAGNETIC MATERIAL METAL ACCESS HATCH MAXIMUM MECHANICAL MANUFACTURER MIWON GALLONS PER DAY MIWGRAM PER LITER MANHOLE MINIMUM MECHANICAL JOINT MAXIMUM MONTH FLOW MID ORDINATE MOTOR OPERATED VALVE NORTH NUMBER NON—POTABLE WATER NOT TO SCALE OPPOSED BLADE DAMPER ON CENTER OUTSIDE DIAMETER OUTSIDE FACE OPENING OPPOSITE OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION OVERHEAD POWER ORDINARY HIGH WATER MARK OUNCE PLAIN END PERFORATED PERFORMANCE GRADE PEAK HOUR FLOW PLATE PLYWOOD PRESSURE REDUCING VALVE PUMP STATION, PRIMARY SLUDGE OR PIPE SUPPORT POUNDS PER SQUARE FOOT POUNDS PER SQUARE INCH POUNDS PER SQUARE INCH GAUGE POLYVINYL CHLORIDE POINT OF VERTICAL INTERSECTION PAVEMENT QUARTER QUADRANT RETURN AIR GRILLE RETURN ACTIVATED SLUDGE ROOF DRAIN REDUCER REINFORCE REQUIRED REINFORCING STEEL RECIRCULATING GRAVEL FILTER RELOCATE EXISTING ROOM ROUGH OPENING RAW SEWAGE RIGHT—OF—WAY REMOVE EXISTING SOUTH SCUM SCHEDULE SMALL DIAMETER GRAVITY SQUARE FEET SHEET SLOPE SLUDGE SOCKET STATIC PRESSURE SPECIFICATIONS SQUARE STAINLESS STEEL STATION STANDARD STEEL STRONG SUSPENDED CEILING SIDE WATER DEPTH TAPERED TOP AND BOTTOM TOP OF CURB TOTAL DYNAMIC HEAD TELEPHONE THICK THREADED THROUGH TANK TOP OF TOP OF CONCRETE TOP OF FOOTING TOP OF GROUT TOP OF SLAB TOP OF WALL TOTAL SOLIDS TOTAL SUSPENDED SOLIDS TYPICAL ULTRA HIGH MOLECULAR WEIGHT, POLYETHYLENE VERTTICACU RLL RVE VERTICAL VARIABLE FREQUENCY DRIVE VINYL SHEET VOLATILE SOLIDS VENT THROUGH ROOF WIDTH, WEST WITH WASTE ACTIVATED SLUDGE WALL CLEANOUT WIDE WITHOUT WATER RECLAMATION FACILITY WATER SURFACE LEVEL WELDED WIRE FABRIC WELDED WIRE MESH WASTEWATER TREATMENT FACIUTY YARD HYDRANT 1/4" FT 0, 600 9 0 ELEVATION VIEW ON SHT. M99-1 GENERAL SYMBOLS SLOPE 1/4" PER FOOT FLOW DIRECTION (AIR, WATER) OPENING GROUND ASPHALT SECTION CONCRETE SECTION WATER SURFACE ELEVATION REFERENCE POINT LEGEND/NOTE CALL OUTS PIPE SUPPORT ELECTRICAL MAST 0 0 C & SQUARE SECTION PIPE SECTION SPACING CENTER ON CENTER SIZE OF DEFORMED BAR DIAMETER RECTANGULAR SECTION ANGLE WIDE—FLANGE SHAPE CHANNEL PLATE CENTER LINE AND EXAMPLE OF SECTION NUMBERING SYSTEM AND PLAN/DRAWING TITLES FOR DETAILS, SUBSTITUTE DETAIL NUMBER FOR SECTION LETTER SECTION CUT ON SHT. M99-9 ON SHT. M99-9 THIS SECTION IS IDENTIFIED AS: SECTION LETTER OR DETAIL NUMBER SECTION APPEARS ON SAME DWG AS CUT DRAWING TITLE IDENTIFICATION : SECTION SCALE: ?"=1'-0" SECTION LETTER OR DETAIL NUMBER SECTION IS TYPICAL TO MANY PLACES DRAWING TITLE SCALE: ?"=1'-0" DEMOLITION LEGEND DENOTES ITEMS TO BE DEMOLISHED IN ACCORDANCE WITH THE PLANS & SPECIFICATIONS. DENOTES ITEMS TO BE ABANDONED IN PLACE IN ACCORDANCE WITH THE PLANS & SPECIFICATIONS. SECTION LETTER OR DETAIL NUMBER SHT. ON WHICH SECTION OR DETAIL APPEARS SECTION LETTER OR DETAIL NUMBER SHT. FROM WHICH SECTION OR DETAIL WAS TAKEN DETAILS ARE REFERENCED IN A SIMILAR MANNER EXCEPT NUMBERS ARE USED INSTEAD OF LETTERS GENERAL NOTES 1. IN GENERAL, EXISTING STRUCTURES AND FACILITIES 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. EXISTING 111 111 111 /// - OHP—OHP—OHP - T T T - w w w- - s s s - FO—FO—F0- 101 FO—FO—FO- 0 0 - 0- SYMBOL LEGEND ASPHALT PAVEMENT GRAVEL SURFACING CONCRETE SURFACING FENCE ELECTRIC SERVICE NATURAL GAS SERVICE IRRIGATION OVERHEAD POWER TELEPHONE SERVICE POTABLE WATER SERVICE SEWER SERVICE FIBER OVERHEAD GATE VALVE BUTTERFLY VALVE CHECK VALVE PLUG VALVE SOLENOID VALVE BALL VALVE THRUST BLOCK UTILITY POLE WITH GUY WIRE UTILITY POLE LUMINARY ® PULLHOLE (AS NOTED) MANHOLE 0 0 EB -)e- 0 CD Eam - --20 - — - o YH o HB o CO W W W W W W W - 0 SP ❑ IR FIRE HYDRANT TYPE 1 CATCH BASIN OR CURB INLET TYPE 2 CATCH BASIN CAP WATER METER MONUMENT TREES/LANDSCAPING BORING AND TEST PIT LOCATIONS BUILDINGS CONTOUR YARD HYDRANT HOSE BIB CLEANOUT GRASS LANDSCAPE ROCK IRRIGATION SPRINKLER IRRIGATION VALVE BOX SECTION CORNER 1/4 CORNER PROPERTY LINE RIGHT—OF—WAY LINE SECTION LINE QUARTER SECTION LINE BOUNDARY LINE CENTERLINE OF RIGHT—OF—WAY NEW x x x - EC E- -T T T- -VI W W- -S -S S- N 0 0 ASPHALT PAVEMENT ASPHALT PAVEMENT REPAIR GRAVEL SURFACING CONCRETE SURFACING FENCE ELECTRIC SERVICE NATURAL GAS SERVICE TELEPHONE SERVICE POTABLE WATER SERVICE SEWER SERVICE GATE VALVE BUTTERFLY VALVE • CHECK VALVE IM PLUG VALVE (� SOLENOID VALVE 181 BALL VALVE f Egi • ■ O 20 • YH • HB • CO • W • W * * * —0 SP THRUST BLOCK UTILITY POLE WITH GUY WIRE UTILITY POLE LUMINARY (SEE ELECTRICAL) PULLHOLE (AS NOTED) MANHOLE FIRE HYDRANT TYPE 1 CATCH BASIN OR CURB INLET TYPE 2 CATCH BASIN CAP WATER METER MONUMENT TREES/LANDSCAPING BORING AND TEST PIT LOCATIONS BUILDINGS CONTOUR NON—FREEZE YARD HYDRANT NON—FREEZE HOSE BIB CLEANOUT GRASS LANDSCAPE ROCK IRRIGATION SPRINKLER 0 M Iz ^ w nZ.., C7tn • w o °o Z z y z N o= Z O DATE: JUNE 2014 SCALE: NOTED 0 CHECKED: NJM APPROVED: BJ Q 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineers Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1— < z 0 N w I No. J J itt H 0 otsz 0 LL 0 1- co a J 0 0 J w Q a H 0 W a H J J 0 2 LO J - mO >- �g J w �z w1-1-1 Z0 w ,8 Z W O (� I= MI a w m SHEET: G-2 OF: 10 JOB NO.: 13001 DWG: SYMLEG ,.8 0 ce M M g 1 cn M x w Tr --„- w W 0 Z v 5 • r W IxO Z z D N z_ Z O = oo i DATE: JUNE 2014 SCALE: NOTED U N Q Z R o CHECKED: NJM APPROVED: BJ Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 ( ) POINT APPDI EASTING W Q o DESCRIPTION REVISION 453667.17 O Z SURVEY CONTROL TABLE ( ) POINT NORTHING EASTING ELEVATION DESCRIPTION 3 453667.17 1648542.34 997.37 SET SPIKE @ S. END OF JOB @ INTX. OF SOUTH & EAST EDGE OF GRAVEL ROAD 4 454560.21 1648595.04 1000.92 SET SPIKE @ N. END OF JOB, 35' E'LY OF GAVEL RD, E. OF C/L OF N'LY OF 2 SECONDARY CLARIGIER TANKS 101 455089.96 1648989.85 1002.08 DHA -SCRIBED "X' IN CONC. PAD @ MONITOR WELL #2 (#1001 BY OTHERS*) 102 454080.92 1648534.37 999.88 DHA -CONTROL REBAR/CAP (#1002 BY OTHERS*) 105 454112.42 1648587.54 1000.39 SET SPIKE 30' E. OF E'LY EDGE OF GRAVEL RD 106 454975.67 1648493.71 1002.08 SET SPIKE OPPOSITE OF ANGLE PT. IN FENCE @ N. END OF PROJECT, 50' E. OF S'LY ANGLE PT OF NW -SE FENCE HORIZONTAL DATUM: STATE PLANE COORDINATE SYSTEM WASHINGTON SOUTH ZONE, NAD83/91, US FEET* VERTICAL DATUM: NORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)* *FROM AEROMETRIC MAP FOR DUANE HARTMAN & ASSOCIATES, PROJECT NO: 511-1104 J J I- LL LIJz Q oo _ 2 z1 - O Q �w >- O 1- _ a u Q Cl) W ›- W I— I— Z< stx Z ° U aw ▪ G R O < >- O SURVEY CONTROL MAP & TABLE, PLAN SHEET KEY SURVEY CONTROL MAP SCALE: 1"=60' SHEET: G-3 OF: 10 JOB NO.: 13001 M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET\0-SHEETS\CONTROL DWG:coNTROL WEST DISCHARGE STRUCTURE c N=453364.99 E=1648413.06 L �0 STA 0+00 BEGIN PROJECT : 1000 : 995 990 1 — 42" \ 45• BEND OR MANHOLE NO. 1 N=453378.68 E=1648406.95 ADDITIVE BID ITEM, NO. 1, SEE NOTE 7 42" C905 PVC ")A_AA LIMIT OF TRAIL REPAIR 0 0 0 \ • 0.0 r440 ie DISCHARGE STRUCTURE SEE S1-1 & M1-1 G x 1 — 42" 45• BEND OR MANHOLE N N=45345 .5 E=1645 ARM NO. BID EE NO 0 43 533 0 o L ISC —453393. E=16' • +00 0 C \c) 12 LF 42" PVC �S=0.002 1 985 MAX 0 J 0- •II • 9g7- 19 H w 2 w w C w Z_ J 0 2 WEST PIPE prEXISTING GROUND AT CONSTRUCTION Q. WEST ALIGNMENT 758 LF 42" PVC S=0.002 1000 995 nry nr a).0)m0) ma) rn.Q) 0).0) m LO IP m� m� m Q) m Q) co co P•••• Cr).103 m.Q) 0).0) r`) 0) 0) m0) 990 N N) rn 985 0+00 1+00 2+00 3+00 4+00 1005 rn Er) 0) 1000 995 w C9 zw 0 Cr EE W N rn rn rn 11 w N z N 1 a a N a a o 1-1- w . h _I CM s_ 0), c.7%..0)-0) z�u ¢�wLJ 1005 EAST PIPE 990 68:LF :42" PVC 985 S=0.002 EXISTING: GROUND AT' CONSTRUCTION..q_ EAST ALIGNMENT 1000 671 LF .42 PVC 995 S=0.002 990 M N A • 0) 05 m Q, rel A • 0)0) m0.) 0) h 0) 05 m Q, Mr A 1 m Q) m Q, AM rn 985 100+00 101+00 102+00 103+00 104+00 M \RIDOLFI INCORPORATED \13001 00 012wwT1 OUTFALL \PLANSET\c-SHEETS\PLAN & PRO 20' 10' 20' 40' 1 11 NOTE: STATIONING FOR WEST & EAST PIPE SHOWN IN PLAN FOR REFERENCE ONLY. WEST PIPE SHOWN IN PROFILE, EAST PIPE SIMILAR. CONSTRUCTION NOTES NOTE: NOT ALL NOTES APPLY TO THIS SHEET 01 ATTEMPTS HAVE BEEN MADE TO ACCURATELY LOCATE THE EXISTING UTILITIES; HOWEVER, THE EXACT LOCATION, SIZE, PIPE TYPE AND/OR DEPTH IS UNKNOWN IN MOST INSTANCES. O2 CONTRACTOR SHALL USE EXTREME CAUTION WHEN EXCAVATING NEAR EXISTING UTILITIES. O3 CONTRACTOR SHALL NOT EXCAVATE WITHIN 15—FEET OF ANY GUY WIRE. O4 OVERHEAD POWER: CONTRACTOR SHALL CONDUCT OPERATIONS SUCH THAT ELECTRICAL SAFETY CLEARANCE SEPARATION REQUIREMENTS ARE MAINTAINED PER POWER COMPANY REQUIREMENTS AND OSHA REGULATIONS. O5 CONTRACTOR SHALL FURNISH & INSTALL ROAD REPAIR, SEE DETAIL, SHEET G-9 NOT USED CONTRACTOR SHALL PROVIDE A DUCTILE IRON FITTING FOR EACH PIPE AS THE BASE BID. MANHOLES SHALL BE PROVIDED AS AN ADDITIVE ITEM. ADDITIVE BID ITEMS ARE DETAILED IN THE SPECIFICATION 01200. CONTRACTOR SHALL BID THE INSTALLATION OF MANHOLES AS ADDITIVE BID ITEM NO. 1. O8 CONTRACTOR SHALL FURNISH & INSTALL TRAIL REPAIR. SEE DETAIL, SHEET G-9. O9 CONTRACTOR SHALL ENCASE PIPE UNDER GRAVEL ROAD. SEE DETAIL, SHEET G-8. 10 CONTRACTOR SHALL RESTRAIN PIPE AT FITTING & 1 PIPE JOINT UP & DOWNSTREAM OF FITTINGS. 11 SEE SPECIFICATION 01110 FOR DETAILS REGARDING GREENWAY TRAIL SHUTDOWN AND PEDESTRIAN TRAFFIC CONTROL. 12 ASPHALT REMOVED FROM THE TRAIL CAN BE DISPOSED OF AT THE CITY'S WWTP. 13 ALL IRRIGATION PIPING IS ABANDONED, EXACT LOCATION IS UNKNOWN. IRRIGATION PIPING EXCAVATED DURING INSTALLATION OF THE PIPING, STRUCTURES AND CHANNELS SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH SPECIFICATION 01900. 14 STORM DRAIN IS ABANDONED, EXACT LOCATION IS UNKNOWN. STORM DRAIN PIPING THAT IS EXCAVATED DURING INSTALLATION OF THE PIPING SHALL BE DISPOSED OF IN ACCORDANCE WITH SPECIFICATION 01900. 15 CONTRACTOR SHALL RESTORE ALL AREAS AROUND THE DIVERSION STRUCTURE, DISHCHARGE STRUCTURE, AND PIPELINES WITH HYDROSEED PER SPECIFICATION 02900, WITH THE EXCEPTION OF THOSE AREAS DESIGNATED AS TRAIL REPAIR AND ROAD REPAIR. 16 CONTRACTOR SHALL POTHOLE AND VERIFY THE LOCATION OF THE PIPE—JOINTS TWO WEEKS PRIOR TO MAJOR EXCAVATION OF THE DIVERSION STRUCTURE. 17 AS NECESSARY, THE CONTRACTOR MAY REMOVE POPLAR TREES. REPLANTING IS NOT REQUIRED. TREES REMOVED ARE TO BE STOCKPILED ON SITE AT THE DIRECTION OF THE OWNER. 18 CONTRACTOR SHALL NOT EXCAVATE IN THE PACIFIC POWER EASEMENT. 0 M w w r. n C7 • w &03 ao Z z D z Z 0 DATE: JUNE 2014 1"=20' (H) SCALE: 1".5' (V) 0 CHECKED: NJM APPROVED: BJ a 3 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1- 0 REVISION 0 z J J O LLLL O MIz QQ ca = 2� z1- - O Q �w > O 1-a Q Ww ›- W I— I— Z < U ° Z aw ▪ D a O Q > O LL PLAN & PROFILE - STA 0+00 TO STA 4+00 SHEET: G-4 OF: 10 JOB NO.: 13001 DWG: PLAN & PRO 44 4 \ „=='=--\--' / 0 00 -9g9 / 995 42” C905 PVC 7+00 8+ 42" C905 PVC --C>jErd i NJ o ° o WEST PIPE (EAST PIPE SIMILAR) 1010 1005 1• H W 100011 W 99500 990 w J 0 985 Q 2 980 EXISTING GROUND AT • CONSTRUCTION . YAKIMA RIVER 758 LF • 42" C905 PVC S=.0:002 20' 100'0 20' 40' (.9 W Lu2 NOTE: w W STATIONING FOR WEST & EAST PIPE SHOWN IN PLAN FOR REFERENCE ONLY. WEST PIPE p SHOWN IN PROFILE, EAST PIPE SIMILAR. co W J 2 U CONSTRUCTION NOTES 2 1010 1005 1 o CONTRACTOR SHALL RESTRAIN PIPE AT FITTING & 1 PIPE JOINT UP & DOWNSTREAM OF FITTINGS. 11 SEE SPECIFICATION 01110 FOR DETAILS REGARDING GREENWAY TRAIL SHUTDOWN AND PEDESTRIAN TRAFFIC CONTROL. W = 1000 00 ASPHALT REMOVED FROM THE TRAIL CAN BE DISPOSED OF AT THE CITY'S WWTP. W 13 ALL IRRIGATION PIPING IS ABANDONED, EXACT LOCATION IS UNKNOWN. W IRRIGATION PIPING EXCAVATED DURING INSTALLATION OF THE PIPING, STRUCTURES AND CHANNELS SHALL BE PROPERLY DISPOSED OF IN oc 995 ACCORDANCE WITH SPECIFICATION 01900. 14 STORM DRAIN IS ABANDONED, EXACT LOCATION IS UNKNOWN. STORM co NOTE: NOT ALL NOTES APPLY TO THIS SHEET 01 ATTEMPTS HAVE BEEN MADE TO ACCURATELY LOCATE THE EXISTING UTILITIES; HOWEVER, THE EXACT LOCATION, SIZE, PIPE TYPE AND/OR DEPTH IS UNKNOWN IN MOST INSTANCES. O2 CONTRACTOR SHALL USE EXTREME CAUTION WHEN EXCAVATING NEAR EXISTING UTILITIES. O3 CONTRACTOR SHALL NOT EXCAVATE WITHIN 15—FEET OF ANY GUY WIRE. O4 OVERHEAD POWER: CONTRACTOR SHALL CONDUCT OPERATIONS SUCH THAT ELECTRICAL SAFETY CLEARANCE SEPARATION REQUIREMENTS ARE MAINTAINED PER POWER COMPANY REQUIREMENTS AND OSHA REGULATIONS. O5 CONTRACTOR SHALL FURNISH & INSTALL ROAD REPAIR, SEE DETAIL, SHEET G-9 O6 NOT USED O7 CONTRACTOR SHALL PROVIDE A DUCTILE IRON FITTING FOR EACH PIPE AS THE BASE BID. MANHOLES SHALL BE PROVIDED AS AN ADDITIVE ITEM. ADDITIVE BID ITEMS ARE DETAILED IN THE SPECIFICATION 01200. CONTRACTOR SHALL BID THE INSTALLATION OF MANHOLES AS ADDITIVE BID ITEM NO. 1. O8 CONTRACTOR SHALL FURNISH & INSTALL TRAIL REPAIR. SEE DETAIL, SHEET G-9. O9 CONTRACTOR SHALL ENCASE PIPE UNDER GRAVEL ROAD. SEE DETAIL, SHEET G-8. DRAIN PIPING THAT IS EXCAVATED DURING INSTALLATION OF THE PIPING SHALL BE DISPOSED OF IN ACCORDANCE WITH SPECIFICATION 01900. 111990 15 CONTRACTOR SHALL RESTORE ALL AREAS AROUND THE DIVERSION STRUCTURE, DISHCHARGE STRUCTURE, AND PIPELINES WITH HYDROSEED PER SPECIFICATION 02900, WITH THE EXCEPTION OF _ THOSE AREAS DESIGNATED AS TRAIL REPAIR AND ROAD REPAIR. U 16 CONTRACTOR SHALL POTHOLE AND VERIFY THE LOCATION OF THE PIPE—JOINTS TWO WEEKS PRIOR TO MAJOR EXCAVATION OF THE 2DIVERSION 985 STRUCTURE. 17 AS NECESSARY, THE CONTRACTOR MAY REMOVE POPLAR TREES. REPLANTING IS NOT REQUIRED. TREES REMOVED ARE TO BE STOCKPILED ON SITE AT THE DIRECTION OF THE OWNER. 980 18 CONTRACTOR SHALL NOT EXCAVATE IN THE PACIFIC POWER EASEMENT. 975 N 0) 0) re) rr; N m 0) to `)co h m 0i 0) 05 N N m 0) o 4).co 00 r ooaj o0 m m m 0)05 ma 0) 0305 m .35 m0) of m 0) P7 05000 0 c ON oco ON o00 or - re) .co `p°° off' ow off' ow off' off' o°' Oi °' 0i °' Oi °' Ci o co o 0i o Cf o 0) o Cf o Cf o 0i Oi x:05 �rn 01:0) Q0) 005 Q0) 005 Q0) Q0) p0) 05 -� �0) -0) -0) —� -0) 975 4+00 5+00 6+00 7+00 8+00 M \RIDOLFI INCORPORATED \13001 00 012wwT1 OUTFALL \PLANSET\c-SHEETS\PLAN & PRO 0 DATE: JUNE 2014 1"=20' (H) SCALE: 1".5' (V) 0 CHECKED: NJM APPROVED: BJ Q Z 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI Lu Q 0 REVISION 0 z J J - LL_ LU Q Q t_ 2� ZI- — O �w O u 0a Q W W H Z Q Z ° aLu ▪ C1aO Q < O PLAN & PROFILE - STA 4+00 TO STA 8+00 SHEET: G-5 OF: 10 JOB NO.: 13001 DWG: PLAN & PRO 108+00 1 — 42" 22.5' BEND OR MANHOLE NO. 3 N=454087.42 E=1648692.51 ADDITIVE BID ITEM, NO. 1, SEE NOTE 7 Om 1 — 42 \ 22.5' BEND Om \ \ \ \\ \ \ \\ �\� i\\\ 1010 1005 W 100011 W 995 o co 990 w J U 985 Q 2 980 MANHOLE NO. 4 N=44085.85 E=16480.50 ADDITIVE- -ITEM, NO.1-, N TE7\ • 9+00 / \ )1 42" C905 PVC \\\\\\\\\\\\\\\ PIRATE PLUNDER STRUCTURE 42" C9_05 PVC ti W 2 w w C N H w J U 2 WEST PIPE (EAST PIPE SIMILAR) ABANDONED 15" DRAIN 1010 EXISTING AT CONS GROUND RUCTION . 748 LF : 42" :C9:0 :PVC ......... S=0.002 0 1005 W 1000 cn w C c 995 N w 990 2 U Q 985 2 20' 10' 20' 40' I 11 NOTE: STATIONING FOR WEST & EAST PIPE SHOWN IN PLAN FOR REFERENCE ONLY. WEST PIPE SHOWN IN PROFILE, EAST PIPE SIMILAR. CONSTRUCTION NOTES NOTE: NOT ALL NOTES APPLY TO THIS SHEET .0 ATTEMPTS HAVE BEEN MADE TO ACCURATELY LOCATE THE EXISTING UTILITIES; HOWEVER, THE EXACT LOCATION, SIZE, PIPE TYPE AND/OR DEPTH IS UNKNOWN IN MOST INSTANCES. O2 CONTRACTOR SHALL USE EXTREME CAUTION WHEN EXCAVATING NEAR EXISTING UTILITIES. O3 CONTRACTOR SHALL NOT EXCAVATE WITHIN 15—FEET OF ANY GUY WIRE. O4 OVERHEAD POWER: CONTRACTOR SHALL CONDUCT OPERATIONS SUCH THAT ELECTRICAL SAFETY CLEARANCE SEPARATION REQUIREMENTS ARE MAINTAINED PER POWER COMPANY REQUIREMENTS AND OSHA REGULATIONS. O5 CONTRACTOR SHALL FURNISH & INSTALL ROAD REPAIR, SEE DETAIL, SHEET G-9 NOT USED CONTRACTOR SHALL PROVIDE A DUCTILE IRON FITTING FOR EACH PIPE AS THE BASE BID. MANHOLES SHALL BE PROVIDED AS AN ADDITIVE ITEM. ADDITIVE BID ITEMS ARE DETAILED IN THE SPECIFICATION 01200. CONTRACTOR SHALL BID THE INSTALLATION OF MANHOLES AS ADDITIVE BID ITEM NO. 1. O8 CONTRACTOR SHALL FURNISH & INSTALL TRAIL REPAIR. SEE DETAIL, SHEET G-9. O9 CONTRACTOR SHALL ENCASE PIPE UNDER GRAVEL ROAD. SEE DETAIL, SHEET G-8. 10 CONTRACTOR SHALL RESTRAIN PIPE AT FITTING & 1 PIPE JOINT UP & DOWNSTREAM OF FITTINGS. 11 SEE SPECIFICATION 01110 FOR DETAILS REGARDING GREENWAY TRAIL SHUTDOWN AND PEDESTRIAN TRAFFIC CONTROL. 12 ASPHALT REMOVED FROM THE TRAIL CAN BE DISPOSED OF AT THE CITY'S WWTP. 13 ALL IRRIGATION PIPING IS ABANDONED, EXACT LOCATION IS UNKNOWN. IRRIGATION PIPING EXCAVATED DURING INSTALLATION OF THE PIPING, STRUCTURES AND CHANNELS SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH SPECIFICATION 01900. 14 STORM DRAIN IS ABANDONED, EXACT LOCATION IS UNKNOWN. STORM DRAIN PIPING THAT IS EXCAVATED DURING INSTALLATION OF THE PIPING SHALL BE DISPOSED OF IN ACCORDANCE WITH SPECIFICATION 01900. 15 CONTRACTOR SHALL RESTORE ALL AREAS AROUND THE DIVERSION STRUCTURE, DISHCHARGE STRUCTURE, AND PIPELINES WITH HYDROSEED PER SPECIFICATION 02900, WITH THE EXCEPTION OF THOSE AREAS DESIGNATED AS TRAIL REPAIR AND ROAD REPAIR. 16 CONTRACTOR SHALL POTHOLE AND VERIFY THE LOCATION OF THE PIPE—JOINTS TWO WEEKS PRIOR TO MAJOR EXCAVATION OF THE DIVERSION STRUCTURE. 17 AS NECESSARY, THE CONTRACTOR MAY REMOVE POPLAR TREES. REPLANTING IS NOT REQUIRED. TREES REMOVED ARE TO BE STOCKPILED ON SITE AT THE DIRECTION OF THE OWNER. 980 18 CONTRACTOR SHALL NOT EXCAVATE IN THE PACIFIC POWER EASEMENT. 975 01`• O.g 0co Q Ch oco o —0 0 O O O c°.1.0 co 1• O O —0 1 00 O 00 N 0• O 01 O O — 0 0) O O O O O O O coo u7 0 • O O O r) O O 0 00 (11 O O O o MO oO o O O O O O r) O O 0 —0 0 N O O 0 O O O Ln O O 0 1 O O O rr� 8+00 9+00 10+00 11+00 12+00 N Z (n h U o 1 as F4) ! ! ��o LLI•00W 00rnrnz Z p II IIZ M \RIDOLFI INCORPORATED \13001 00 0RWWTF OUTFALL \PLANSET\c-SHEETS\PLAN & PRO 0 DATE: JUNE 2014 1"=20' (H) SCALE: 1".5' (V) 0 CHECKED: NJM APPROVED: BJ Q 3 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1— a REVISION 0 z J J - LL_ z Q t _ 2 z1- - O Q �w O u_ 1-a Q CO W W ›- W I— I— Z < U ° Z aW • Clcc i— R O Q >- O PLAN & PROFILE - STA 8+00 TO STA 12+00 SHEET: G-6 OF: 10 JOB NO.: 13001 DWG: PLAN & PRO 1010 1005 t C7 W 1000 w C 995 c N 990 W 2 U 985 Q 2 980 UHP OHP OHP OHP / 74. OHP OHP OHP OHP OHP OHP WEST PIPE N=454838.75 E=1648695.15 r--1 FROM WWTP - w OHP OHP I El to U U CO / / -00 42" C905 PVC 15+00 16+00 I- STA 16+00 END PROJECT 42" C905 PVC i PIRATE PLUNDER STRUCTURE EAST PIPE N=454838.78 E=1648703.15 TO EXISTING I OUTFALL WEST PIPE (EAST PIPE SIMILAR) EXISTING GROUND AT CONSTRUCTION 10' 0 20' 40' NOTE: STATIONING FOR WEST & EAST PIPE SHOWN IN PLAN FOR REFERENCE ONLY. WEST PIPE SHOWN IN PROFILE, EAST PIPE SIMILAR. 115+80 I- STA 115+80 END PROJECT CENTER STRUCTURE ON 78" 16 CONC OUTFALL PIPE—JOINT DIVERSION STRUCTURE SEE S2-1 & M2-1 1010 1005 1000 V 748 :LE 42" :C905 'PVC S-0.002 995 990 r 1 985 CONSTRUCTION NOTES NOTE: NOT ALL NOTES APPLY TO THIS SHEET .0 ATTEMPTS HAVE BEEN MADE TO ACCURATELY LOCATE THE EXISTING UTILITIES; HOWEVER, THE EXACT LOCATION, SIZE, PIPE TYPE AND/OR DEPTH IS UNKNOWN IN MOST INSTANCES. O2 CONTRACTOR SHALL USE EXTREME CAUTION WHEN EXCAVATING NEAR EXISTING UTILITIES. O3 CONTRACTOR SHALL NOT EXCAVATE WITHIN 15—FEET OF ANY GUY WIRE. O4 OVERHEAD POWER: CONTRACTOR SHALL CONDUCT OPERATIONS SUCH THAT ELECTRICAL SAFETY CLEARANCE SEPARATION REQUIREMENTS ARE MAINTAINED PER POWER COMPANY REQUIREMENTS AND OSHA REGULATIONS. O5 CONTRACTOR SHALL FURNISH & INSTALL ROAD REPAIR, SEE DETAIL, SHEET G-9 O6 NOT USED O7 CONTRACTOR SHALL PROVIDE A DUCTILE IRON FITTING FOR EACH PIPE AS THE BASE BID. MANHOLES SHALL BE PROVIDED AS AN ADDITIVE ITEM. ADDITIVE BID ITEMS ARE DETAILED IN THE SPECIFICATION 01200. CONTRACTOR SHALL BID THE INSTALLATION OF MANHOLES AS ADDITIVE BID ITEM NO. 1. O8 CONTRACTOR SHALL FURNISH & INSTALL TRAIL REPAIR. SEE DETAIL, SHEET G-9. O9 CONTRACTOR SHALL ENCASE PIPE UNDER GRAVEL ROAD. SEE DETAIL, SHEET G-8. 10 CONTRACTOR SHALL RESTRAIN PIPE AT FITTING & 1 PIPE JOINT UP & DOWNSTREAM OF FITTINGS. 11 SEE SPECIFICATION 01110 FOR DETAILS REGARDING GREENWAY TRAIL SHUTDOWN AND PEDESTRIAN TRAFFIC CONTROL. 12 ASPHALT REMOVED FROM THE TRAIL CAN BE DISPOSED OF AT THE CITY'S WWTP. 13 ALL IRRIGATION PIPING IS ABANDONED, EXACT LOCATION IS UNKNOWN. IRRIGATION PIPING EXCAVATED DURING INSTALLATION OF THE PIPING, STRUCTURES AND CHANNELS SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH SPECIFICATION 01900. 14 STORM DRAIN IS ABANDONED, EXACT LOCATION IS UNKNOWN. STORM DRAIN PIPING THAT IS EXCAVATED DURING INSTALLATION OF THE PIPING SHALL BE DISPOSED OF IN ACCORDANCE WITH SPECIFICATION 01900. 15 CONTRACTOR SHALL RESTORE ALL AREAS AROUND THE DIVERSION STRUCTURE, DISHCHARGE STRUCTURE, AND PIPELINES WITH HYDROSEED PER SPECIFICATION 02900, WITH THE EXCEPTION OF THOSE AREAS DESIGNATED AS TRAIL REPAIR AND ROAD REPAIR. 16 CONTRACTOR SHALL POTHOLE AND VERIFY THE LOCATION OF THE PIPE—JOINTS TWO WEEKS PRIOR TO MAJOR EXCAVATION OF THE DIVERSION STRUCTURE. 17 AS NECESSARY, THE CONTRACTOR MAY REMOVE POPLAR TREES. REPLANTING IS NOT REQUIRED. TREES REMOVED ARE TO BE STOCKPILED ON SITE AT THE DIRECTION OF THE OWNER. 980 18 CONTRACTOR SHALL NOT EXCAVATE IN THE PACIFIC POWER EASEMENT. 975 co 0 cs Qo 0 O 1 �� O� O� O� O� O� c., Lo r0 L° �� �� cc). N O)4) o6 00 .. O O O O N M • cc h. a0 C� 00 o 0 0 0 0 0 0 0 0 0 05 0 0 0 0 0 0 5 0 0 0 5 o Qs 00 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 QO 08 08 021 021 00 00 O) our' O) •� co r - b 0 b 0 O 975 12+00 13+00 14+00 15+00 16+00 M \RIDOLFI INCORPORATED \13001 00 YRWWTF OUTFALL \PLANSET\c-SHEETS\PLAN & PRO 0 M W W W'O z �.. C.7 • w &a, Z z D z Zr 0 DATE: JUNE 2014 1"=20' (H) SCALE: 1".5' (V) 0 N Z 0 CHECKED: NJM APPROVED: BJ Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1- 0 REVISION 0 z J J LLLIJ_ QQ oti_ 2� ZI- O w a O 1-a Q CO W w >- W I— I— Z < U ° Z aw Cl R O Q < OLL PLAN & PROFILE - STA 12+00 TO STA 16+00 SHEET: G-7 OF: 10 JOB NO.: 13001 DWG: PLAN & PRO FINISHED GRADE VARIES 8'-0" TYP AS NECESSARY, TYP y f BACKFILL/, 6" WIDEx15 ML THICK RE - PLASTIC INDICATOR TAPE MARKED "ELECTRICAL" PIPE BEDDING MATERIAL 1- 1- 42" PVC PIPE, TYP IE PER PLANS, SEE G -SHEETS FINISHED GRADE ". • �\ moi \; \, X/ X/ \/ \/ \/ \/ \, X/ \/ \/� 6" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 6" WIDEx15 ML THICK RED - PLASTIC INDICATOR TAPE MARKED "ELECTRICAL" CDF 42" PVC PIPE, TYP PIPE BEDDING MATERIAL IE PER PLANS, SEE G -SHEETS X a 4:1N /////\ //\//%\/% W /A/ A>7‘‘ PIPE TRENCH SECTION 1 NTS VARIES 8'-0" TYP AS NECESSARY, TYP s4;;;S i.Y ..i.Y.s, 1;1Y. 1;1Y. ,; s,,; %,... .Y`..1i Y2..�Y`.,: f..,.Y�ftf�Cy�I �ftI�C �li�.��-.•fi�l��(�C Y���(.(�C � . .. O � . .. O � . .. 4. . . 4. . . � O. . . > ,.1.121110 4. 14. . 4. 14. . � O. . . > >. . .. �<� O [ . ....)q[ 4 4 .4 4 .4 4 . 4. 4 • 4 4 4 4 4 as \/\ w w a /.\ (1) \/ > 0 w 0 w 0- \/ VVVVVVVV \/ V „ \/ < ENCASED PIPE TRENCH SECTION 2 NTS • •• . • STEP, TYP .4 • • • 72" DIA CONCRETE BARREL 4 • GROUT SHALL EXTEND TO PIPE CROWN EL .4:,. • • a • • .• • SIZE PER PLANS M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET.0-SHEETS\DETAILS FINISHED GRADE .4 GROUT SHALL EXTEND TO PIPE CROWN EL • TOP VIEW • • • • • SECTION 72" MANHOLE NTS NOTES: 1. a a co N w w 1/2 MANHOLE DIAMETER STEPS TO BE EAST OF THE MAIN INFLOW LINE. STEPS SHALL BE SPACED EVERY 12 INCHES. 2. MINIMUM OF 14" ADJUSTMENT RING WITH A MAXIMUM OF 12" OF ADJUSTMENT. PLASTER INSIDE AND OUTSIDE FACE WITH 1/2" THICK NON -SHRINK GROUT. 3. "SEWER" AND "CITY OF YAKIMA" SHALL BE CAST IN ALL LIDS. FRAMES AND COVERS SHALL BE MODEL A-2000 BY D&L FOUNDRY OR APPROVED EQUAL. 4. MANHOLES SHALL BE CENTERED IN A 8'x8'x6" CONCRETE PAD AT FINISH GRADE. 5. PLACE FLEXIBLE GASKET BETWEEN BARREL SECTIONS, CONE, AND ADJUSTMENT RINGS. 6. ALL OPEN JOINTS AND PICK HOLES SHALL BE FILLED WITH NON -SHRINK GROUT AND FINISHED TO A SMOOTH SURFACE. 7. ENTRY COUPLINGS OR SAND COLLARS REQUIRED WHERE SEWER MAINS ENTER AND EXIT THE MANHOLE. 8. MANHOLE BASE SHALL BE ON COMPACTED EARTH. 9. ALL MANHOLES, STEPS, RING AND COVER, AND GASKETS SHALL BE PER THE SPECIFICATIONS. 10. MANHOLE SHALL BE SET PLUMB. 11. DROP OF GRADE THROUGH MANHOLE SHALL BE 0.10' UNLESS OTHERWISE NOTED. 12. ALL CONSTRUCTION AND MATERIALS SHALL MEET THE CITY OF YAKIMA'S DESIGN STANDARDS AND BE APPROVED BY THE CITY. 8'-0" TYP MANHOLE 1 CENTER 42" PVC PIPE, TYP MANHOLE 2 CENTER TYPICAL OFFSET MANHOLES AT ANGLE POINT MAN OLE DIAM TER NTS MANHOLE STATIONING IS CENTERLINE ( .) OF MANHOLES INVERT ELEVA11ON "(IN)" SHOWN ON PROFILE SHEET(S) IS TYPICALLY THIS LOCATION INVERT ELEVA11ON "(OUT)" SHOWN ON PROFILE SHEET(S) IS TYPICALLY THIS LOCATION GRADE BASED ON THIS HORIZONTAL LENGTH 6(. 1/2 MANHOLE DIAMETER DATA FOR SEWER LINE STATIONING & GRADE CALCULATIONS NTS •a a A .41 14" 4 COPOLYMER POLYPROPYLENE PLASTIC 1/2" GRADE 60 STEEL REINFORCEMENT 'MA INDUSTRIES,INC.' 1/2"GRADE 60 STEEL REINFORCED COPOLYMER POLYPROPYLENE PLASTIC MANHOLE STEPS MANHOLE STEP6 NTS - SECTION A -A 0 DATE: JUNE 2014 SCALE: NOTED 0 CHECKED: NJM APPROVED: BJ Q Z 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI Lu 1- 0 REVISION 0 z J J - LL Q oo_ 2� zF_ — O �w O IL 0- LLI a O W w H Z < Z U° aw G a O < >- O w MISCELLANEOUS DETAILS SHEET: G-8 OF: 10 JOB NO.: 13001 DWG: DETAILS 11E WIRES (TYP) SPACED ® 14" MAX TOP RAIL, TYP 3 STRAND 12 1/2 GA BARBED WIRE ON EXTENSION ARMS - PROJECT 45' OUTWARD END OR CORNER (BRACE) POST 2 1/2" DIA TYP PULL POST 2 1/2" DIA TYP CHAIN LINK FENCE AND GATE SHALL BE FURNISHED AND INSTALLED ACCORDING TO SPECIFICATIONS AND SHALL HAVE 3 STRANDS OF BARBED WIRE ON TOP PROJEC11ONG OUT ON EXTENSION ARMS AT APPROXIMATELY 45'. 0 DATE: JUNE 2014 SCALE: NOTED 0 N Q Z 2 o CHECKED: NJM APPROVED: BJ Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI W Q o REVISION 0 z CORNER POSTS SHALL BE INSTALLED AT ALL POINTS WHERE THE ALIGNMENT CHANGES 30' OR MORE AND AT ALL OTHER LOCATIONS AS DIRECTED BY THE ENGINEER. ALL POSTS SHALL BE SPACED AT 10' MINIMUM INTERVALS UNLESS OTHERWISE DIRECTED BY ENGINEER. THE EXACT ALIGNMENT OF THE FENCE AND THE LOCATION OF THE GATES WILL BE DETERMINED IN THE FIELD BY THE ENGINEER. ALL CONCRETE POST BASES SHALL BE 10" MIN DIAMETER. GATE POSTS SHALL BE 12" MIN DIAMETER. 6" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE, TYP DETAILS ARE ILLUSTRATIVE AND SHALL NOT LIMIT HARDWARE DESIGN OR POST SELEC11ON OF ANY PARTICULAR FENCE TYPE. BOTTOM TENSION WIRES SHALL BE PLACED WITHIN THE LIMITS OF THE FIRST FULL FABRIC WEAVE. FENCE SECTIONS ON EITHER SIDE OF GATES SHALL HAVE HORIZONTAL BRACE RAILS AND DIAGONAL TRUSS RODS TO MATCH EXISTING INSTALLATION. 6" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE, TYP MATCH EXISTING PAVEMENT SEAL JOINT WITH HOT ASPHALT OIL & SEALER CSS -1 i>I�i iO ��i iO ***,f``ff``ff``ff``* J J I- LL Q 06_ 2 zF_ — O �w O U- I-0- Q Ww H� z• g < Q z ▪ G a O Q < O MISCELLANEOUS DETAILS M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET.0-SHEETS\DETAILS SHEET: G-9 OF: 10 JOB NO.: 13001 DWG: DETAILS MIRAFI 100 NS OR EQUIVALENT FILTER FABRIC MATERIAL 2"x2" BY 14 GA WIRE FABRIC OR EQUIVALENT PROP LINE 2 MIN PROVIDE 3/4" — 1 1/2" WASHED GRAVEL BACKFILL IN TRENCH AND ON BOTH SIDES OF FILTER FENCE FABRIC ON THE SURFACE 2"x4" WOOD POST OR STEEL FENCE POST 8" 1 FILTER FABRIC FENCE SECTION 1 NTS _ 2"x2" BY 14 GA WIRE FABRIC OR EQUIVALENT MIRAFI 100 NS OR EQUIVALENT FILTER FABRIC MATERIAL 60" WIDE ROLLS—USE STAPLES OR RINGS TO ATTACH FABRIC TO WIRE i) EXISTING GRADE BURY BOTTOM OF FILTER MATERIAL IN 8"x12" TRENCH 6' MIN 2"x4" WOOD POSTS, STANDARD OR BETTER, OR STEEL FENCE POST FILTER FABRIC FENCE ELEVATION M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET.0-SHEETS\DETAILS NTS SHEETl FLOW BALES OF STRAW STAKED DOWN FILTERED RUNOFF 1 PLAN STAKES ANCHOR STAKES BALE TIES COMPACTED SOIL TO PREVENT SLIPPING SEDIMENT LADEN RUNOFF 1 CROSS-SECTION STRAW AND HAY BALE BARRIERS NTS POINT 'A' SHALL BE HIGHER THAN POINT 'B' erg WIRE TIE SECTION PROPER PLACEMENT OF STRAW BALE BARRIER IN THE DRAINAGE WAY ANCHOR FIRST STAKE TOWARDS PREVIOUSLY LAID BALE BALE TIES STRAW AND HAY BALE BARRIER ANCHOR DETAIL NTS 2 REBARS, STEEL PICKETS OR 2"x2" STAKES 1-1/2' TO 2' IN THE GROUND EROSION/SEDIMENTATION CONTROL NOTES 1. CONTRACTOR SHALL SUBMIT TEMPORARY WATER POLLUTION/EROSION CONTROL PLAN PER THE CONTRACT SPECIFICATIONS. 2. ALL LIMITS OF CLEARING AND AREAS OF VEGETATION PRESERVATION SHALL BE OBSERVED DURING CONSTRUCTION. 3. ALL REQUIRED SEDIMENTATION/EROSION CONTROL FACILITIES MUST BE IN OPERATION PRIOR TO LAND CLEARING AND/OR OTHER CONSTRUCTION TO ENSURE THAT SEDIMENT LADEN WATER DOES NOT ENTER THE NATURAL DRAINAGE SYSTEM. ALL EROSION AND SEDIMENT FACILITIES SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT CLEARING AND /OR CONSTRUCTION IS COMPLETED AND THE POTENTIAL FOR ON—SITE EROSION HAS PASSED. THE IMPLEMENTATION, MAINTENANCE, REPLACEMENT AND ADDITIONS TO EROSION/SEDIMENTATION CONTROL SYSTEMS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 4. THE EROSION AND SEDIMENTATION CONTROL SYSTEMS DEPICTED ON THIS DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION PROGRESSES AND AS UNEXPECTED OR SEASONAL CONDITIONS DICTATE, THE CONTRACTOR SHOULD ANTICIPATE THAT MORE EROSION AND SEDIMENTATION CONTROL FACILITIES WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION, IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE CONTRACTOR TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY HIS ACTIVITIES AND TO PROVIDE ADDITIONAL FACILITIES, OVER AND ABOVE THE MINIMUM REQUIREMENTS, AS MAY BE NEEDED TO PROTECT ADJACENT PROPERTIES AND THE WATER QUALITY OF THE RECEIVING DRAINAGE SYSTEM. 5. AT NO TIME SHALL MORE THAN ONE FOOT OF SEDIMENT BE ALLOWED TO ACCUMULATE WITHIN A CATCH BASIN. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING AND DISPOSING OF THE SEDIMENT. ALL CATCH BASINS, CONVEYANCE LINES AND DITCHES SHALL BE CLEANED PRIOR TO PAVING. 6. THE CONTRACTOR SHALL REMOVE MATERIAL DROPPED, WASHED OR TRACKED FROM VEHICLES ONTO THE CITY RIGHT—OF—WAY OR INTO THE EXISTING STORM DRAINAGE SYSTEM. DEBRIS SHALL NOT BE WASHED INTO THE STORM DRAINAGE SYSTEM. 7. TEMPORARY EROSION CONTROL FACILITIES SHALL BE INSPECTED WEEKLY AND MAINTAINED WITHIN 24 HOURS FOLLOWING A STORM EVENT. SEDIMENT SHALL BE REMOVED TO INSURE THE FACILITIES WILL FUNCTION PROPERLY. THE FACILITIES SHALL BE SATISFACTORILY MAINTAINED UNTIL CONSTRUCTION IS COMPLETED AND THE POTENTIAL FOR ON—SITE EROSION HAS PASSED. 8. ALL STORM DRAIN INLETS MADE OPERABLE DURING CONSTRUCTION SHALL BE PROTECTED SO THAT STORMWATER RUNOFF SHALL NOT ENTER THE CONVEYANCE SYSTEM WITHOUT FIRST BEING FILTERED OR OTHERWISE TREATED TO REMOVE SEDIMENT. 9. NO DISTURBED SOIL SHALL REMAIN UNSTABILIZED FOR MORE THAN TWO DAYS. 0 DATE: JUNE 2014 SCALE: NOTED 0 cn3 0 CHECKED: NJM APPROVED: BJ Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1— < REVISION 0 z J J LL_ �LIJ Q a ca_ 2� zF_ O �w Q a O LL I - a 0 CO W ›- OC I- I- Z < Z U o aW G I - 2 O < < O EROSION CONTROL DETAILS SHEET: G-10 OF: 10 JOB NO.: 13001 DWG: DETAILS s DOUBLE LINE s 9 1 1 s 1 s s s uo In 1 1 1 s 1 _ L- s 1 1 SINGLE LINE 6 11 Ell N D4 101 N 1 M \RIOOLFI INCORPORATE0 1300100 YRWWTF OUTFALL \PLANSET\M-SHEETS\MSYMGEN OI OI ITI O JOE PIPING SYMBOLS EXISTING PIPE NEW PIPE WELDED FLANGED MECHANICAL JOINT FLANGED COUPLING ADAPTER FLEXIBLE COUPLING ADAPTOR FLANGE RESTRAINED FLEXIBLE COUPLING RUBBER EXPANSION JOINT RESTRAINED RUBBER EXPANSION JOINT BLIND FLANGE CHECK VALVE GATE VALVE PLUG VALVE BUTTERFLY VALVE CONCENTRIC REDUCER ECCENTRIC REDUCER ELBOW, 45' ELBOW, 90' ELBOW UP ELBOW DOWN TEE TEE UP TEE DOWN CROSS WYE DOUBLE LINE s c ):( X s NOTES: SINGLE LINE EJ -111— Y 11 0 1. FOR ADDITIONAL ABBREVIATIONS NOTES, SEE SHEET E-1. 2. FOR ADDITIONAL PIPING, VALVE IDENTIFICATION SEE SHEET E-1. SCREWED JOINT GROOVED COUPLING FLANGED COUPLING ADAPTER W/ THRUST TIES TO NEXT FLANGED JOINT UNION BELL UP FLEXIBLE HOSE OR TUBING BALL VALVE VALVE WITH MOTOR ACTUATOR VALVE WITH PNEUMATIC ACTUATOR KNIFE GATE VALVE STAINLESS STEEL PIPE COUPLING SOLENOID VALVE FLUSHING/SAMPLING CONNECTION SEE DETAIL 1/M-3 PIPE SUPPORT. & SYMBOLS AND AND EQUIPMENT V46 ,.8 0 re M M 11 N II ce ^ ES w n z NS C7 • w xo foo z z D y z No= Zr O 1 DATE: JUNE 2014 SCALE: NOTED 0 CHECKED: NJM APPROVED: BJ Q 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineers Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1— < z 0 c I No. J J Q v_ H m 0 otSz 0 1- 0 1- w W z a J a 0 0 0 LL PIPING SYMBOLS SHEET: M-1 OF: 1 JOB NO.: 13001 DWG: MSYMGEN MAN GATE, SEE DETAIL >/ X 8'-0" X X X X X X X STAIRS, SEE S SHEETS X FROM DIVERSION STRUCTURE X X X X X X TOW=1000.00 C 42" FE 111111111 FENCE, SEE DETAIL, ADDITIVE ITEM NO. 4 X X X X X COLD JOINT WEIR WATERSTOP, TYP GRATING, SEE S SHEETS -1-- -1--- -1-- -1-- -1--- -1--- -1--- - NOTES: 1. LOOSE RIPRAP SHALL BE 3 -FEET DEEP AT THE BOTTOM OF THE CHANNEL AND 2 -FEET DEEP ON THE SIDES. 2. TYPICAL OF TWO STRUCTURES, SEE G SHEETS. 3. WATER SURFACE ELEVATIONS SHOWN AT DESIGN PEAK HOUR FLOW OF 40 MGD. 4'-0" r DISCHARGE STRUCTURE SCALE: 3/8"=1'-0" FINISHED GRADE=997.50 FROM DIVERSION STRUCTURE TOS=991.00 n a q a 42" FE )- .11 WSL ® 100 YR FLOOD=998.40 ROMAC 400, OR EQUAL IE -991.59 WEIR EL=997.00 /GRATING, SEE S SHEETS /1"- TOS=994.50 v• .d • ODO_ oQoQoQ QoQoQoQoQoQoQoQoQoQoQoQoQoQo o Qo Qo QO QO QO QO QO QO QO QO QO QO QO QO QO QO Q0 0 0 n Q oQ oQ o0 00 00 oQooQooQooQo V>0:00oQo 0:6>OoQooQ -� � �u�Q�Q000�oo?ooQo GRATING SCREEN (SEE STRUCT) L2 1 /2x2 1/2x1/4x2' 4" STIFF EA END W/ 2-1/2"0 SS THRD RODS ® 18" OC IN ADHESIVE ANCHORS (3" MIN EMB). PROVIDE 9/16x4" SLOTTED HOLES FOR WEIR ADJUSTMENT J ` � o Qo Qo Qo Qo'� 1# »v.._ Om' 41'0 16 J 1 M \RIDOLFI INCORPORATED \13001 O0 YRWWTE OUTFALL \PLANSET\m-SHEETS\DISCHARGE STRUCTURE 1'-0" r�— v d . a • vu vu vu vu vu vuU vu vu vu vu vu vu vu vuZ u 6 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0 co co co co co co co co 0o Go Go Qo QnO co co QnO c •a p • NOTE: o/ ♦ r • • WATER SURFACE ELEVATIONS SHOWN AT DESIGN PEAK HOUR FLOW OF 40 MGD. SECTION A SCALE: 3/8"=1'-0" -} r. . i •1 • • • 4 Qv Q< w LIGHT LOOSE RIPRAP, SEE C SHEETS CONVEYANCE CHANNEL LIMIT, TYP, SEE C SHEETS LIGHT LOOSE RIPRAP BEYOND TOP OF CONVEYANCE CHANNEL=997.00 TOS=995.00 o - TOS=993.50 'I • • TOW=1000.00 FINISHED GRADE=997.50/// /.\/.\/.\/. TOS -991.00 TO YAKIMA RIVER 1 IE=991.59 • ( 42" FE 4 • ( \/.\/.\4 •a GRATING SCREEN - SEE S SHEETS •. 4 a • Q d • . 4 •. • • vu vu vv vu vu,iu AL, vL, v vu vu vL, , :]o clovu vu v , >QOQOQOQOQOQOQOQOQOQOQOQOQOQOQOQOQOQC Co Co Co Co Co Co Co Co Co QO QO QO QO QO QO Co Qo Qo Q vu vu vu yr e>r r r r r>Q nQ nQ nQ nQ vQ vQ vQ SECTION SCALE: 3/8"=1'-0" LIGHT LOOSE RIPRAP, 24" DEEP TYP 3 TYP 1 EXISTING GRADE=997.00 TOW VARIES 995.71 TO 995.00 .° • '4a 4 . . 4 c L v� v� vO vu vO vO �` v �mO v` CiiSv� v1v` v` vL vL v v� vO vu vO vO v` v` vO v` vL vO 3o Qo Q Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Q Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo Qo 3QoocQooQ�oocoocoococ o0 00 00 00 oocoocoocoocoocoocoocoocooQ�oocoocooco. o0 00 00 00 oocoocooco _Q�Q�Q�Q�Q�Q�Q�Q�Q�Q�Q�Q�Q�Q>Q�Q>Q�Q>Q�Q�Q�Q�Q�Q�Q�Q�Q�Q�Q�Q�Q 8'-O" SECTION SCALE: 3/8"=1'-0"CD N WEIR EL J 0 10'-0" LIGHT LOOSE RIPRAP, SEE C SHEETS TOS CD (V _ (0 1 rn J lip - 0 TYP L2 1/2x2 1/2 STIFFENER r r EA SIDE 1'-0" 2'-O" TYP TYP 4"x9/16" SLOT IN NOTES: WEIR PLATE (TYP.) 3/16 L 1. CAULK JOINT AT END WALLS W/ ELASTOMERIC SEALANT AFTER INSTALLATION. 2. ATTACH TO WALL USING 1/2"0x5" LONG SS THRD ROD IN EPDXY ANCHOR W/ SS BOLT AND WASHER, MIN. EMBED 4 -INCHES WEIR PLATE DETAIL SCALE: 3/4"=1'-0" 1. 3/16" i NOTES: 5/8" STL PLATE, 45' CHAMFER ANGLE ON WEIR BLADE. FLOW DIRECTION CONCRETE WALL WEIR BLADE SHALL BE SHARP CORNERED AND FREE OF NICKS, RUST, ROUGHNESS, AND OTHER NON -CONFORMITIES RELATED TO FINELY TOOLED, PLATED EDGES. 2. INSTALL NEOPRENE GASKET OR BACKING MATERIAL BETWEEN WEIR BLADE AND CONCRETE. CAULK TOP AND BOTTOM JOINTS W/ ELASTOMERIC SEALANT AFTER INSTALLATION. SECTION NTS 0 M M W ^ w w tr. Wet= foo z z D z Z O DATE: JUNE 2014 SCALE: NOTED 0 cn3 0 CHECKED: NJM APPROVED: BJ Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI w Q 0 REVISION 0 z J J o L z Q 06 _ 2 z1- - O Q �w > O I -0- Q Ww ›— W I— I— z < U ° z aw ▪ G I - 2 • O Q >- O u_ DISCHARGE STRUCTURE PLAN & SECTION SHEET: M 1-1 OF: JOB NO.: 13001 DWG: DISCHARGE STRUCTURE FROM WWTP 4'-0" ALL AROUND, TYP X ), X '—LIGHT, SEE E SHEETS X GRATING, SEE S SHEETS C 78" FE MAN GATE, SEE DETAIL REMOVE 78" PIPE INTERIOR TO STRUCTURE PIPE EXTERIOR TO STRUCTURE TO REMAIN 01 SLG 01 SLUICE GATE, SEE M2-2, SEE NOTE 1 01 SLG 02 SLUICE GATE, SEE M2-2, SEE NOTE 1 FENCE, SEE DETAL, SEE NOTES X X 78" FE X x x x 01 SLG 03 SLUICE GATE, SEE M2-2, SEE NOTE 1 X X x cV ROMAC 400, OR EQUAL TO YAKIMA RIVER PIPE EXTERIOR TO STRUCTURE X TO REMAIN X X x x CONC PAD FOR ELECTRICAL, 9" THICK 4'x4' CONC PAD, #5 0 12" OC EA WAY M \RIDOLFI INCORPORATED \13001 00 0RWWTF OUTFALL \PLANSET\m-SHEETS\DIVERSION STRUCTURE 4,-9" 8'-0" 4,-9" WEST PIPE TO WEST DISCHARGE STRUCTURE EAST PIPE TO EAST DISCHARGE STRUCTURE NOTES: 1. INSTALL ALL SLUICE GATES PER MFR'S RECOMMENDATIONS, SEE SPECIFICATION 15120. 2. WATER SURFACE ELEVATIONS SHOWN AT DESIGN PEAK HOUR FLOW OF 40 MGD. 3. PRIOR TO EXCAVATION CONTRACTOR SHALL PROVIDE PLAN FOR SUPPORTING THE EXISTING (78" FE) DURING CONSTRUCTION. 4. PRIOR TO EXCAVATION CONTRACTOR SHALL PROVIDE A SEQUENCE OF CONSTRUCTION. 5. THE CONTRACTOR SHALL COORDINATE WITH THE GATE MANUFACTURER SO THAT THE TOP OF THE DISC IN THE OPEN POSITION SHALL BE JUST BELOW GRATING. IF TOP OF GATE IS ABOVE GRATING, CONTRACTOR SHALL PROVIDE PROPOSAL FOR COVER SYSTEM TO PREVENT FALL HAZARDS. DIVERSION STRUCTURE PLAN SCALE: 3/8"=1'-0" TOW=1 004.2 01 SLG 03 SLUICE GATE, SEE M2-2, SEE NOTE 1 FINISHED GRADE =1002.0 WSL®100 YR FLOOD=1001.2± TO YAKIMA RIVER TOS=989.00 ( 78" FE TOW=1 004.2 4• • 4 01 SLG 02 SLUICE GATE, SEE M2-2, SEE NOTE 1 & 5 r 0 0 0 _y / /1 7 42" FE IE=994.50 GRATING SUPPORT BEAMS SEE S SHEETS 01 SLG 01 SLUICE GATE, SEE M2-2, SEE NOTE 1 & 5 r r n 7 o o 42" FE IE=991.00 GRATING, SEE S SHEETS COLD JOINT WATERSTOP, TYP PROVIDE GROUT COLLAR AROUND EXISTING PIPE, TYP 78" FE 4 4 • • d •4 .4 4 4 f; • •. 4 4 d• . 4 Qo"Q`M`to a6`- 000000 00 00 00 00 o"r000 ro 000000000"o oo"r000 00 00 00 00 0o roo `V6" eco co co co co co co co co000o0o0o0o co co co co co co co co co co co co0o0o0o0o0o co co coy 1 >11 r>_r>_r>_r>_r>_r>,r>r>r>r>r>r>_r>_r>_r>_r�r�r�r�r�r�r�r�r� 01 SLG 03 SLUICE GATE, SEE M2-2, SEE NOTE 1 GRATING, SEE S SHEETS SECTION A SCALE: 3/8"=1'-0" FINISHED GRADE =1002.0 WSL 0 100 YR FLOOD=1001.2± WSL=997.71 IN DIVERSION STRUCTURE WHEN WEIR ELEVATION IN DISCHARGE STRUCTURE IS SET AT EL=997.0 IE=991.00 LI . 4 4 4 L 0 o 0 o o 0 o 0 0 o TOS=989.00 0 o 0 o o 0 o 0 0 o d 4 d 4 V 4 4 4 • 4 NOTE: FROM WWTP 78" PIPE INSIDE STRUCTURE NOT SHOWN FOR CLARITY. 01 SLG 02 SLUICE GATE, SEE M2-2, SEE NOTE 1 6/%\//%\//%\,, 42" SLUICE GATE, SEE NOTE 1 COLD JOINT WATER STOP, TYP r QO� O QO QO�QO�QO�QOVQO`�QO`�QO`�QO`�QO`�QO`�QO`�QO`�QO`�QO`�QOVQOVQOVQOVQOVQOVQOV�O`�QO`�QO`�QO`�Q 000000 000000 000000000000 00000000 SECTION SCALE: 3/8"=1'-0" 42" FE IE -994.50 ROMAC 400, OR EQUAL 0 M 1# -- W z �.. C.7 • Lu O foo z z D y z Zr r% O DATE: JUNE 2014 SCALE: NOTED 0 CHECKED: NJM APPROVED: BJ Q Z GRATING 0 z SUPPORT BEAM SEE S SHEETS 0 0 0 0 / /� I , I N \\ I / / 78" FE 0 o 0 o o 0 o 0 0 o d 4 d 4 V 4 4 4 • 4 NOTE: FROM WWTP 78" PIPE INSIDE STRUCTURE NOT SHOWN FOR CLARITY. 01 SLG 02 SLUICE GATE, SEE M2-2, SEE NOTE 1 6/%\//%\//%\,, 42" SLUICE GATE, SEE NOTE 1 COLD JOINT WATER STOP, TYP r QO� O QO QO�QO�QO�QOVQO`�QO`�QO`�QO`�QO`�QO`�QO`�QO`�QO`�QO`�QOVQOVQOVQOVQOVQOVQOV�O`�QO`�QO`�QO`�Q 000000 000000 000000000000 00000000 SECTION SCALE: 3/8"=1'-0" 42" FE IE -994.50 ROMAC 400, OR EQUAL 0 M 1# -- W z �.. C.7 • Lu O foo z z D y z Zr r% O DATE: JUNE 2014 SCALE: NOTED 0 CHECKED: NJM APPROVED: BJ Q Z 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1- Q 0 REVISION 0 z J J OLL Z Q 06 _ 2 z1- - O .4( H W O I -0- Q CO W W ›- W I— I— Z < Z U ° z aw G I - 2 O Q >- O IIi- DIVERSION STRUCTURE PLAN & SECTIONS SHEET: M2-1 OF: 2 JOB NO.: 13001 DWG: DIVERSION STRUCTURE PROVIDE OFFSET FLOOR STAND TOW, TYP NEW 42" C905 PIPE ll II II II II II II II II II II o o o o o o o 0 1 in 1 1. 1 1 I )i I I 1 I I 1 1 I I 1 1 I I 1 1 11 I t l l 1 1 o 0 I o • 0 o o o o o o o 48" 0 SLUICE GATE M \RIDOLFI INCORPORATED \13001 00 0RWWTF OUTFALL \PLANSET\m-SHEETS\DIVERSION STRUCTURE 01 SLG 01 01 SLG 02 HAND WHEEL, _ TYP STEM, TYP SIDE GUIDE, TYP GATE, TYP Ma 0 1 1 1 ii II ii II ii II ii II ii II ii II ii ) o o o o o u1 11 11 11 11 11 11 11 11 11 11 11 11 1(1(11 11 1 o o o EXIST 78" CONC PIPING o o SLUICE GATE DETAIL 0 SCALE: 3/8"=1'-0" o o o o a i O 0 0 0 O 0 o o o o o o o o o o o 96" 0 SLUICE GATE 01 SLG 03 SLUICE GATE SCHEDULE GATE ID LOCATION INVERT ELEVATION TOP OF WALL ELEVATION HEAD CENTER SEATED HEAD CENTER UNSEATED GATE SIZE FRAME TYPE OPERATOR TYPE 01 SLG 01 DIVERSION STRUCTURE 994.50 1004.20 4.95 0.00 48x48 FLUSH SUB HND OFL 01 SLG 02 DIVERSION STRUCTURE 994.50 1004.20 4.95 0.00 48x48 FLUSH SUB HND OFL 01 SLG 03 DIVERSION STRUCTURE 991.00 1004.20 6.95 0.00 96x96 FLUSH SC SUB HND BCH NOTE: ALL GATES SHALL HAVE A RISING STEM. ,.8 0 ce M M 1# i cn M x I ^ w W n Z re: Z &O V oo Z E D N z = Z o O 4 DATE: JUNE 2014 SCALE: NOTED 0 N Q Z 0 CHECKED: NJM APPROVED: BJ Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1- Q 0 REVISION 0 z J J z 1- LL z Q 06 _ 2 zF_ O Q �w O u_ 1-a Q Ww >- WH Hz< z U ° z aw ▪ Cl a O Q >- O U - SLUICE GATE DETAILS & SCHEDULE SHEET: M2-2 OF: 2 JOB NO.: 13001 DWG: DIVERSION STRUCTURE GENERAL STRUCTURAL NOTES CENEBAL THE GENERAL CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND SITE CONDITIONS BEFORE STARTING WORK. THE ENGINEER SHALL BE NOTIFIED OF ANY DISCREPANCY. USE DETAIL MARKED "TYPICAL" WHEREVER APPLICABLE. CHANGES, OMISSIONS OR SUBSTITUTIONS ARE NOT PERMITTED WITHOUT WRITTEN APPROVAL OF THE ENGINEER. REFER TO THE SPECIFICATIONS FOR FURTHER REQUIREMENTS. DO NOT SCALE THE DRAWINGS. ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE 2012 EDITION OF THE INTERNATIONAL BUILDING CODE (IBC). THE DESIGN, ADEQUACY AND SAFETY OF ERECTION BRACING, SHORING, TEMPORARY SUPPORTS, ETC., IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR, AND HAS NOT BEEN CONSIDERED BY THE ENGINEER OF RECORD. THE CONTRACTOR IS RESPONSIBLE FOR THE STABILITY OF THE STRUCTURE PRIOR TO THE COMPLETION OF THE WORK. THE CONTRACTOR SHALL PROVIDE THE NECESSARY BRACING TO PROVIDE STABILITY OF THE STRUCTURE PRIOR TO ITS COMPLETION. THE GENERAL NOTES APPLY TO ALL STRUCTURES UNLESS NOTED OTHERWISE (UNO). LOCATION AND SIZE OF ANCHOR BOLTS FOR SPECIFIC EQUIPMENT SHALL BE SPECIFIED BY THE VENDOR. CONTRACTOR SHALL COORDINATE LOCATIONS OF STRUCTURAL OPENINGS, PENETRATIONS AND EMBEDDED ITEMS WITH THE MECHANICAL, ARCHITECTURAL, ELECTRICAL, PLUMBING AND VENTILATION SECTIONS OF THE DRAWINGS AND WITH SUPPLIERS AND SUBCONTRACTORS, AS MAY BE REQUIRED. SPECIAL INSPECTION & TESTING SPECIAL INSPECTIONS SHALL MEET THE REQUIREMENTS OF IBC CHAPTER 17. SPECIAL INSPECTORS SHALL BE UNDER THE SUPERVISION OF A WASHINGTON REGISTERED CIVIL ENGINEER. OBSERVE THE WORK ASSIGNED FOR CONFORMANCE WITH APPROVED DRAWINGS AND SPECIFICATIONS. FURNISH INSPECTION REPORTS TO THE BUILDING DEPARTMENT AND ENGINEER. DISCREPANCIES SHALL BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE CONTRACTOR FOR CORRECTION; THEN, IF NOT CORRECTED, TO THE BUILDING DEPARTMENT AND ENGINEER. SUBMIT A FINAL REPORT, SIGNED BY A WASHINGTON REGISTERED CIVIL ENGINEER, STATING THE WORK WAS IN CONFORMANCE WITH THE APPROVED DRAWINGS AND SPECIFICATIONS AND THE APPLICABLE WORKMANSHIP PROVISIONS OF IBC. SPECIAL INSPECTION REQUIRED: STEEL: IN ACCORDANCE WITH SECTION 1704.3 AND TABLE 1704.3 CONCRETE: IN ACCORDANCE WITH SECTION 1704.4 AND TABLE 1704.4 SOIL: IN ACCORDANCE WITH SECTION 1704.7 ALL WATER CONTAINMENT STRUCTURES SHALL BE TESTED FOR WATER TIGHTNESS. TESTING OF WATER CONTAINMENT STRUCTURES FOR WATER TIGHTNESS SHALL BE PERFORMED IN COMPLIANCE WITH ACI 350.1. THESE STRUCTURES INCLUDE, BUT ARE NOT LIMITED TO THE FOLLOWING: DIVERSION STRUCTURE SHOP DRAWINGS SHOP DRAWINGS, WHERE REQUIRED, SHALL BE CHECKED AND APPROVED BY THE GENERAL CONTRACTOR PRIOR TO SUBMITTING FOR ENGINEER REVIEW. SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW OF DESIGN INTENT, PRIOR TO FABRICATION. GENERAL CONTRACTOR IS RESPONSIBLE FOR VERIFICATION AND COORDINATION OF DIMENSIONS AND DETAILS FOR EACH SUBCONTRACTOR. DESIGN LOADS ROOF SNOW LOAD: DESIGN SNOW LOAD,Ps SNOW LOAD IMPORTANCE FACTOR, Is 30 PSF 1.10 WIND DESIGN DATA: BASIC WIND SPEED (3—SECOND GUST) 85 MPH RISK CATEGORY III WIND IMPORTANCE FACTOR, Iw 1.0 WIND EXPOSURE C EARTHQUAKE DESIGN DATA RISK CATEGORY III SEISMIC IMPORTANCE FACTOR, le 1.25 SITE CLASS D SPECTRAL RESPONSE COEFFICIENTS Sds 0.468 g Sdi 0.274 g SEISMIC DESIGN CATEGORY D FOUNDATION DATA: PER GEOTECHNICAL REPORT NO. 2013-019-22, BY "HWA GEOSCIENCES, INC.", DATED APRIL 23, 2013 & SUPPLEMENTAL GEOTECHNICAL RECOMMENDATIONS DATED SEPTEMBER 20, 2013, BY "HWA GEOSCIENCES, INC.": ALLOWABLE BEARING PRESSURE FOR SHALLOW FOUNDATION SUPPORT. 3000 PSF AT REST EQUIVALENT FLUID PRESSURE BELOW THE WATER TABLE 90 PCF PASSIVE EARTH PRESSURE 300 PCF CAST—IN—PLACE CONCRETE CONCRETE SHALL HAVE THE FOLLOWING PROPERTIES: 28—DAY STRENGTH f'c=4,000 PSI, (UNO) AIR ENTRAINMENT: 5%-7% MAXIMUM SLUMP: 3" FOR SLABS FOOTINGS, 4" FOR WALLS AND BEAMS. CONSTRUCTION TO BE IN ACCORDANCE WITH ACI 318, "PART 2—STANDARD FOR TESTS AND MATERIALS" AND "PART 3 — CONSTRUCTION REQUIREMENTS." SUBMIT MIX DESIGN FOR REVIEW AND PROVIDE NOT LESS THAN 6 SACKS OF CEMENT PER CUBIC YARD FOR ALL CONCRETE WITH MAXIMUM W/C=0.45. REINFORCING STEEL DEFORMED BARS: ASTM A615, GRADE 60 (GRADE 40 FOR #3). UNLESS OTHERWISE NOTED ON THESE DRAWINGS, MINIMUM CONCRETE COVER FOR REINFORCING BARS SHALL BE AS FOLLOWS: CONCRETE CAST AGAINST SOIL=3". FORMED CONCRETE AGAINST SOIL=2". WALLS, AND BEAMS EXPOSED TO WATER, SEWAGE & WEATHER=2". WALLS, AND BEAMS DRY CONDITION=1 1/2". PROVIDE 2—#5 MIN UNO TRIM BARS AROUND ALL OPENINGS IN CONCRETE WALLS OR SLAB EXTENDING 2'-6" PAST CORNERS, TYP AT TIME OF CONCRETE PLACEMENT, REINFORCING SHALL BE FREE OF MUD, OIL, OR OTHER NONMETALLIC COATINGS THAT MAY DECREASE BOND. FIELD WELDING OF REINFORCING BARS IS NOT ALLOWED ON THIS JOB. SUBMIT SHOP DRAWINGS OF REINFORCING STEEL FOR REVIEW BY THE ENGINEER PRIOR TO FABRICATION. REINFORCING SHALL BE DETAILED IN ACCORDANCE WITH ACI 315 AND 318 (LATEST EDITION). STRUCTURAL STEEL AND MISCELLANEOUS METALS "W" SHAPES: ASTM A992, Fy=50 KSI. PLATES, BARS, CHANNELS, AND ANGLES: ASTM A36, Fy=36 KSI. PIPES: ASTM A53, GRADE B, Fy=35 KSI. TUBING: ASTM A500, GRADE B, Fy=46 KSI. ALL BOLTS FOR CONNECTIONS IN SUBMERGED CONDITION SHALL BE: ASTM F593-13 STAINLESS STEEL (SS) BOLTS. ALL OTHERS SHALL BE GALVANIZED ASTM A307 MACHINE BOLTS (MB). ADHESIVE ANCHORS: HILTI HIT—HY 150 MAX—SD OR APPROVED EQUAL, UNO. INSTALL PER MANUFACTURER'S RECOMMENDATIONS. HEADED ANCHOR STUDS (HAS): ASTM A108, Fy=50 KSI, END WELDED PER MANUFACTURER'S RECOMMENDATIONS. ALL ANCHOR RODS: ASTM F1554, Fy=36 KSI, UNO ALL ANCHOR RODS MUST BE ACCURATELY PLACED IN THEIR FINAL LOCATION PRIOR TO POURING CONCRETE, "WET STICKING" OF ANCHOR RODS IS NOT ALLOWED. WELDING ELECTRODES OR WIRES: AWS A5.1 OR A5.5, E70XX; AWS A5.17, E70S—X; AWS A5.20, E7XT—X. FOR ALL SHOP WELDS AND FIELD WELDS, ELECTRODES SHALL BE E7O. ALL WELDS SHALL BE 3/16" MINIMUM UNO. ERECTION AND FABRICATION IN ACCORDANCE WITH AISC "SPECIFICATIONS FOR DESIGN, FABRICATION AND ERECTION OF STRUCTURAL STEEL FOR BUILDINGS." WELDING SHALL CONFORM TO AWS/WABO "CODE FOR ARC AND GAS WELDING IN BUILDING CONSTRUCTION." ALL WELDING SHALL BE PERFORMED BY AWS/WABO CERTIFIED WELDERS. ALL BEAMS TO BE FROM UNSPLICED LENGTHS UNO ON THE DRAWINGS. SUBMIT SHOP DRAWINGS SHOWING SIZES, DIMENSIONS AND REQUIRED CONNECTION DETAILS FOR REVIEW BY THE ENGINEER PRIOR TO FABRICATION. EXTEND ALL EXTERIOR FOOTINGS 2'-0" MINIMUM BELOW FINISHED GRADE. BOTTOM OF ALL FOOTINGS TO BEAR ON A 1'-0" MINIMUM COMPACTED 1 1/4" MINUS CRUSHED ROCK, EXTENDING AT LEAST 1'-0" OUTSIDE THE PERIMETERS OF THE FOOTINGS. NO FOOTING SHALL BEAR HIGHER THAN 1 VERTICAL TO 1.5 HORIZONTAL SLOPE ABOVE ANY EXCAVATION, EXISTING OR PLANNED. CONTRACTOR SHALL PROVIDE TEMPORARY SHORING TO PREVENT MOVEMENT OF WALLS IF BACKFILL IS PLACED BEFORE FLOOR SYSTEM IS IN PLACE. THERE SHALL BE 95% COMPACTION (ASTM D1557 MODIFIED PROCTOR DENSITY) OF ALL BACKFILL SOIL UNDER SLABS ON GRADE. CONTRACTOR SHALL BECOME FAMILIAR WITH THE SOIL CONDITION BY READING THE SOIL REPORT & SUPPLEMENTAL GEOTECHNICAL RECOMMENDATIONS. M \RIDOLFI INCORPORATED 13001 00 YRWWTF OUTFALL \PLANSET\S-SHEETS\S_STND ADH ABV AFF ADD'L ADJ AL APPRX ARCH AR BOT BEL BF BM BN BNDRY BO BRDG BRG CAM CANT CDF CG CIP CJ COL CONST CONT CTS K DBL D d DF DIAG ADHESIVE ABOVE ABOVE FINISH FLOOR ADDITIONAL ADJACENT ALUMINUM APPROXIMATE ARCHITECTURAL ANCHOR ROD AT BOTTOM BELOW BRACED FRAME BEAM BOUNDRY NAIL BOUNDRY BOTTOM OF BRIDGE(ING) BEARING CAMBER(ED) CANTILEVER(ED) CONTROLLED DENSITY FILL CENTER OF GRAVITY CAST IN PLACE CONSTRUCTION JOINT COLUMN CONSTRUCTION CONTINUOUS COUNTERSINK DOUBLE DEPTH PENNY (NAILS) DOUGLAS FIR DIAGONAL SUPPLEMENTAL STRUCTURAL ABBREVIATIONS: DIAPH DO DWG DWL EA EXIST EF EJ EMBD EN ENG EQ ES EXT FFE FN FND FO FRM'G FS FTG GA GB GLB HAS HDR HF HGR HSB HSS IBC I.F. INT DIAPHRAGM DITTO (DO OVER) DRAWING DOWEL EAC H EXISTING MEMBER EACH FACE EXPANSION JOINT EMBED(MENT) EDGE NAILING ENGINEER EQUAL EACH SIDE EXTERIOR FINISHED FLOOR ELEVATION FIELD NAILING FOUNDATION FACE OF FRAMING FAR SIDE FOOTING GAUGE GRADE BEAM GLUE—LAMINATED BEAM HEADED ANCHOR STUDS HEADER HEM—FIR HANGER HIGH STRENGTH BOLT (A325 UNO) TUBING STRUCTURAL INTERNATIONAL BUILDING CODE INSIDE FACE INTERIOR JST K LAT LDGR LLH LLV LS LSL LT WT LVL MAS MAT'L MB MFR MRF MTL (N) NS OH ORNT PAR P/C PERP PSL PT P/T QTY REF REINF SHT SHTG SIM SKW JOIST KIPS (1000 POUNDS) LATERAL LEDGER LONG LEG HORIZONTAL LONG LEG VERTICAL LAG SCREW LAMINATED STRAND LUMBER LIGHT WEIGHT LAMINATED VENEER LUMBER MASONRY MATERIAL MACHINE BOLT (A307) MANUFACTURER MOMENT RESISTING FRAME METAL NEW MEMBER NEAR SIDE OVERHANG ORIENTATE (ION) PARALLEL PRECAST CONCRETE PERPENDICULAR PARALLEL STRAND LUMBER PRESSURE TREAT(ED) POSTTENSIONED QUANITY REFERENCE REINFORCEMENT SHEET SHEATHING SIMILAR SKEW(ED) SPC SS STGR STIFF STIRR STRUCT SYM T T&G TMPRY TN T.O. TRANS UNO VFY WHS WP WS WTS X—STG XX—STG SPACING STAINLESS STEEL STAGGER STIFFENER STIRRUP STRUCTURE(AL) SYMMETRICAL TO P TONGUE AND GROOVE TEMPORARY TOE NAIL TOP OF TRANSVERSE UNLESS NOTED OTHERWISE VERIFY WELDED HEADED STUD WORK POINT WESTERN SERIES WELDED THREADED STUD EXTRA STRONG DOUBLE EXTRA STRONG ,.8 0 ce M 1i co M w ^ w W n 5 tn • Lu &03 o Z z —I iii D z = Z o O R DATE: JUNE 2014 SCALE: NOTED 0 N Z 0 CHECKED: YDG APPROVED: GMM Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1- 0 REVISION 0 z J J o LL z Q Q ca _ 2 z1 - O QH W Q >- a O U- Oa - Q CO W ›- W I— I— Z < U ° Z aw ▪ D I - 2 • O Q < O u_ J H z w w az MO 08 5 ww Ocem z00 J J >> H1 00 >> Hi_ Cl)() J g w z w SHEET: S-1 OF: 2 JOB NO.: 13001 DWG: S_SrND ris0 DATE: JUNE 2014 3/4" 0 CHECKED: YDG APPROVED: GMM 3/4" 0 q JOINT WATERSTOP ��„\ 1" X 1/2" DEEP, ELASTOMERIC SEALANT REQUIRED ON BOTH U.N.O. q JOINT LAP BARS TO MATCH SIZE & SPACING OF REQUIRED REINF. TYP. REBARS 1 » WATERSTOP 11 SEALANT. SIDES, REBARS 3/4" CHAMFER, U.N.O. 3/4" TOOLED BANDED EDGE RADIUS, U.N.O. STUD OR BOLT BANDED EDGE GRATING SEE AND NUT BY GRATING PLAN - U.N.O. U.N.O. CONTRACTOR GRATING GRATING BEARING GRATINGGRBEARING BARS RS Yil L2 1/2x2 1/2x1/4 LEDGE' REINF. W/ 5/8"� S.S. THRD. RODS IN #4 2'-4" __ �'� 1 r �-�� W_ ADHESIVE ANCHORS (5" MIN. EMB.) ®32 O.C. & 6"MAX FROM ENDS, 3'-6" 1111 r ��� PLATE WELDED II TYP., U.N.O. =��`_ �/ TO BEARING BARS Nft.14',7-4-1 CONCRETE#5 #6 3 -6 II i STRUCTURE CLIP V//////// (SEEPLAN) 7 „���PROVIDE 4 3 -/////FASTENERS, Nav mal 4 PER lA #8 4'-10” jSECTION OF GRATING GRATING SUPPORT LEDGER CON D. NOTE: (2 EACH END) STUD OR BOLT (SEE PLAN) o 9 5 -3 PROVIDE CLIP FASTENERS, 4 PER SECTION OF GRATING (2 EACH END) GRATING SUPPORT (SEE PLAN) AND NUT CONTRACTOR w a z w Q o z i z a m m o GRATING SEE PLAN #10 , " 6 -6 ROUGHENEDJOINT I ROUGHENED JOINT #11 ' 8 -0 W/ 1/4" AMPLITUDE NOTE: SEE LAP W/ 1/4" SCHEDULE AMPLITUDE (OPTIONAL) SEE LAP SCHEDULE TYPICAL LAP PROVIDE FOR ALL WALL VERTICAL AND HORIZONTAL EDGES TYP., U.N.O. TYPICAL CHAMFER CLIP FASTENER PLATE FASTENER (OPTIONAL) NOTE: 1. NUMBER OF FASTENERS REQUIRED PER GRATING SECTION SHALL BE SPECIFIED 1. FOR SINGLE CURTAIN REINFORCING LOCATE REINFORCING AT CENTER OF STRUCTURE & WATERSTOP ON WET SIDE OF STRUCTURE. 2. WATERSTOP REQUIRED FOR ALL WATER CONTAINMENT STRUCTURES. TYP. CONSTRUCTION CONTROL JOINT (C.C.J.) BY THE GRATING MANUFACTURER, WITH A MINIMUM OF 2 FASTENERS EACH BEARING END PER SECTION. L2 1/2x1/4 LEDGER W/1/2" 0x4"S.S. W.H.S. ®24" O.C. 2. "PLATE FASTENER" CONNECTION SHALL BE OPTIONAL UNLESS NOTED OTHERWISE ON THE PLANS. & 6" MAX FROM ENDS, U.N.O. CONCRETE STRUCTURE TYP., DETAIL 2 SCHEDULE 3 3. TRIM VERTICAL LEG OF RECESSED LEDGER TO MATCH GRATING DEPTH OR ADD 1 1/2" MIN SEE PLAN WIDTH CONT. SHIM WELDED TO UNDERSIDE OF GRATING. RECESSED LEDGER CON D. NOT TO SCALE TYP. NOT TO SCALE TYP. DETAIL 4 TYPICAL GRATING CONNECTIONS NTS TYP. NOT TO SCALE TYP. SEE LAP CORNER SEE LAP ALTERNATE SCHEDULE BAR SCHEDULE HOOKS SEE LAP SCHEDULE SEE LAP SCHEDULE NOPLACED // C \, Li FOOTING PER PLAN NTHIS WITHIN HEIGHT TRENCH R _II 1 2 • -- wg�'k1 a� o Lij = NN oa�w w=goPROVIDE N N w NNN = VERTICAL WALL BAR MIN.�iw ( 1g Oth �' CLR. TYP. „��I�%G 112 CLR. TYP. I, !' Q� i L G��� ER 2A0r I Y INTERSECTION CORNER, INTERSECTION CORNER4.#4��"* 1 �, off` TYPE I TYPE I I � 111 27 4��� J 1 N M �r��t. �1 DOUBLE CURTAIN SINGLE CURTAIN -i�.�'�i �ff�`f``r' %- ....... �- �`�`�`�`�` r Z TYPE I TYPE II TYPICAL REINFORCING NO DIGGING FOR PIPE ljlf`ff`ff`ff`ff`ff` TRENCH PARALLEL TO ����lf``ff``ff``ff``ff``ff``f f ff ff' g i� OPENING SIZE (A) MINIMUM LENGTH BAR (L) BAR SIZE (C) BAR SIZE FOOTING BELOW THIS "'il*fl*fl*fl*fl*fl*f LINE PIPE SLEEVE: I.D. OF SLEEVE SHALL BE 2" (MIN.) LARGER THAN O.D. OF PIPE NOTES: MIN 0" - 12" 3' - 9" #5 1' - 0" MATCH VERTICAL BARS STEEL AT WALL INTERSECTION 13" - 18" 4' - 9" #6 1' - 3" OR LARGEST BAR IN NOT TO SCALE 0 19" - 24" 6' - 9" MATCH VERTICAL BARS 2' - 6" SLABS OR WALKWAYS 1. SEE NOTES ON FOUNDATION PLAN FOR ADDITIONAL INFORMATION. 2. PIPE & CONDUIT MUST RUN PERPENDICULAR THRU FOUNDATION WALL. TYPICAL FOOTING AT PIPE OR CONDUIT 25" - 36" 7' - 9" OR LARGEST BAR IN 2' - 6" SLABS OR WALKWAYS 36" 8' - g" 2' - 6" NOTE: ALL BARS, EACH TYP. PIPE PENETRATION FACE. USE THESE BAR SIZES UNLESS NOTED OTHERWISE. REINFORCING DETAIL 6 NOT TO SCALE TYP. NTS TYP. VARIES 6'-0" OC MAX 1'-p„ ELECTRICAL PANEL SUPPORT FRAME (SEE ELEC) -" — J ANODIZED ALUMINUM HANDRAIL PIPE 1 1/2 Std, TYP - 3' -0" MAX SPACING FOR POSTS '-0" P- 9 av • 1 CHAIN TO BE #2 STRAIGHT LINK, ALUMINUM COILED W/ ALUMINUM SPRING- o a 9LOADED l 1- Id I 2iv I w SNAP, 6" SAG MAX PROVIDE ALUMINUM EYE BOLT EA POST PIPE TYP GUARD HANDRAIL CONNECTION SEE NOTE 1, SE X a ''� FINISHED GRADE . = M, z Z in - TYP GUARD PIPE SLEEVE SLEEVE ID ;.)= N ALUMINUMT u q TYPANODIZED In z CONC' i� w BASE PLATE -1 TOE BOARD 1 1/2 Std, TYP ' y T.0 _ CONC - _ , IIII M N Q \:\\:\ :' 22 CLR tl • • \i�\\!�\ o z - ,� • • ' • : • a . •• ... .• . e• . .. .• _ • • r :.. , . .. z - o =in TYP C - ALUMINUM FLANGE . • END CAP • • • '" : ; • * ` . .: : BASE ASSEMBLY AT • • ; • • •. • •• .• . REMOVABLE GUARD, • ALUMINUM WALL FLANGE SEE DETAIL BRACKET ASSEMBLY. INSTALL BRACKET 6" FLANGE BASE WALL FLANGE I — - o 1- N �uu��o�fl n ootlti o 114`o "' o NOTE: CLEAR FROM CORNERS NOTES: AT REMOVABLE GUARD, 1. HANDRAIL CONNECTION SHALL BE ADEQUATE TOTAL RUN SEE PLANS FOR STAIR GEOMETRY AND DETAILS 1'-0" MIN #5 ® 12" OC COMPACTED TOP & BOT EA WAY, CRUSHED ROCK HOOK TRANS TOP BARS AS SHOWN ELECTRICAL PANEL SUPPORT SEE DETAIL BASES AT REMOVABLE GUARDS 1. CONTRACTOR SHALL PROVIDE GUARD CONNECTIONS FOR LOADS REQUIRED BY IBC. TYP HANDRAIL DETAIL CAPABLE OF RESISTING REACTIONS DUE TO LATERAL LOADS AS REQ'D BY IBC. TYPICAL GUARD MOUNTING DETAIL 8 AT STAIR RISING 30" OR LESS 9 FOUNDATION BASE DETAIL 10 NOT TO SCALE NP_ SCALE: 3/4"=1'-0" TYP. M �1IDOLFI INC001000100.10001 00 0110/11 OUTFALL.PLAN511.S-SHEEIS.S_STNSCALE: 3/4"=1 '-0" NP. ris0 DATE: JUNE 2014 SCALE: NOTED 0 CHECKED: YDG APPROVED: GMM cn3 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI w Q 0 REVISION 0 z TYPICAL STRUCTURAL DETAILS SHEET: S-2 OF: 2 JOB NO.: 13001 DWG: S_STND TYPICAL HANDRAIL TYPICAL GUARD TYP GRATING (SEE NOTE 5) TOG REF EL=1000.00 s -0, a co N UP 74) n O N x N 0 4 RUNS x 12"= 4'-0" 12'-0" 12" CONC SLAB W/ #5 0 12" OC EA WAY TOP & BOTTOM OVER 12" MIN COMPACTED CRUSHED ROCK TOS REF EL=991.00 M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET\S-SHEETS S1 _DISCHARGE a 1 12'-8" UPPER FRAMING PLAN SCALE: 1/4"=1'-0" 9'- 7" TOW REF EL=1000.00, TYP, UNO 16'-0" #5 DWL'S TOP & BOT OF SHORT WALL, TYP 2'-6". MIN a O 0.1 o SLOPED 10" CONC SLAB W/ #5 0 12" OC EA WAY OVER 12" MIN COMPACTED CRUSHED ROCK 1 '_0" 7'-3" 4'-1" 12'-8" 13'-8" SLOPE 1:16 25'-7" FOUNDATION PLAN SCALE: 1 /4"=1'-0" 0 s in 1 td- td - r b 1 10 NOV TOW REF FINISHED GRADE TYP GUARD BEYOND TYP HANDRAIL TYP GRATING e TOS REF gum gib ........................ .... 8" CONC WALL — TOS IIw REF II � 1 TOS E S1-2 1'-o" TYP 8" CONC WALL FINISHED GRADE SECTION SCALE: 1/4"=1'- 0" TYPICAL GUARD GRATING SCREEN 8" CONC WALL BEYOND FINISHED GRADE V VP' I V if V V V V V V V V V V A�� ��'Te'T' SLOPE 8" CONC WALL 12" CONC SLAB 1'-0" MIN COMPACTED CRUSHED ROCK, TYP TYP GUARD BEYOND 10" CONC SLAB TOW TYP GRATING TYP GUARD OPP 12" CONC SLAB 8" CONC. WALL FINISHED GRADE VV TOW REF S TOS 1'-0" MIN COMPACTED CRUSHED ROCK, TYP GRATING SCREEN 8" CONC WALL BEYOND AI\ SECTION SCALE: 1 /4"=1'-0" POST AT - MID -SPAN owepodpodpow 4 '-0" TYP GUARD BEYOND TYP GRATING BEYOND f CD REF swam.", _die...6 la TOW FINISHED REFTOS GRADE RIP RAP, (SEE C -SHEETS) TOW REF rt,L�I I, �ti i-4!-4!-:!-4!belpftepollpftepo VARIES 10" SLOPED 4 CONC SLAB 1'-0" MIN COMPACTED CRUSHED ROCK, TYP NOTES: SECTION SCALE: 1/4"=1'- 0" Main 1,_0" REF RIP RAP, (SEE C -SHEETS) 8" SLOPED CONC WALL TYP TYP TOS VARIES AI\ 1. SEE SHEETS S-1 THROUGH S-2 FOR GENERAL STRUCTURAL NOTES AND TYPICAL DETAILS. OPP 2. DIMENSIONS SHOWN ON STRUCTURAL PLANS ARE FOR GENERAL INFORMATION ONLY AND MUST BE VERIFIED BY THE CONTRACTOR BEFORE START OF CONSTRUCTION. ANY DISCREPANCIES SHOULD BE BROUGHT TO THE ATTENTION OF THE ENGINEER IMMEDIATELY. 3. NOT ALL SLAB AND WALL PENETRATIONS MAY BE SHOWN. CONTRACTOR SHALL COORDINATE SIZE AND LOCATIONS OF ALL WALL & SLAB PENETRATIONS WITH MECHANICAL SHEETS. 4. PROVIDE 4" MIN PVC WATERSTOPS AT ALL CONSTRUCTION JOINTS TYP, UNLESS NOTED OTHERWISE. FABRICATE REINFORCING TO CLEAR WATERSTOP BY 1" MIN, TYP. 5. SERRATED HOT -DIP GALVANIZED STEEL GRATING 1 3/4"x3/16" BRG BARS ® 1 3/16" OC AND CROSS BARS 0 4" OC BAND ALL EDGES AT OPENINGS. FABRICATE TO ALLOW FOR REMOVABLE SECTIONS, TYP UNO WITH MAX SECTION WIDTH 2'-0". 0 DATE: JUNE 2014 SCALE: NOTED 0 CHECKED: YDG APPROVED: GMM Q Z 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI w Q 0 REVISION 0 z J J Z 08CO — C� IZ Z a D w T O Q a < otf a Ce (D Z OO 0 9 I— w M2 U) Q 3 re 0 Ce w core- 0 U)w maw wj Mu) OC o°O I I— Z < � z Jw o° 0 0 aw a 0 aCl O Q M O 0 LL SHEET: S 1-1 OF: 2 JOB NO.: 13001 DWG: S1 _DISCHARGE 3'-0" 3 TREADS ® 11" 1'-0" 0 TOW REF FINISHED GRADE Co cV II CO 0 ((1 cc w (1) 2"CLR � TYP =2'-9" STEEL STAIR TREAD W/ CORATRED NOSING, TYP GALV C12x20.7 STRINGER, TYP GALV 1/4" COVER I (SHOP WELD TO C12) npoonn orlon 8" CONC SLAB ON GRADE 4'-0"x4'-0" W/ #4 ® 12" OC EA WAY OVER 12" MIN COMPACTED CRUSHED ROCK GALV BRGf'L 3/8x3" (SHOP WELD TO C12) W/ 2-5/8"0 GALV THRD RODS ® 6" OC IN ADHESIVE ANCHORS (2 1/2" MIN EMB) #5x L DWL'S SPACE & LAP 3'-0" MIN W/ VERT WALL REINF 2-#5 CONT ® BOT OF WALL 2" CLR GALV 1/4"x3 END R (SHOP WELD TO C12) W/ 2-5/8"0 GALV THRD RODS IN ADHESIVE ANCHORS (2 1/2" MIN EMB) 1/4" TYP fCLR GRATING +—- SECTION CONC WALL 2-#5 CONT ® TOP OF WALL NOTES: 1. HANDRAIL AND GUARD NOT SHOWN FOR CLARITY. 2. PROVIDE TYPICAL STAIR HANDRAIL WITH FLANGE BASE POST CONNECTION 0 SIM SCALE: 3/4"=1'-0" 8" S1-1 CONC WALL W/ EQ • • • 11 EQ 2" CLR #5 ® 6" OC VERT & #5 ® 12" OC HORIZ 4" PVC 12" CONC WATERSTOP SLAB Ir In U TYP TOG 2'4 - REF 1'-O" o 0 SECTION SCALE: 3/4"=1'-0" -:::IIIII1111111� GALV L2x2 LEDGER SECTION Ix U TOSS T� REF REF 1'-0" MIN COMPACTED CRUSHED ROCK GUARD POST W/ FLANGE BASE CONNECTION GALV 1/4" STIFFENER R ® GUARD POST (SHOP WELD TO C12) GRATING SCREEN SCALE: 3/4"=1'-0" M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET\S-SHEETS S1 _DISCHARGE S1-1 WEIR R (SEE MECH) 0 TOW REF 8" CONC WALL 1-#5 HORIZ CONT 2" n J CLR 4" PVC-� WATERSTOP, TYP • TYP GUARD 0 TOW REF 2-#5 CONT ® TOP OF WALL FINISHED GRADE 1-#5 CONT a N SECTION 3/4" CHAMFER, TYP 1/4" CLR, TYP CONC WALL TYP GRATING 11.1G REF GALV LEDGER ANGLE CONT \IV SCALE: 3/4"=1'-0" —J 0 3'-0" #5x MIN SLAB DWL'S ® 12" OC SLOPE S1-1 SLOPED 10" CONC SLAB TOS VARIES 2* J V �} J #5x DWL'S SPACE & LAP 2'-0" MIN W/ VERT WALL REINF 2 #5 CONT ® TOP & BOT OF WALL ir) 0 SECTION SCALE: 3/4"=1'-0" a U NOTE: PROVIDE TYP #5 SLAB DWL'S 0 ADJACENT WALLS. 8" CONC WALL BEYOND TOS VARIES aNc- GALV L2x2x1/4 LEDGER TYP GALV L2 1/2x2 1/2 GRATING LEDGER HOLD 1/2" CLR FROM C12 END It O TOW REF 8" CONC WALL BEYOND 4 1 /2" 1 3/16 N1 0 18" V1 0 18" GUARD POST 0 MID -SPAN GALV C12 CONT ►� GALV L2 1 /2x2 1/2x1/4x1' W/ 2-5/8"0 GALV THRD RODS ® 9" OC IN ADHESIVE ANCHORS (2 1/2" MIN EMB), TYP EA END SECTION SCALE: 3/4"=1'-0" SLOPED 10" CONC SLAB SLOPE U N GRATING SCREEN 3'-0" MIN #5x SLAB DWL'S 0 12" OC • 1'-0" MIN COMPACTED 2-#5 CONT, CRUSHED ROCK, EQ SPACED TYP 2-#5 CONT SECTION SCALE: 3/4"=1'-0" TOW & GRATING REF GALV END R 1/4x6" (SHOP WELD TO C12) W/ 2 -ROWS 5/8"0 GALV THRD RODS ® 3" OC IN ADHESIVE ANCHORS (2 1/2" MIN EMB), TYP EA END 1-#5 CONT 3/4" CHAMFER TOS,. REF FINISHED GRADE ib gib Mk- IWO AWOL "46 IRON 141,40 • Nib -,4011111. dig In 1'-0" z RIP -RAP (SEE C -SHEETS) GALV L2 1/2x2 1/2x1/4 W/ 2-5/8"0 SS THRD RODS IN ADHESIVE ANCHORS (5" MIN EMB) 6" MAX FROM ENDS, TYP TYP GALV STEEL GRATING SCREEN GALV 1/4"x2 1/2" FLAT BAR CONT W/ 3-1/2"0 SS BOLTS EQ SPACED SLOPED PLAN VIEW DETAIL SCALE: 3/4"=1'-0" 8" CONC WALL #5x L DWL'S ® 12" OC TOW VARIES a CO • TOS VARIES 8" CONC WALL BEYOND EQ 0- 1 4" CLR / / / EQ 2" • CLR CONC WALL lir 2 #5 CONT ® TOP & BOT OF WALL 4" PVC WATERSTOP SLOPED 10" CONC SLAB 1'-0" SECTION 114M4 p4� H SCALE: 3/4"=1'-0" S1-1 1'-0" MIN COMPACTED CRUSHED ROCK 0 DATE: JUNE 2014 SCALE: NOTED w CHECKED: YDG APPROVED: GMM Z 0 Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI Lu Q 0 REVISION 0 z J J O LL z = � Q 06 _ 2 z1- - O Q �w u_ 1-a Q CO ›- WH HZ< U ° Z aw Cl a O Q >- O u - w 0 U � wW cccou0 SHEET: S1-2 OF: 2 JOB NO.: 13001 DWG: S1 _DISCHARGE 1 1 0 TOW REF EL=1004.2 TYP '-O" 19'-6" 17'-6" '-0" W8 8'— 9" 7'-17Z"± Q W8 TYP GRATING (SEE NOTE 5) TOG REF EL=1004.2 r (FIELD VERIFY) EXIST 78"0 CONC PIPE (SEE MECH) 1- z GALV L2hx2hxY4 LEDGER SLUICE GATES BELOW (SEE MECH & MFR) L GALV W8x21 BEAM elk UPPER FRAMING PLAN SCALE: 1/4"=1'— 0" SLUICE GATE FRAME (SEE MECH & MFR) EXIST 781'0 CONC PIPE (SEE MECH) OPENING FOR SLUICE GATE OPERATING STEM, TYP (SEE MECH & MFR) c co 1 O lo c 1 1 w aa EXIST 78'10 CONC PIPE (SEE MECH) 0 M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET\S-SHEETS.S2_D.ERSION 0 1 1'-0" SLUICE GATE FRAME r (SEE MECH & MFR) 1 L PROVIDE "GREENSTREAK" HYDROIITE PROFILE CJ 3/8"x3/4" MIN COLD JOINT WATERSTOP OR EQUAL, TYP TO SEAL EXISTING PIPE PENETRATION 1'-0" .11 .11 17'-6" 19'-6" .11 —T\ J 1'-0" 21'-6" FOUNDATION PLAN SCALE: 1/4"=1'— 0" .11 1'-0" EXIST 78"0 CONC PIPE (SEE MECH) 12" CONC SLAB W/ #6 ® 6" OC EA WAY AT TOP AND #5 ® 12" OC EA WAY AT BOT OVER 12" MIN COMPACTED CRUSHED ROCK. TOS REF EL=989.0 TOW REF TOS REF 200 N i[) FINISHED GRADE 12" CONC WALL EXIST 78'10 CONC PIPE (SEE MECH) TYP GRATING .W8 BM �I \ 12" CONC SLAB . W8 BM GALV W8 BEAM CONT, TYP SLUICE GATE (SEE MECH & MFR) 1,-0" TYP FINISHED GRADE 12" CONC WALL SECTION L- \ ASMI SCALE: 1/4"=1'— 0" SLUICE GATE OPERATING STEM (SEE MECH & MFR) TYP GRATING I I = = II 11 �I I, li ,I 1 L GALV W8 BEAM 11 L--- J� 1'-0" MIN COMPACTED CRUSHED ROCK, TYP ll \N, 11 11 11 11 I11 I11 11 FINISHED GRADE 12" CONC WALL PROVIDE "GREENSTREAK" HYDROTITE PROFILE CJ 3/8"x3/4" MIN COLD JOINT WATERSTOP OR EQUAL, TYP TO SEAL EXISTING PIPE PENETRATION EXIST 78"0 CONC PIPE (SEE MECH) FINISHED GRADE SLUICE GATE (SEE MECH & MFR) 1 / 12" CONC WALL U w w w N TOW REF \ d W4 �4►'4 \ 44P 1'-0" 1'-0" MIN COMPACTED 12" CONC TYP CRUSHED ROCK, TYP SLAB SECTION SCALE: 1/4"=1'— 0" NOTES: OPP 1. SEE SHEETS S-1 THROUGH S-2 FOR GENERAL STRUCTURAL NOTES AND TYPICAL DETAILS. 2. DIMENSIONS SHOWN ON STRUCTURAL PLANS ARE FOR GENERAL INFORMATION ONLY AND MUST BE VERIFIED BY THE CONTRACTOR BEFORE START OF CONSTRUCTION. ANY DISCREPANCIES SHOULD BE BROUGHT TO THE ATTENTION OF THE ENGINEER IMMEDIATELY. 3. NOT ALL SLAB AND WALL PENETRATIONS MAY BE SHOWN. CONTRACTOR SHALL COORDINATE SIZE AND LOCATIONS OF ALL WALL & SLAB PENETRATIONS WITH MECHANICAL SHEETS. 4. PROVIDE 4" MIN PVC WATERSTOPS AT ALL CONSTRUCTION JOINTS TYP, UNLESS NOTED OTHERWISE. FABRICATE REINFORCING TO CLEAR WATERSTOP BY 1" MIN, TYP. 5. SERRATED HOT—DIP GALVANIZED STEEL GRATING 1 3/4"x3/16" BRG BARS ® 1 3/16" OC AND CROSS BARS ® 4" OC. BAND ALL EDGES AT OPENINGS. FABRICATE TO ALLOW FOR REMOVABLE SECTIONS, TYP UNO WITH MAX SECTION WIDTH 2'-0". TOS REF 0 M ^ w z �.. Z Ixco V(?) Z z D y z Z O DATE: JUNE 2014 SCALE: NOTED 0 N 3 0 CHECKED: YDG APPROVED: GMM Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI 1- 0 REVISION 0 z J J z 08 0 ILL Z z a W T 0 < a Q Ors a LU 0 p~ v2 .- I— W Q 3 a u co 0w )jj LL H a z a O 0 CO paw LV > 7)Mcn OC H a' 08 I- Z < >z cx Z O (.)° a w o a 0 aCi 0 < M 0 0LL >- SHEET: S2-1 OF: 2 JOB NO.: 13001 DWG: SL.DIVERSION 2-#6 CONT 0 TOP OF WALL e TOW REF FINISHED GRADE 3/4" CHAMFER, TYP 1/4" CLR, TYP TYP GRATING T� REF GALV L2Xx2X LEDGER CONT 2" CLR, TYP 12" CONC WALL SECTION SCALE: 3/4"=1'-0" 12" CONC WALL 2" CLR TYP -0" W/ #6 0 12" OC VERT EA FACE & #6 0 6" OC HORIZ EA FACE #6x DWL'S SPACE & LAP 3'-6" MIN W/ WALL VERT REINF EQ 3'-6" MIN 2x4 KEY CONT • • 6" PVC WATERSTOP 2-#6 CONT ® BOT OF WALL -I ro #6 0 6" OCA• 2"CLR TYP 12" CONC SLAB T0� REF 0 Oppp°O pp„ 0040 SECTION 0 E SCALE: 3/4"=1'-0" M \RIDOLFI INCORPORATED\13001 00 0RwwT1 OUTFALL \PLANSET\S-SHEETS.S2_D.ERSION S2-1 0 0 re J 0 1'-0" MIN COMPACTED CRUSHED ROCK TYP GRATING TOG REF TYP GRATING W8 BM 1/2" CLR REF SECTION SCALE: 3/4"=1'-0" GALV W8 BEAM CONT W8 BM 1'-7) "± (FIELD VERIFY) TYP GRATING TOG REF 1 /4" CLR 3/4" CHAMFER, TYP e REF FINISHED GRADE GALV W8 BEAM CONT SECTION SCALE: 3/4"=1'-0" 12" CONC WALL 3/4" CHAMFER, TYP TOW REF FINISHED GRADE 1/2" CLR 2" CLR, TYP GALVANIZED WALL R 1 /2x9x1'-2" W/ 4-3/4"0 SS THRD RODS IN ADHESIVE ANCHORS (6%- MIN EMB) 12" CONC WALL TOB 024 GALV W8 BEAM W8&R GALVANIZED SHEAR It 3/8x3) x0'-6" W/ 2-3/4"0 SS BOLTS 0 3" OC (SHOP WELD TO WALL It) SECTION SCALE: 3/4"=1'-0" S2-1 TOW REF 12" CONC WALL NOTE: GRATING NOT SHOWN FOR CLARITY. TYP GRATING TC. REF SLUICE GATE FRAME (SEE MECH lit W8 BM & MFR) 1'-716"+ (FIELD VERIFY) I EDGE OF 1" CLR GRATING MAX,TYP GALV W8 BEAM CONT 3/4" CHAMFER, TYP TOW REF FINISHED GRADE SECTION 12" CONC SCALE: 3/4"=1'-0" WALL gir 0 M ^ W C.7 • w &O V(?) z z o D z z O 3 DATE: JUNE 2014 SCALE: NOTED z Q ct Z 0 CHECKED: YDG APPROVED: GMM Sealed/Stamped and Signed Project Plans and Specifications are on file in the Engineer's Office at 107 So. Third Street, Yakima, WA 98901. Date: 6-13-2014 APPDI Li 1- 0 REVISION 0 z J J LL Q 06_ 2� zF_ O �w O u 0a Ww H� Z< U ° Z aw 0 a O < >- O w SHEET: S2-2 OF: 2 JOB NO.: 13001 DWG: SL.DIVERSION 30 O E\ D / / / / 4 , --�� ,I II 1I /I TOP OF EXCAVATED CHANNEL (TYP.) 905 / -995 T- L-- y • LIGHT LOOSE RIPRAP SER SHEET M1\1 \ / TOE OF EXCAVATED CHANNEL (TYP) PLAN VIEW SCALE: 1"=20' • • -996 --/ CONSTRUCTION NOTES GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. W SALVAGE TREES TO BE PLACED AS HABITAT W FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO W THE EXTENTS SHOWN ON THE PLANS. FINAL U) POSITION OF LWD AND HABITAT FEATURES TO BE W DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. z J NORTHING: 453086.17 EASTHING• 1648537.52 .k\329 CITY OF YARMA WWIP FLOODPLAIN IESTORATON\349C WWIP PHASE 1 DE9 \CAD\329C 30+00 29+00 28+00 27+00 26+00 INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN -WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY No N J §m 0 0 V. lar 0 = <C° 4) z� z 5g 0 SOUTH CONVEYANCE CHANNEL W J u_ cc 0.a Q J 0 z SHEET: OF: C-1 12 JOB NO.: 329C DWG: 329C 1002 1002 1000 1000 EXISTING GROUND AT CONSTRUCTION CENTERLINE 998 998 Fri 0) _____ --- + II - ---- _ 996 ------------------------ in 996 WI' 994 Q94 OW 992 992 o GEOTEXTILE FOR SOIL STABLIZATION 990 990 --V-Th?'LIGHT LOOSE RIPRAP FINISHED GRADE AT CONSTRUCTION CENTERLINE SHEET M1-1 SEE I 110' 988 988 PROFILE VIEW SCALE: 1"=20" EXISTING PROPOSED r7CN• 992 459 997.05 992 399 997.00 992.338 997.00 992.277 997.00 N 0 992 156 996.88 992.095 996.67 992.034 996.50 _ M 991.852 996.00 991.792 996.00 991 731 995 84 991.670 995.67 991 609 995 51 991 549 995.35 991.488 995 19 991.427 995.06 N 0 0 0 EXISTING PROPOSED N 0 0 (.07 . Ln 0 6 g a) & �� 0 F 0) 0) .k\329 CITY OF YARMA WWIP FLOODPLAIN IESTORATON\349C WWIP PHASE 1 DE9 \CAD\329C 30+00 29+00 28+00 27+00 26+00 INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN -WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY No N J §m 0 0 V. lar 0 = <C° 4) z� z 5g 0 SOUTH CONVEYANCE CHANNEL W J u_ cc 0.a Q J 0 z SHEET: OF: C-1 12 JOB NO.: 329C DWG: 329C 0 1— w W W W W Z J 2 `U 1 Q M / / / / ,- / �' / / `\ �� / / / .. / / / / 1/ / / /' / / / / �/' / 1 /' 1 1 // / / / / / TOP OF EXCAV\ATED CHANNEL (TYP.) / / / / / / / / 1 I 1 1-00 25+00 AI a 24+00 23+09 991 ±9- - / / / / ///// -'--______ -. PLAN VIEW SCALE: 1"=20' -. .' �. f I I I /I / / / / / / / / / / / / / / 11 1 1 / / // / / / /' / / / / / / / / / / / TOE OF EXCAVATED CHANNEL (TYP.) CONSTRUCTION NOTES GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. I Q CLEAR AND GRUB AREA FOR CHANNEL OUTLET. W SALVAGE TREES TO BE PLACED AS HABITAT W FEATURES. LOCATION OF LWD TO BE DETERMINED C= IN THE FIELD BY OWNER'S REPRESENTATIVE. UJ W INSTALL LWD PER DETAIL ON SHEET C-10 AND TO W THE EXTENTS SHOWN ON THE PLANS. FINAL U) POSITION OF LWD AND HABITAT FEATURES TO BE W DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. Z J 0 INSTALL RELOCATED RIPRAP AS CONVEYANCE = CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND 0 LIMITS SHOWN ON THE PLAN AND PROFILE. I— < 0 INSTALL CONSTRUCTED RIFFLE PER DETAIL ON M SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. 26+00 1\329 O1Y OF YAK9M MP FL LAIN RESTORATION \3290 WWTP PHASE 1 DESl l\CAD\329C 25+00 24+00 23+00 22+00 CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY A N LL N J §m Q 0 a♦ CC r z 40 z og g DATE: NOV 2013 m.'. N j1 oll UJ J a 0 N DRAWN: JSA 1002 1002 1000 1000 998 998 EXISTING GROUND AT CONSTRUCTION CENTERLINE 996 996 ------------- —____---- 994 994 992 992 0.30% 990 990 FINISHED GRADE AT CONSTRUCTION CENTERLINE 988 988 PROFILE VIEW SCALE: 1"=20" EXISTING PROPOSED 991.124 994.75 991.063 994.66 991.002 994.60 990.942 994.52 990 881 994 41 990.820 994 31 990.760 994.26 0 co o 0, 0) 990.638 994 04 990.578 994 01 990 517 994 01 990 456 994.00 990.395 994.00 990.335 994.00 990.274 994.00 990 213 994.00 990 153 994.00 990.092 994.00 990.031 994.00 989.971 994.00 989.910 994.00 989.849 994.00 989 789 994.00 EXISTING PROPOSED 26+00 1\329 O1Y OF YAK9M MP FL LAIN RESTORATION \3290 WWTP PHASE 1 DESl l\CAD\329C 25+00 24+00 23+00 22+00 CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY A N LL N J §m Q 0 a♦ CC r z 40 z og g DATE: NOV 2013 m.'. N j1 oll UJ J a 0 N DRAWN: JSA CHECKED: APPROVED: J J z 0 H z = co aQ ao_ 2 z� O a ~' o f LL 1- a Q u) W ›- oC I- I- zQ O § < Z 0 EL UJ < G J 0 } J U- SOUTH CONVEYANCE CHANNEL J LL occ ii0 a za J 0.0 z 0 2 0 SHEET: OF: C-2 12 JOB NO.: 329C DWG: 329C CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 N U 1- w w V'2 ^ '♦ w V'w^ ', w z J 2 U 21+00 / / / / / 1 / / / / / / / / / / / \ TOP OF EXCAVATED CHANNEL (TYP/1 / / // / /, / / / / / / \\ \ • \ • \ \ `\ `\ \ •• \ • / / / / \\•��/--- /'/ // / ____-/// / \ / / / 1 _ / 1 / //// ,i'1 /' // / / / ,CP� // _ 1 / i J i / 1 / / /-------_ / / . / 1 / / / / '/ .�a�h / 1 / / '/ i / / / / / / / / -- / ▪ -- - � \ �� \ / ' \ / 990/ / ' G /— / / �1_ 1 i--- __ // r-7- ( / --- + ----y- -/L-- / TOE OF EXCAVATED CHANNEL (TYP.) PLAN VIEW SCALE: 1"=20' \ \ 1 • \ \ \ \ , \ \\ \ \ \ • \ • • • • • • • • • \ \ ••• • 1 • \ 1 `• 1 \ • • • • • • • O BEGIN • \ • • 00 • ` • \\I • S.S. `• N. `• \ \ • \ .. \ .. ,-- \ •• -- • • \ • •N. `\ • .• \ • • • • • • • \ •• • \ • • • • • • • • •1 1\ \\ \ \ 1 1 \ 1 \\ I \\ \--1 • • • • • • • • • • • • • • / • i •/ \ 1 I I 1 I 1 1 I I I 1 \ 1 I, \\ 1 I 1 \ 11 1I 1 , I \ `\ I \ 1 1 1 1 1 1 1 1 1 1 1 1 , I / I 1 1 I 1 1 1 1 1 1 1 1 1 I 1 1 , 1 1 1 I 1 / I 1 / / I 1 / I 1 I I /� /I 1 1 / 1 I / I / I / \ / \ I I I I I \ •• Q • • \ • •\\ \ • • \ \ • \ \• • • • • CONSTRUCTION NOTES U 1- w w ♦2♦^ V, w w 0) w z J A320 COY OF YAKIMA WWIP FLOODPLAIN IESrORA710N\320C WWIP PHASE N DESIGN \CAD\320C 21+00 20+00 19+00 18+00 17+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN -WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY i z 0 0 z 2 YAKIMA COUNTY J J 0 045z 0 0 co1- W z J 0 0 J 0 a 1- 0 a a H J SOUTH CONVEYANCE CHANNEL J LL 0 a z z J a 0 0 SHEET: OF: C-3 12 JOB NO.: 329C DWG: 329C EXISTING GROUND AT CONSTRUCTION CENTERLINE ---____ -_____ /. ------- �i i X77 \ / TRAIL \ EMBANKMENT REMOVED n + u a N0 Q°' BY OTHERS oo u NO y 998 998 996 996 994 994 992 \\ \ 992 — 0.30% \ \ \ �� w aw 0'J 00 °) IIu w W o> QW m o; m _ _,_ / w / / / 990 990 FINISHED GRADE AT CONSTRUCTION CENTERLINE PROFILE VIEW SCALE: 1"=20" 988 988 986 986 984 984 Z F N X Lu PROPOSED m N.) 0) cn 989.667 993.89 989 606 993 72 989 546 993 53 989.485 993 24 989 424 993 00 989 364 993 48 989.303 994 88 989.242 991 25 989.182 989 51 989 121 989 01 989 074 989 00 989 061 989 00 989.048 989.17 989.035 989 00 989.023 989.009 0 0 rnrn CO w 0 0 00 w 989.168 0 0 rn CO w 0 0 6 00 w>7 0 6 CO CD 986.922 990.29 Z F N Lu PROPOSED A320 COY OF YAKIMA WWIP FLOODPLAIN IESrORA710N\320C WWIP PHASE N DESIGN \CAD\320C 21+00 20+00 19+00 18+00 17+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN -WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY i z 0 0 z 2 YAKIMA COUNTY J J 0 045z 0 0 co1- W z J 0 0 J 0 a 1- 0 a a H J SOUTH CONVEYANCE CHANNEL J LL 0 a z z J a 0 0 SHEET: OF: C-3 12 JOB NO.: 329C DWG: 329C 0 1— w w w w w z J 1— • \ I 1 I I I 1 I I I I I I I I I I I / I I 1 I I 1 1 I I l , I 1 1 II 1 j I I 1 I 1, \\1\ I I \ \ \\ \ \ 1 1 \ \ \ \ `\ `\ 1 1 \ \ \ \ \ \ I \ \ \ \ \ \\ \`•\•t\ • \ \ \ \ / •\ II `\\\\\\ `\ \•\\• `\ 1\ , •\ I \ \ \ I _ .\ •\\ 1 1\`\ I/ --\ \ \• \ I `\ `\ I 1 ; \ \ `\ \ `\ \\ \\ \\I I \ •\\\ • • • \\ \\\\` • \ \ \ 1 \\\ ▪ \\\ y =` `\\ \ \• •\\ \ \\\•\\`/ \\\•\\\ \\ 1\\\\\ \� \\\ \\ \ \ ! `\ \ ` 99� \ `\• \ •/ `\ \\ • \ \ \ : \\ \ \ o9::\ \ _�— \\. • \ \ \ \\ \\ 1 I \\ `\ `\ \ \ \\\\ \ \\:•\ \ \\ \ \ 99 `\ \ \ \ 1 \ \ `\ `\ \\ I • N D -- \ `\ \ \ \ \` \ \ \ \ \\ 1 \ `\ \\ `\ `\ `\ \ \• \• \ ` \ 11 `\ • \\ `\ `\ `\\ \ ` \\\ ` \ \ \ `\ \ \ • \ 1 • I • , \\`, I 1 • / / • \ •• / \ / \ \ •• \ • • BEGIN • • . • • • • • I • • • \\ \ \— \ I / 1 / 1 / END' / ' I TOP OF EXVATED CHANNEL (TYP.) • • • • • • • • • • • ,' / •\ \ \ \ \ \\ \ \ • \ \ ` `\ 1\ \• \ \ \\ `\ • `\ `\ \ \ `• \ \ \ \ \ \\ \ 1 • • \\\-- , • \ `\ \\ \ \\ t9 \1 1\• 1 I • �� \ \\ • I \ \ I \` ` \\ ` \ I 1 •\ • • �\ \ \ I \ • • • \ • • • \, \• • \" • •\ \ \ • \ \• • ` \ •• • •\ • • • • • • • \ • I • \1\ \• • • / • • • / • \/ \/ ` •. •• ---------\ _—_--- ▪ •� . ---' \ •\ \ 1 • •\ • •\ . N. • • 110 I /' \ \ `•\ \ \\ \\ \ 1 / /`\ `\ ------ 1\ • \1\\‘‘� s\..� \ / / `\ ...\ \ \\\, `\ \ - 1 \ \ •\ \ /�� \`\\ \ \\\ /' _--- 1 \\ 1\ `\ \\ 11\ 1 \\ \ \ \ \ \ •\• \ \ \ \ 1\ \ \ \ \ / \`-_'. 1 • \ `\ \\ \\ • \ \ 1 \ `\ • \\ \ \ I \ `\ \ / - - -- 1' l _ — \ \ •• `--t—}----\-1---- \ 1 \ CO \ • • • • \\ • • \ \ \ TOE OF EXCAVATED CHANNEL (TYP.) 1\ z=�,: ��`. .."'"wip.--,:.)„..: \ ,/ / 1 ,, > ---- : ' /'� / --- •�9\ i ,' =_,-,987 =__-- ..- / \ li ▪ • -_ Lb -• -\ \\ ,• /,,--- TOP \\OF LW elf ' 88.O '• ,'6' �� _ _ - - NN ao (13Y-4,0s-GS LS, CC `A G • • \`\ •\ -'' ;- \\`== '5)�\QST-REM ED' BOULDERS �'�' �/ TOP OF \1\L1�V d\ STR I�JCTU R'L 9'� --- `\ \\--- / (6) ;LOGS\ \ \ , ; ,/' , ; ____________________ : a6 7 STREAM�Q,B�CJJ�'� - `\ ' '" \• - ';==____ ,� „�1 .�J / / \ \'%'cam __ W ----- ' / / /' �- �� _ ' \1\ice' - /' / /'/ / 987 ---' i' // // /' ,' /'/ / `\ /'/ /' /'// / . -_-' / /• /'-' / / / / / ,/ \ / 1 / , /' /'/ / / /' ` •/ / -' ' • / /' ,o) / / / ,/ // / / / /' / \ / / ,' // / / / / //! / ! / , I / / / / / /1 �' 1 ./ // / I ,' /// I / // / /' /---��� '/ 1 I ' / , / / / / / `• • l 1 I i ,/ / l ,/ // \ J- • • \ �o- // // /\ / ` • \ • . 115LAN VIEW SCALE: 1"=20' ---- lC) U w w w w w z J Ca CONSTRUCTION NOTES A•329 CITY OF YARIMA YAM* FLOODPLAIN RESWRATON\329C IW/IP PHASE 11 DE GN\CAD\329C 17+00 16+00 15+00 14+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY • § rig v a♦ ?o 0.3 cb z0 p r g z 0 1- 0 z_ co Q 2 LocC LL 0 H � � z 0 0 Q 2 Q tn H W 0W H z W J J z V 0 J DIS a w z 0 0 SHEET: OF: C-4 12 JOB NO.: 329C DWG:329C 00 N 11 I- x < m W Qw 0w 6 co + co II cn optr) Wao II / -----� m �— W �� \ Q> // \�w \ 0.46 \ OHWM I" N 0 + co II v� < II Nrn d^ ce o �w// 1/ \ \.N\ /� —/ EXISTING GROUND AT CONSTRUCTION CENTERLINE / �� / �— -- / // ���_ // \\ \ / — — II-----------�`` /`--- l \ \ — ----- 0 59% FINISHED GRADE AT CONSTRUCTION CENTERLINE PROFILE VIEW SCALE: 1"=20" 998 998 996 996 994 994 992 992 990 990 988 988 986 986 984 984 EXISTING PROPOSED a, I, oi co m 988 954 990 95 988.749 989 95 988 544 986.440 988 78 987.040 989 04 986.922 990.29 986.803 991 00 986 684 991 00 986.565 991 00 986.446 991 00 986.328 991 00 986.209 991 00 986.090 990 50 985 971 990.01 985.853 988 98 985 734 988.86 985.615 988 40 985.496 987 78 985.378 987.86 985.259 986 98 985.140 EXISTING PROPOSED A•329 CITY OF YARIMA YAM* FLOODPLAIN RESWRATON\329C IW/IP PHASE 11 DE GN\CAD\329C 17+00 16+00 15+00 14+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY • § rig v a♦ ?o 0.3 cb z0 p r g z 0 1- 0 z_ co Q 2 LocC LL 0 H � � z 0 0 Q 2 Q tn H W 0W H z W J J z V 0 J DIS a w z 0 0 SHEET: OF: C-4 12 JOB NO.: 329C DWG:329C U H w w w w w z J 5a ___- 988 1 1 1 1 i 1 / \ / / / / / / / • • • • • • _--- • \ / 1 , EGIN \ 1 \ �� \ \ \ `\ \ c9 E1- \ /. • • \ • CP \ 37 13+00 ND \ \ \ \ • \ / • \\ / \\ / \ / \ \\ - 9s9-\\ 989---- \ /' \ / • • • \ / • 1 \ • ` 1 '4- ----• ' • s • \ • •/ • • / / / / \ \ \ 1/4 \\ \/ \ TOP OF EXCAVATED CHANNEL (TYP ) • \ • • `------ • ` ----- ``985 1 \ • • • • / I 1 1\ I I I I I 1 \\ // \ ••\ \ ••• '/ 1 / / -\ / / / / /-' \ / / / \\ \ / --- TOE OF EXCAVATED CHANNEL (TYP.) \ • \ i` 1 -_ \ •• •. `\ • ----- / • • • • • g9°-• ---• 9p / \ I 1 • ' 88 • • �.� ORTHING'51788 22 —7,A3 TH I N G: 1649-1`98.14 • \ • `.00 • •\ • • • 1 •\ • PLAN VIEW SCALE: 1"=20' 1 1 1 1 \ • D BEGIN \ • \ \`\ • • I \_ ` -1-4644* \,\ / / / - , \ / / -\ • '/ \ •• , — / \ N. / '---• / / ' • �''-- ---- --9go` ---- ------ \ • \• , • / • • • -- • \`. \ \ \ \ • • • • • • • \ \ \ 1 \ / -------, \`----- \ \\ - ----- • ----`\ • \ `\ r' /' \ / / \ / ,-----__,,,/ \\ // \ \ • ,/"�_� 1 \ ' • \ \\1 ``\ I \`• •\ \ 1 • \ /1 1 `�� •\ \\ \ 1 \\ 1 /•' 1 // \\ 11• •• `'/ 1 /'� •• i \ I•• / / , \ c / / \\ I•I \`• • ,_ "/ice''/ \``- / . 1 -- \ / -\ - `\ • • • \ • • CONSTRUCTION NOTES 13+00 J \320 an OF YAKIIA \ WIP FLOODPLAIN IESrORA110N\320C WWIP PHASE N DESIGN \CAD\320C 12+00 11+00 10+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY i z 0 0 z 2 YAKIMA COUNTY J J 0 045 0 0 w z J 0 00 J 0 1- w 0 w H z w J J z Q 1- 0 J a 015w z 0 0 U) w J u_ 0 a z z J 0 0 0 SHEET: OF: C-5 12 JOB NO.: 329C DWG: 329C cm to + 998 998 996 996 994 994 992 992 M + II < (/)0 ao Wrn M o> <w 0 6 II w \ \\ JI Lo rn + CV 11 1- N� Qco cc°) LA 0 <w 0w / > / r 1 / / / / /r--_ / \ EXISTING GROUND AT CONSTRUCTION CENTERLINE \ --� \ \\ —� '--- -- --/ M ,M. + 0 Q --� I- ,------- zD / ¢c mrn wII 0 <_J �w > --- `\ \___-, \ 0 II < io yr.: �rn m IJ <w caw II — J 990 990 988 988 986 986 984 FINISHED GRADE AT CONSTRUCTION CENTERLINE PROFILE VIEW SCALE: 1 "=20" 984 o z N X IJ J PROPOSED 985.021 984.000 987.94 985.654 990.00 985 650 989.00 985 645 989.00 985.641 988.00 985 637 988 09 985 633 988.00 985.629 988.00 985 625 989.02 985.621 989 12 985 617 989.00 985 613 989.00 985 907 988.74 986.356 987.90 Lo 0 o) 0) o z N X Lu PROPOSED 13+00 J \320 an OF YAKIIA \ WIP FLOODPLAIN IESrORA110N\320C WWIP PHASE N DESIGN \CAD\320C 12+00 11+00 10+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY i z 0 0 z 2 YAKIMA COUNTY J J 0 045 0 0 w z J 0 00 J 0 1- w 0 w H z w J J z Q 1- 0 J a 015w z 0 0 U) w J u_ 0 a z z J 0 0 0 SHEET: OF: C-5 12 JOB NO.: 329C DWG: 329C O • LIGHT LOOSE RIPRAP SEE SHEET M1-1 • • • 1 • • • • • • • • • • • • • • • • • / . .'1 1 1 1 1 1 • *-F • 1 • • • • TOP OF EXCAVATED CHANNEL (TYP.) 1 1 1 1 1 1 •• TOE OF EXCAVATED CHANNEL (TYP.) PLAN VIEW SCALE: 1"=20' NORTHING: 45316,5'54 EASTH I N G: 1643'577.56 • 1 1 u) 0 0 • CONSTRUCTION NOTES .kms aTY OF YAKIMA %WIP FLOODPLAIN IESTORAl1ON\.320C WWIP PHASE N DESIGN\CAD\320C 64+00 63+00 62+00 61+00 60+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN -WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY i z 0 0 z 2 YAKIMA COUNTY J J H 0 odz 0 0 coW z J 0 0 0 J W 0 a H t.) 0 W H Z w J NORTH CONVEYANCE CHANNEL W J u. cc J 0 SHEET: OF: C-6 12 JOB NO.: 329C DWG: 329C M N Ki 0 + NI- ----------- 11 <0 w0 cc co W 0> Coy 10 II 994 w EXISTING GROUND AT CONSTRUCTION CENTERLINE o. 29, ------ --__- —_ --- 1000 1000 --- 998 998 996 996 994 992 992 -,C V Q CC Q 3.0 MIN' FINISHED GRADE AT CONSTRUCTION CENTERLINE GEOTEXTILE FOR SOIL STABLIZATION LIGHT LOOSE RIPRAP SEE SHEET M1-1 PROFILE VIEW SCALE: 1 "=20" 98B 990 990 988 10' 986 986 F N X W PROPOSED _ m p 992 491 997 00 N rn 0) o °' 0) 992.374 997.00 992.316 997.00 co o N rn °' a) 0) 992.200 996 98 �_ N 0) I, °' 0) 992.083 996 83 992.025 996.61 CO 0) 'CT) °' 0) °' O) O °' ‘- CD O) M CD °' O in ao rn IT CD N 0) rn IT p rn 991 734 996 00 991.676 995 88 co �° 0 0) O tri rn O) 991.559 995 52 991 501 995 40 991.443 995 28 � 00 "� rn 0) _ �i °' 01 C.7 F N X W PROPOSED .kms aTY OF YAKIMA %WIP FLOODPLAIN IESTORAl1ON\.320C WWIP PHASE N DESIGN\CAD\320C 64+00 63+00 62+00 61+00 60+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS-SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN -WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY i z 0 0 z 2 YAKIMA COUNTY J J H 0 odz 0 0 coW z J 0 0 0 J W 0 a H t.) 0 W H Z w J NORTH CONVEYANCE CHANNEL W J u. cc J 0 SHEET: OF: C-6 12 JOB NO.: 329C DWG: 329C CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 • ,'• • • • • 904 • • • • • / / / / H • ' ; I T TOP OF EXCAVATED CHANNEL (TYP.) 902 0 992 59+00 - El 5- 1 571 00 • / 1 , • • /' / / / / / / / / / PLAN VIEW SCALE: 1 "=20' 993 Ss+nn TOE OF EXCAVATED CHANNEL (TYP) • • / • / , • , • / CONSTRUCTION NOTES GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET C-10. SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. W SALVAGE TREES TO BE PLACED AS HABITAT W FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. UJ W INSTALL LWD PER DETAIL ON SHEET C-10 AND TO W THE EXTENTS SHOWN ON THE PLANS. FINAL CA POSITION OF LWD AND HABITAT FEATURES TO BE W DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. z J 0 INSTALL RELOCATED RIPRAP AS CONVEYANCE = CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND (� LIMITS SHOWN ON THE PLAN AND PROFILE. Q 0 INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. 60+00 \329 CITY OF YAKIMA wwTP FLOCO LAN RES70RA1R1N\32YC MYR PHASE 11 DESIGN \CAD \329C 59+00 58+00 57+00 56+00 CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 0 1" 2 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY Lim • J J - LLL = CO aQ • _ 2� z� O ~� 0 li 1- a Q y Lu W Z g Zv O. W Q • G • 0 >- NORTH CONVEYANCE CHANNEL 0 SHEET: OF: C-7 12 JOB NO.: 329C DWG: 329C EXISTING GROUND AT CONSTRUCTION CENTERLINE --------- — --- ______,/ 1000 1000 998 998 996 996 994 994 992 992 0.29% — FINISHED GRADE AT CONSTRUCTION CENTERLINE PROFILE VIEW SCALE: 1 "=20" 988 .. • 990 988 986 986 EXISTING PROPOSED 991.210 995.00 991.152 994 81 co0 a' to 0 4o rn rn 0) 0 991 036 994.36 990.977 994.17 990 919 994.02 0 4 o T 990.803 994.00 990.745 994 01 990 686 994.00 990.628 994.00 990.570 994.00 990 512 994.00 990.454 994.00 990.395 994.00 990.337 994.00 990 279 994.00 990 221 994.00 990 163 994.00 990 105 994 04 990 046 994.99 989.988 994.98 989.930 994.00 EXISTING PROPOSED 60+00 \329 CITY OF YAKIMA wwTP FLOCO LAN RES70RA1R1N\32YC MYR PHASE 11 DESIGN \CAD \329C 59+00 58+00 57+00 56+00 CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S REPRESENTATIVE. NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 0 1" 2 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY Lim • J J - LLL = CO aQ • _ 2� z� O ~� 0 li 1- a Q y Lu W Z g Zv O. W Q • G • 0 >- NORTH CONVEYANCE CHANNEL 0 SHEET: OF: C-7 12 JOB NO.: 329C DWG: 329C U w w w 'w'^^ V♦ w z J 1— CQ / �\\ \\ .•, \ \\ \` \ / ��� \ ` • \ \ • • \ \ • ` / \\ \ \ • \ `, \. \ \ \ • / /� `\ •\\ • \ \`• `\ i / •/ . \\ • \ \ -, • / ` • ``� \ \ ` ` • • • • • • • \ . •• • • \ • \ ••\ • \ i . . •\ . . • • • \ • • • \ . • • • • • • • • •`\\`\\\\\\ \\ �\\ \\ \ / /� \\\ \• \\ \ \\ \\,-..2.2• \\ \\\ \\ I /// \\\,\ \\ \\ \ t . , \ \. \\99\ •\\ `,\\ ,. 4ctiti-r4, `99`s/ LENGTH=16�a1=16 .\ • _ I — /r •' • \ I / / / ,,\ `\ •` I I / // . • •• \ \ •`\ ,• •`\ 1 1 1\ / \\• \ �\`•\`•`\\.\-.\, \ \ \ �\\\\\\`•• \ I \ • • • \\ --- -.992. . 86, \ •� • \\" •` \ \ \\ \,�\\ �/ \ • \• N<fret7 / ) \\ \ \ \\\ \ \_-- •\ LENGTH=112' • \. • O BEGIN c--991 rt • 996 994 >— 992 990 988 986 984 982 • / \ I 54+00 lb / / / / / / / ------• • / / / / / • / Cy / / \\\\\\\\`\\\`,\\\\ \ ---'--- �� / `•\ ••• ` \ \` \• / `\ •`,`\ •\ `• \ / �\ \\•�\ • "wJI�I_��J�i1T� �i5,13% 4J Ly s W I4I ATOMfe ,Atiy : r" 994•. JP-4,t4s,� �` �'�C. ` Y�-� ►�itlriil ae•1 • \ / / / / / / / / / / / \ \ •\ • • \ •• • • •, \ \ \ \ LING • \ \ • •\ • • / . •• \ \ • • • • • • \ • / / / / / / / / / / / I�// —\\\ 1 \ ,' • ` \` `� . `\ `.` \\ �` / \` `\\\ `\2...".......,:l... ` \\ \992— \\ \ \ \ \ \ , • �\ \ \ \ ` \ \:::\1\\::: 1 `N. \ `. `\\\ `, ♦`\ \\ \♦ `\ `,``\ `�• \,\\\\\\_�/ \`\`\\ \\\\ \ \; \ • mo \.• \ \ \ \ \\•, \ \ \ \ \ \ \\ •`\ \ •\•\ \\\ \\\ \\ \\ \ \ • \ \ \ \ \ \ \ \ \ • \\\\,\\\\:\:\g \ \ �� \ \\ \ \\ \\ .9 \ \\ \ \ \ \\ \ \ r. \ \ \ \ \ \\ \\ \`, `♦ ••\ \ \ \• \ \ • \• ••\ \ \ \ \ \ \ \ PLAN __V VIEW \\\\ \\\ \\\\ \ 0\.•\-\ \ \ \\ \ \ \ •\\ \ \ \\ / •\\\, \ EXISTING GROUND AT CONSTRUCTION CENTERLINE 0.29% FINISHED GRADE AT CONSTRUCTION CENTERLINE / / i i i MIN. DEP 42' • wisp DO TRAIL EMBANKMENT REMOVED BY OTHERS N o111) uo_ OWHM SCALE: 1"=20' / / \ \ \ // ♦\ \\ \\ // \ \ \• \\ \ \ •\ \ `•• 1 ' • 1 / 1 ' / 1\ \ I\ \ I\ \ I \ \ I \ `\ I \ \\ 1 \� • \ 1 •. \ // \\\ \\ / \ / / \ • • • • • • • • • • • • / / • • • • • • • • • • • • • • • • • • • • • • • • REVETMENT CHANNEL MIN. DEPTH OF RIPRAP=2.0', EXTENTS OF RIPRAP IS EXAGGERATED BY VERTICAL SCALE IN THE PROFILE. REFER TO PLAN VIEW FOR RIPRAP EXTENTS. COORDINATE WITH OWNER'S REPRESENTATIVE BEFORE PLACING RIPRAP. ±4.6' PROFILE VIEW • 50+96.34 oo CP CP • / / / / / EXISTING GROUND AT CONSTRUCTION CENTERLINE 0 0 111 LU CO 0 co Lu Lu FINISHED GRADE AT CONSTRUCTION CENTERLINE CONSTRUCTION NOTES 996 994 99 2 990 988 984 98 2 0 PROPOSED (0 oo co co CO 00 co 1.0 co co ai cd CO 0 00 co ro co oo co co co co co co co 0 CO co co cci co CO CO cd co cd co 03 cd co co cd co CO 982 Lu re 0 •329 CITY OF YAKIMA WW1? FLOODPLAIN RESTORATION•329C Mr PHASE 0 DESIGN \CAD•3211C 54+00 53+00 52+00 51+00 50+00 GRADE PROPOSED CONVEYANCE CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET GRADE PROPOSED PILOT CHANNEL PER PLAN, PROFILE, AND TYPICAL CROSS—SECTION ON SHEET SEE SHEETS G4 AND M1-1 FOR PIPELINE, DISCHARGE STRUCTURE DETAILS. CLEAR AND GRUB AREA FOR CHANNEL OUTLET. SALVAGE TREES TO BE PLACED AS HABITAT FEATURES. LOCATION OF LWD TO BE DETERMINED IN THE FIELD BY OWNER'S REPRESENTATIVE. INSTALL LWD PER DETAIL ON SHEET C-10 AND TO THE EXTENTS SHOWN ON THE PLANS. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN FIELD BY OWNER'S REPRESENTATIVE. INSTALL RELOCATED RIPRAP AS CONVEYANCE CHANNEL OUTFALL PROTECTION TO THE DEPTHS AND LIMITS SHOWN ON THE PLAN AND PROFILE. INSTALL CONSTRUCTED RIFFLE PER DETAIL ON SHEETS C-11 AND C-12. FINAL POSITION OF LWD AND HABITAT FEATURES TO BE DIRECTED IN THE FIELD BY OWNER'S REPRESENTATIVE. CLEARING AND GRUBBING LIMITS SHALL BE 10 FEET FROM THE TOP OF CUT. MARK AND PROTECT EXISTING TREES BETWEEN TOP OF CUT AND CLEARING LIMITS. COORDINATE ALL TREE REMOVAL WITHIN CLEARING LIMIT WITH OWNER'S NOTES: IN—WATER WORK WINDOW FOR ALL WORK BELOW THE OHWM IS JUNE 1, 2014 TO SEPTEMBER 15, 2014 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 0 TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY mmi • 0 0 0 co uj O g cc z 0 0 2 0 0 0 OF: 12 JOB NO.: 329C _/ 1/\ / -—,/,/,/� \ , / 1�,•, / ,• —\ \ - I , i i \ 1 / .` I i,�l��_i �_\ / /, ,. \ \ •\\` —\—/ ( �'\ \ `.\\\ => / /• / /. _ ./ .,, i \ �i J l 1 ` / — i i i i —• 1 / ,I�I'\1'll/ ��\_`1 /"�`-%11'\\ /\"/I' I \ �_i' \\ z—/ / // `— � !( / /I \i r�J I /, _ I _/ \ \v / / l -\J I IJ l l l _ < ✓ i /f\ \ / / / \ \J IIf ( I % \ _ ^I � \ � \ /J \ ) /' _ \ \ l 1 \ ,/\__✓� - �\ , 1 r \ \ / / _ \�/-_-� _ / / / ////'i' ✓' \ - _ 1 I\ '-� -_-' \ \ % /i __J -J \ \ \ , \ III \\� / ��II \ (\ \III / / 1 11 I / / \ J\ 1 / \ - _!j /' l /i%'� % I!J 1'' r / // `,\ \\i/ 1 1 / Baa =sJ. \ �� v/) // \` ,_�/ I \\ `,/ �` / IIIII \\` - ( / /i \/( I \,I)//(r\ li( � / \ ( \ / / / _ i '_-_ ,/-, / / /// ; // // i i� // / L-I�_?� N:7- ' > l_\\\ 1 I`� Ill\\\ '\III /Ir\ \ I \` / / ( III 1 / -1 I ,/ \ �� /I __� / / \� \ / /--- �`J - / \- , _ �J \ JI J \ \\\ \ I 1 \ - L-_ / •/) J l I r �'' 1 /!!i. \\ / //1 / /�fr�� \ / �1 \ / /^�\ / �\ %__ _%=� �_\ \//1 \ l _Jii''\\ _\ _ ^ \�// \ i_ /\ \� \..._... \\\\\\�-�)11(I \��I J \ \/ /'• \ \ \ 111111 a / \ JI 1 / O -ice 1---\ / \ ( /' , /1 �\ 1 % \ \\�� / \ \ \ \\ II \ APPROXIMATE LIMITS OF EXISTING PIT TOILET TO / / __ „ \,,, , / , _z. _ _ _= / ; ;; l _-, 1 \) / _�_ ,\ , /\_ J 1\ -\_ \ \\ \ \ / - 1 111'11 C' / / / 1 / \ /, / 1\ !/ / \ lJ \/i-- ��'^ =sem —4__ // - I / ,' / /----^\__ �� / ��\I 1 )� \ j \I I ` r-� t__i/ i^\ % \/ /' l 1 \ \ / // \\ - \1 11/1\\ ♦ I , ♦(/ ' V'.li �_ / _ /�" �-� /' � ?� � \ t -{'L -� j 1, / /� ) � ..-�' J . ---,I _J 1! 1 ( \"/ I \ ) / / %/ ` \ 1 J � \ 1 � \ \/ / \\\ - I� \ /- \1'I REMOVED AND HAULED OFFSITE CONCRETE ` ' . \ -' I^\/ - '-y' .-\\ L_,I ,- ==-- �, ) / �- -- - xl\\ _ \-- 1 ( \ 1 /%/I /' \\'-\ ') \/'�__ ��% // \ --J /� 1 '--_--� ! /%jlj\) 1 \ \ I / //\\ - / \1 1111 - BE III !� '-\ /'--- / ) -/,/,/ f j - \ \\ i ^` L-- % _ / /!� ` '\ l ' \--� \ I I //\ SEPTIC TANK MAY BE DEMOLISHED AND BURIED ,- -; -_: ='= f _ f, w_= --__\ r -J 1 ,/ ,_-, �P _ \il,�;- \ , _' I -)-J 1 , J 1 I ///( 1 //I I \ \ I //�_ _/_�_ �- I J 1_ J • / \ / !'� \ `" \ / / \ / 1\'�� II/ / I 11 \\\ \ I - '\ may;=-_'�- / I / \\ ♦) \,l, / \\\ e\ r--- \\ \ ' / // ONSITE COORDINATE IN THE FIELD WITH OWNERS _ _ _, ;; _ _ --_ -__- \\ ti I \\ r---_ _ / If , - , - � / / / ' / \�/ / / //-- 1 1 � % =� - - _ 1 ( \ " �i � I //)X ,/ c' �\ , 1 \ 1 / �-- ' l c__ REPRESENTATIVE. CONTRACTOR TO REMOVE ;\/, I ;-=: _ _ / ;__: == _ � = = —= � �� \'; - .\\_ ; �� l-�1,o ;/ 1` / \ 11\11 j1 ^\ \ \ / 1 % ///\ / SEWAGE BY APPROVED SEWAGE PUMPER LID TO ' /;; - \ = ===_:\ - ,_ _ _ ;__- I ,II„ 1 I \ , J I, /r\ (III_ '- ice.- .- � \ 1 /` \ � ,/ / • /�\ \ / \\�=�� / \\ > \ I \\ \\ I 1 / i ��'\ % ,JI// �r�l� 1/_- 1 \ 141 \\\� / \ \ \ / / / ^\ /\ \ _ \ \ BE DESTROYED. THE TALK BACKFILLED WITH CLEAN I , , , , 111 _ ,\ _, \, ) \ - MATERIAL ,/// I 11 I ! / I 1��-\ \\ ) \ -\- `--( / /('%/i// \_ I/ J `! / I I I `II \ \\ \ \ \ \ \ J / ^ J11/1 It \ III .�\ I//\ \\\\\ \ -\\�\ l • // /, /p, -, ,- \ / / 1 / I \ \ \__ \\ /\�\ \\\�\rte� - -- \ _ _��\ \J!lllh I ! \1( I(\ \ /'1 f/' (/,- <_' _ \ \I \ \' / / - \\ \ '���'�;- �; APPROXIMATE LIMITS OF EXISTING RIPRAP / l/ I \ / \�\\ / \ / I 1 ) \\ \ /— _� � /moi / / / // / I �.1\ I I 1 I / � \ TO BE REMOVED AND RELOCATED TO THE �`\ i /`� =---_ /� / / .� =j�\_� __/ /iii,/ \ /ii'i=/���/ �/• / /�/�/ // I 1 /, 1 \\ I \ ; 11 1 / I/� _J �__ / \\-J \� \� _J I / \\\ \ I I NORTH CHANNEL. UNSUITABLE MATERIAL TO ��` •/ -- —__—/—__'�'\�=_ — \ ^\\ I —1\` ` \\\\ —/ 1 �_���\ I\ \�— / 1`�a BE HAULED OFF COORDINATE IN E i'1 L _ , \ 1__`i/ i�////i/j//,' / ' ,�// / // ) `l 1 i X11► -\' / I c__ \ \ \ \, SITE. $ \\\ Irl\j��/ \�/�/ j /j// /// \ / —\\_\ — \ \ \\\)^ 1 ,I_- :\ _ ^ \\ _ /I 1\\ = _ = I- FIELD WITH OWNER'S REPRESENTATIVE.3'\ MAIL��� \\` \_ _`_`\--J/�—�.` `-1\ \ �__�\ ( 1 1 J /✓ �/' J — 1\�` �II �/ -------- _ \ 1 �/' � / /� ,G �)// / // / / 1, / / ti // \ ��1�/ % � � \ ----_ `y �---- ^` � _-----__-______ —_�� -_-- �_ 1 l_I_�''-�\____ _moi, � I I /// _ •= 1 \ _ - ///� ,,r /�„ 1 / / / �(/ / aP / ♦ \ � _ \ _ �i�`= �a = _ ��\`� `_� tel,_ 1 // / \ l ,' , ----'___" ' ! i- ��/i// Iif!//�//�//i�,l IJP j' I \ _ / ♦ \ \`, \ `__-i-\-_�%__\\ ____�\\ - -__��\ \_--\/ \� _ \ \\\\\ / /If //i/ / / / / , i 11000 NORTHING: 452358.18 _i��/ / //�/ i / / / - f EASTHING 1648810 75Tx - / _ 1 __--�-%ate--� //i /ii/ I l / /, / 1 I v_1 / � ♦ / _- -��\ �\\\ \�� \ -�-_� \ \�.\ \JI / \ 400w ' ✓/ilii / // ' // I I / \\ \ `'' \\\ \! � \__-_ '1 \ \ 1 #40 \\\ \\\ \.� APPROXIMATE LIMITS FOR HABITAT MOUNDS. GRADING CONSISTS OF IRREGULAR SHAPES, SLOPES, AND EXTENTS Of' / AND SHALL BE COMPLETED BY AN AUTOMATED GRADE CONTROL SYSTEM OR COORDINATED IN THE FIELD WITH \ OWNERS REPRESENTATIVE (SEE NORTHING AND EASTINGIf r FOR EACH MOUND). `' APPROXIMATELY 3 550 CY OF FILL. SURFACE DATA TO �.T.� NORTHING. 452426.03 "oo ' EASTHING1648638.22 BE PROVIDED AFTER CONTRACT IS AWARDED, - , _ 5 000 CY OF MATERIAL WILL BE STOCKPILED ON SITE BY ---- );;II DIRECTION OF OWNER'S REPRESENTATIVE. ,/ N ✓IIIIIIII II �II 1 \ I \�� __� xQQ 1/_/ ^-\/\ JII I I ♦� �—I ♦ ---- _- -_ -4IIIIjI1II1II I'1\ IIIII\\ 11 \ \ IIII 1) j `�/ /// / /\ / III V / 1 \ NORTHING: 452890.85 - J \ ", p / lr^ / EASTHING:16485_25.82 NORTHING: 452487.12 EASTHING• 1648447.78 IIl ✓ II \ � � � \ ' \\ I \ \ I % j \ c --/J 1-_ '-)' ///_- � � 1111\' J // (\\ �' �/ \NIfj `Ili _ _ it 1111111 I 1/ - 11111 I \ \���_- I I \ \ I\ 111 \ \ ,/ ,/\ P, N D HABIT - I/ 1 \ I -it -\ I \ \ ��\- 1 \ I \ \ \ �--_- --__� /------- ' \ \ ------ --� ------ �i ii// h--llll�\\\.\___�______-=-'=-_r- /^� I\ —/' /�' _—_�/\ _ _— �/ 1 \_-_- --_ ---- ,///// ! `��\`�� ____-____�..'��- _�\ / _-----_' --_\ `__' 1 __- _ _-- _- _ -- / \\\\�__ _--- _____ �-----_____________-� =,\ I \ ''g/ ^^ i \ \ — \ / — ---' —J --��`— 1i '—=— —===J— (/----_------ /' — 1 rl / \ �\_-- / \`__ --� - l I�i� I`------------ ✓-- ' _--- --- I `�__/ l___ 1 \\ I `�I \ ` / _--_\ / _J I \\\ ,� ='��� \ \\ �— __ _''��`• _ 1 \ \--_—_----_---_---_--_----________________ __________I 1 / /l \`----------__ — ------ /�,�// \ �>)') ) `\ '� --- - J \ -_ -- _ _---------------------------------- ------ ------------------------------`--_-- -_--_------'----_ I N If lit If k / X11 , Ilk / ! 1\\=i1 L1j11///„J I \---� i I I 1 I If If 0 109\\ 200 _ 300 400 ------ - o `' - -----------_--------------^\ t \ ) �\ ----- _ -- ---- ------------------ -, ,\ / !- ! 1 J If ^\ /-\\\I- ;^\1 L I HE =4G -Fl IT l --------------- -- - \---------------------------------------- -- ----------------------------------------------------__-----�__---------------------------- L--------- ---- -------------------------------------_------- ------------------ ------ - - ---- •k\32Y a -M OF YMNA WOW ROMMM RMTMAnal\ m W* -M PHAN 11 a901\CM\M= 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY C4 LIM N J 0m o� Q 04 Z Z 1 r 0 SHEET: C-9 OF: 12 JOB NO.: 329C DWG: 329C J vv V) Z - Lu U Q a 0 a - WLu O r � G oa N o in } J >O LL kN Z W o > LfJ Z Y O ILLI _j U Of a U o = a o N o 0 Q SHEET: C-9 OF: 12 JOB NO.: 329C DWG: 329C J a L O ~ V F- 2 cn o Z - Lu U Q a 0 a - WLu � � R r � G oa J SHEET: C-9 OF: 12 JOB NO.: 329C DWG: 329C J a L O ~ V F- 2 cn o J LL O yrs z 00 LU W za �z - Lu U Q a 0 a - WLu W 0 O CO) [L as LU W 00 0z U) � O 2 m a a Q G oa J } J LL SHEET: C-9 OF: 12 JOB NO.: 329C DWG: 329C CONVEYANCE CHANNEL STA. 52+99 TO STA. 63+92 NORTH CONVEYANCE CHANNEL STA. 18+65 TO STA. 29+87 SOUTH CONVEYANCE CHANNEL STA. 16+95 TO STA. 17+44 SOUTH CONVEYANCE CHANNEL STA. 13+16 TO STA. 16+88 SOUTH CONVEYANCE CHANNEL L 0 0 • NORTH PILOT CHANNEL STA. 50+09 TO STA. 50+96 NORTH CHANNEL SOUTH PILOT CHANNEL STA. 10+11 TO STA. 12+92 NORTH CHANNEL CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 TYPICAL LARGE WOODY DEBRIS PLACEMENT LWD NOTES: 1. LWD WILL BE LOCATED AND STAKED OR MARKED IN THE FIELD BY ENGINEER PRIOR TO CONSTRUCTION. 2. LWD FOR THE HABITAT SHALL BE CEDAR, SPRUCE, PINE OR FIR. LIMBS AND BRANCHES SHALL BE INTACT TO THE FULLEST EXTENT POSSIBLE. OTHER TYPES OF LOGS MAY BE USED IF APPROVED BY THE ENGINEER PRIOR TO CONSTRUCTION. LOGS ARE TO BE A MINIMUM OF 18—INCHES DIAMETER, NARROW END OF THE LOG SHALL BE AT LEAST 12—INCHES IN DIAMETER, 20 FEET LONGS AND WITH A 6 FEET EFFECTIVE DIAMETER ROOTWAD. 3. EXCAVATE A CRADLE AREA ON THE STREAMBED TO PLACE BASE MEMBERS OF LOG STRUCTURE. BURY ROOTWAD 3 FEET INTO STREAMBED. USE EXCAVATED GRAVELS AND COBBLES TO BACKFILL AROUND BASE MEMBERS. 4. LOGS SHALL BE ANCHORED INTO THE BANK BY BURYING THE LOGS WITH BALLAST BY MORE THAN HALF THE LENGTH AND ALLOW FOR EXPOSED ROOTWAD. J J O Li- 0a I- W z =U) as eo_ 2 z� o a ~i r ow O1- 0- y W W (C I- I- z a V gg° � < • G J • oa >- J U. o a z0 1- o Cl)co 0 ce J v I- J 1- 0 o J J t.) >- 1 - SHEET: C-10 TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY OF: 12 JOB NO.: 329C DWG: 329C NOTE: 1. THE PILOT CHANNEL, RIFFLES AND HABITAT FEATURES ARE ADDITIVE BID ITEM NO. 1. SEE SPECIFICATION 01200. / / I / / / / / / / / / / / / / CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 �S� * CA N r, N g O m Wv W8 z 0 z filx 80. 6 U) -992.0 TYPICAL EXISTING GROUND AT RIFFLE CROSS SECTION TOP OF STREAMBED COBBLES ELEVATION=989.5 RIFFLE ELEVATION=988.5 OUNDED ONE-MAN ROCK (TYP.) :ASE RIFFLE GRADATION EXISTING REVETMENT CHANNEL THALWEG z 0 1- 0 z_ a� a 2 V YAKIMA COUNTY J J a aL 1- m m 0 08Z 0 2 0 co Z J 0 0 0 0 J LJ- u.1 L W co a a I- W 0 et a > a zW W I- J a w J U. Z V G I- W 0 0 J 0- Et 2 w Z 00 Z V SHEET: C-11 TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY OF: 12 JOB NO.: 329C DWG: 329C • \ • \ • • • • -------------- ----------------- • • • • • • • • • • • • • \\ \ / / , , • • • • • • • • • • • \ • • • - • / • • • • • • • • • \ \ \ \ •• • • • •/ \ • \ \ \ \ \ \ \ •• • • • • • • • • • • • • • • • • • • 7 i i • "rol, ::;,1,6 fti:iii ::110ittgle::::*:) ' ,_,1 _. ,:,$,77,77.„.:(;„?0,4_,:::7. t:11,..4":4!,:)77,:,::!",.'-:. "EjtfteA040lot 0::::::* ----o1.411)S09' °Al .f-::::::::0111:::::::;11)- /0 ot LreAttgii."4410.4,44ti• rvAwt 7.) eiiiit,,etioix4, , , 4.3.118044000,4", rii, 1,%es ...0; fi) 4, 44' / / / / 1 1 / ./ / / / 1 1 / //• / / / \ / / / I / / \ / / % / / / O'/ i i // /l i / // /� / // 1 / / // // ••• 1 I / / / 1 / / / 1 / / 1 / l l % 1 I I / / /'� I / / / / / 1 1 1 1 / 1 I 1 / / / 1 I 1 • i 7, • • • • • , / / / / / / / / / / / / / / / / / / / / / / / / / / / / • • • • • • • • • • • / / / / 0' 1 ID' l / / • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • / / / / • • • PLAN VIEW ▪ • • • • • • • • / \ \ • • • • • • • • • • • • • • • 990 -- ---777/77/7 988 986 /984 EXCAVATION SOUTHPILOT CHANNEL TYPICAL WATER LEVEL /7/ --� • r v 77-7 TOP BANK CHANNEL LEFT RIFFLE ELEVATION=986.5 ROUNDED TWO-MAN ROCK (TYP.) BASE RIFFLE GRADITION 0' \ \ 10' EXISTING REVETMENT CHANNEL THALWEG PROFILE VIEW (REVETMENT CHANNEL) .kms COY OF YAKIMA %WIP FLOODPLAIN IESTORAl1ON\.320C WWIP PHASE N DESIGN\CAD\320C NOTE: 1. THE PILOT CHANNEL, RIFFLES AND HABITAT FEATURES ARE ADDITIVE BID ITEM NO. 1. SEE SPECIFICATION 01200. 990- TOP 90— TOP OF STREAMBED COBBLES ELEVATION=987.0 988- -111111111%101.14. 88- 986- 86- 984- 984- SECTION SECTION VIEW (A *4��-est i Vey r, ley tgegegeao "010• _-ak `•111 1►. &:g ore- ��ad?-ti ?� TOP OF RIFFLE ELEVATION=986.5 ROUNDED TWO-MAN ROCK A') CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 - 990 - 988.0 STREAMBED COBBLES (TYP.) EMBED ROCK 5.0' EACH SIDE - 986.0 - 984.0 0 0' 10' 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY i g O o 9r v3 8 <z z 0 Z 8g 6 u) z 0 0 z 2 YAKIMA COUNTY J J 0 od 0 0 W J a 0 0 J 0 1- W ce W H z w H J J Z a C) 0 J a H 0 cn SHEET: OF: C-12 12 JOB NO.: 329C DWG: 329C GENERAL ELECTRICAL ACRONYMS AND ABBREVIATIONS ONE LINE DIAGRAMS SYMBOL SCHEDULE SYMBOL DESCRIPTION A AC Al AL AO AWG BKR C CB CP CP CT CU DC DI DO EMT ENCL ENT FMC FU FVNR G GFCI GND GFP HMI HP IC KA KAIC KCMIL KV KVA KVAR KW LFMC LPU LR mA MC MCP MEG MLO MTS mV MW N NEC NEMA NESC OCP 01 OL P PF PH PLC AMPERE ALTERNATING CURRENT ANALOG INPUT ALUMINUM ANALOG OUTPUT AMERICAN WIRE GAGE BREAKER CONDUIT CIRCUIT BREAKER CONTROL PANEL CONTROL POWER TRANSFORMER CURRENT TRANSFORMER COPPER DIRECT CURRENT DISCRETE INPUT DISCRETE OUTPUT ELECTRICAL METAWC TUBING ENCLOSURE ELECTRICAL NONMETAWC TUBING FLEXIBLE METAL CONDUIT FUSE FULL VOLTAGE NON REVERSING FULL VOLTAGE REVERSING GROUNDING CONDUCTOR GROUND FAULT CIRCUIT INTERRUPTER GROUND GROUND FAULT PROTECTION HUMAN MACHINE INTERFACE HORSE POWER INTERRUPTING CAPACITY KILO AMPERES KILO AMPERES INTERRUPTING CAPACITY THOUSAND CIRCULAR MILLS KILOVOLT KILOVOLT—AMPERE KILOVAR (REACTIVE KILOVOLT AMPERE) KILOWATT UQUIDIIGHT FLEXIBLE METAL CONDUIT UNE PROTECTION UNIT UNE REACTOR MAGNETIC CONTACTOR MIWAMPERES THOUSAND CIRCULAR MILLS MOTOR CURRENT PROTECTOR — MAGNETIC ONLY CIRCUIT BREAKER MEGOHM MAIN LUGS ONLY MANUAL TRANSFER SWITCH MI W VOLT MEGAWATT NEUTRAL CONDUCTOR NATIONAL ELECTRICAL CODE NATIONAL ELECTRICAL MANUFACTURERS ASSOC. NATIONAL ELECTRICAL SAFETY CODE OVERCURRENT PROTECTOR OPERATOR INTERFACE OVERLOAD POLE POWER FACTOR PHASE PROGRAMMABLE LOGIC CONTROLLER PS POWER SUPPLY RC RIGID METAL CONDUIT RNC RIGID NON—METAWC CONDUIT RPM REVOLUTIONS PER MINUTE RS485 SERIAL RS485 CABLE SC5 SHIELDED CAT 5e CABLE SHL'D SHIELDED SPD SURGE PROTECTIVE DEVICE ST SHIELDED TWISTED PAIR SUSIE SUITABLE FOR USE AS SERVICE ENTRANCE TB TERMINAL BLOCK TECH TOTALLY ENCLOSED FAN COOLED UC5 UNSHIELDED CAT 5e CABLE UC6 UNSHIELDED CAT 6 CABLE UPS UNINTERRUPTIBLE POWER SUPPLY UTP UNSHEILDED TWISTED PAIR ✓ VOLT VA VOLT AMPERE VFD VARIABLE FREQUENCY DRIVE VR VOLTAGE MONITORING RELAY W WATT WH WATT HOUR WP WEATHER PROOF XFMR POWER TRANSFORMER A i\ DEVICE OR EQUIPMENT TERMINAL WIRING CONNECTED BUS WIRING EQUIPMENT/DEVICE ENCLOSURE PLUG—IN CONNECTION NON—AUTOMATIC BREAKER THERMAL MAGNETIC BREAKER MAGNETIC ONLY BREAKER SWITCH FUSE POWER TRANSFORMER THERMAL OVERLOAD TAP BLOCK SOUD NEUTRAL MOTOR (NUMBER = HORSEPOWER) LOAD BREAK FUSE HOLDER AND FUSE SAFETY DISCONNECT IN NEMA 4X ENCLOSURE UNLESS OTHERWISE NOTED AUXILIARY CONTACT ELECTRICAL PLAN DRAWINGS SYMBOL SCHEDULE SYMBOL DESCRIPTION POWER DISTRIBUTION AND CONTROL DISTRIBUTION/CONTROL EQUIPMENT — FLOOR MOUNTED DISTRIBUTION/CONTROL EQUIPMENT — WALL MOUNTED PANELBOARD — WALL MOUNTED Eh OA b ...OD b Er P3a GFCI 2 WP 04 —06 SWITCH (SAFETY OR DISCONNECT) SWITCH (FUSIBLE) MOTOR STARTER WITH SWITCH OR BREAKER (COMBINATION MAGNETIC STARTER) LIGHTING FIXTURES ROUND FIXTURE CEILING MOUNTED (RECESSED, SURFACE, OR PENDANT) UGHTING FIXTURE POLE ARM MOUNTED UGHTING FIXTURE POLE TOP MOUNTED SWITCHING SINGLE POLE SWITCH - WALL MOUNTED DESIGNATIONS E EXISTING SWITCH 3 THREE WAY SWITCH 4 FOUR WAY SWITCH K KEY OPERATED SWITCH DESIGNATIONS A,B,C,ETC. ARE FIXTURE TYPE, REFER TO UGHT1NG FIXTURE SCHEDULE 1,2,3,ETC. ARE CIRCUIT NUMBERS OF PAN ELBOARD TO WHICH FIXTURE IS TO BE CONNECTED. REFER TO CIRCUIT SCHEDULE a,b,c,ETC. ARE SWITCHING CONTROL REFERENCE SHADED UGHT FIXTURES ARE TO BE PROVIDED WITH 1100 LUMEN BATTERY BACKED BALLASTS. M MOTOR RATED SWITCH P SWITCH W/ PILOT UGHT T TIME SWITCH a LOWER CASE - SWITCH LEG ANY COMBINATION OF THE ABOVE DESIGNATIONS MAY BE SHOWN ON PLANS RECEPTACLE OUTLETS DUPLEX RECEPTACLE OUTLET — WALL MOUNTED (NEMA 5-15R UNLESS OTHERWISE SPECIFIED) SPECIAL PURPOSE RECEPTACLE OUTLET SPECIAL PURPOSE RECEPTACLE OUTLET WALL MOUNTED DESIGNATIONS 1,2,3,ETC. ARE CIRCUIT NUMBERS OF PANELBOARD TO WHICH OUTLET IS TO BE CONNECTED. REFER TO CIRCUIT SCHEDULE — H = HORIZONTAL WP = WEATHERPROOF GFCI = GROUND FAULT CIRCUIT INTERRUPTER SPECIAL PURPOSE CONNECTIONS 04 SPECIAL PURPOSE EQUIPMENT CONNECTION AD 6 SPECIAL PURPOSE EQUIPMENT CONNECTION — WALL MOUNTED OTHER ELECTRICAL DEVICES 0 - 0 G #10 I I I I- 2 PPA PHOTO ELECTRIC SWITCH (PHOTOCELL) — WALL MOUNTED GENERAL WIRING SYMBOLS JUNCTION BOX JUNCTION BOX — WALL MOUNTED WIRING RUN EXPOSED ON BUILDING STRUCTURE WIRING RUN CONCEALED UNDER SLAB OR BELOW GRADE INDICATES WIRE SIZE IF OTHER THAN #12AWG LINE OR PHASE CONDUCTOR CROSSMARKS INDICATE NEUTRAL CONDUCTOR QUANTITY AND USE GROUNDING CONDUCTOR OF CONDUCTORS ARROWHEAD INDICATES HOMERUN TO EQUIPMENT/DEVICE NOTED AT END OF ARROWHEAD, NUMBER (WHERE NOTED) INDICATES CIRCUIT WITHIN EQUIPMENT/DEVICE NOTED. CONDUIT TURN UP FROM BELOW SLAB OR BELOW FLOOR LEVEL CONDUIT TURN DOWN FROM CEIUNG OR THROUGH ROOF IiiiiizTTTTLiiann 2' TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY o I Gte!;, in M co Nii M in NI- wo w =v in • ce on co 1- m 0 cn r, 0 YAKIMA, WASHINGTON z 0 0 z Q = �N Q Y > U.O 1- 1- ›- I— I— o V U Q Y a J J I— = 0 .d 0 0 I— O) LUCC Z J QL 0 0 0 J U- CO I0 CILUCC EL UJ I— Z CC W I— J SHEET: E-1 OF: 6 JOB NO.: 13001 DWG: C -E00-01 APPDI DATE REVISION 0 z z 0 0 z Q = �N Q Y > U.O 1- 1- ›- I— I— o V U Q Y a J J I— = 0 .d 0 0 I— O) LUCC Z J QL 0 0 0 J U- CO I0 CILUCC EL UJ I— Z CC W I— J SHEET: E-1 OF: 6 JOB NO.: 13001 DWG: C -E00-01 FINISHED GRADE %\ V AAAAAA 17 6" WIDE X 15 MIL THICK RED PLASTIC INDICATOR TAPE MARKED "ELECTRICAL" COMPACTED BACKFILL 6" SAND BEDDING MATERIAL ELECTRICAL CONDUIT 3" SAND BEDDING MATERIAL DETAIL 1/E-2 TRENCH FOR ELECTRICAL CIRCUITS SECONDARY POWER OR SIGNAL CIRCUITS SCALE: 1"=1'-0" FINISHED GRADE JUNCTION BOX -WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD PLAN J-40, TYPE 1L 17"x22"x12" OUTSIDE DIMENSIONS CRUSHED ROCK (8" TOP COURS COMPACTED (6" MIN. DEPTH) CONDUIT (TYPICAL) DETAIL 2/E-2 TYPE 1L JUNCTION BOX SCALE: NONE NOTE: CONDUITS ARE SHOWN DIAGRAMATICALLY. SEE PLAN DRAWINGS FOR ACTUAL CONDUIT QUANTITIES, DEPTH, SIZES AND ARRANGEMENTS. BITUMASTIC PROTECTIVE COATING COMPOUND (COAL TAR EPDXY) ENCLOSURE - NUT LOCK WASHER • FLOOR a 4" MIN. .a a 4 a • a a DRILL AND EPDXY 1/2" THREADED ANCHOR ROD INTO CONCRETE STRUCTURAL FLOOR. VERIFY LOCATIONS PER ENCLOSURE MANUFACTURER'S REQUIREMENTS DETAIL 3/E-2 FLOOR MOUNTED SUPPORT MOUNTING SCALE: NONE PROVIDE GFCI RECEPTACLE RESTORE FINISHED GRADE TO EXISTING CONDITION (TURF, CONCRETE, OR ASPHALT)., a 0 M - POLE CAP LIGHTING FIXTURE (SEE PLAN DRAWING FOR FIXTURE TYPE, ORIENTATION AND QUANTITY) POLE "P1" SECTION OF POLE NOT SHOWN. 1r HANDHOLE WITH COVER �r s�! BOLT COVER GROUT BASEPLATE WITH NON -SHRINK GROUT RADIUS EDGE CONDUIT ANCHOR BOLT TIED WITH #8 GAUGE WIRE 12" ON CENTER 30" ROUND CEMENT CONCRETE ANCHOR BASE REINFORCING STEEL BARS REQUIRED, (8) No.7 VERTICAL BARS EVENLY SPACED AROUND PERIMETER. (7) No.4 HOOPS AT 10" ON CENTERS. 3" MINIMUM CONCRETE COVER. LIGHTING FIXTURE DETAIL 5/E-2 SCALE: NONE CUT TUBE ON ANGLE AND CAP WITH 1/4" STAINLESS STEEL PLATE WITH FULLY WELDED SEAM MOUNTING HEIGHT VARIES (SEE PLAN DRAWING DETAILS FOR MOUNTING HEIGHT REQUIREMENTS) 1 1 iii\ • " - 0- TOP VIEW 2 1/2" SQUARE x 1/4" STAINLESS STEEL TUBE. PROVIDE QUANTITY OF VERTICAL SUPPORTS AS SHOWN ON INDMDUAL EQUIPMENT DETAILS. 3/8"X4" STAINLESS STEEL EPDXY ANCHOR ROD WITH 3" MINIMUM EMBED. PROVIDE STAINLESS STEEL NUT WITH JAM OR CAP NUT ON END OF EACH ANCHOR ROD. TRIM AND GRIND ROD END FLUSH WITH JAM NUT OR PROVIDE CAP NUT ON THREADED END TIGHT AGAINST FIRST NUT. (TYPICAL OF 4 PER EACH VERTICAL SUPPORT) 1/4" THICK STAINLESS STEEL PLATE. WIDTH AND HEIGHT VARIES TO SUIT EQUIPMENT MOUNTED ON PLATE. PLATE WELDED TO STAINLESS STEEL TUBE. 1/8" WEEP HOLE AT BOTTOM OF TUBE 1/4" STAINLESS STEEL PLATE WELDED TO STAINLESS STEEL TUBE. SET PLATE IN BED OF BITUMASTIC. 1" THICK GROUT PAD (SUPPORTING STRUCTURE NOT SHOWN) LEFT SIDE VIEW FRONT VIEW DETAIL 6/E-2 CONTROL STATION PANEL MOUNTING SCALE: 3/4" = 1'-0" LIGHTING FIXTURE SCHEDULE TYPE DESCRIPTION MANUFACTURER NAME CATALOG NO. LAMP QTY CATALOG NO BALLAST TYPE REMARKS AA LED, POLE MOUNTED AREA UGHT, TYPE IV DISTRIBUTION, BRONZE, ALUMINUM HOUSING WITH INTEGRAL LED DRIVER, INTEGRAL PHOTOCELL, FUSED, 110-277 VOLTAGE, WET LOCATION LISTED. BETALED ARE-EDG-4M-DA-24-D-UL-BZ-350-F-P - 264W LED 6000K 70CRI LED DRIVER POLE P1 SQUARE, STRAIGHT, STEEL, 16 FOOT LENGTH, ELECTROSTATICALLY APPLIED POLYESTER POWER FINISH, BASE COVER, BRONZE COLOR WITH GFCI RECEPTACLE SPAULDING SSS -16 -50 -7 -XX -DB -Q18 (XX REFERS TO THE ORIENTATION SHOWN ON THE PLANS) 1 GENERAL NOTES FOR DRAWING SHEETS P01 IN GENERAL, DEVICES SHOWN ON THE ELECTRICAL DRAWINGS IN BACKGROUND (GRAY OR SCREENED) REPRESENT ONE OF THE FOLLOWING UNLESS NOTED OTHERWISE ON AN INDMDUAL SHEET: • STRUCTURAL OR ARCHITECTURAL BUILDING STRUCTURES SUCH AS WALLS, DOORS, STAIRS, ETC. AND STRUCTURAL FRAMING MEMBERS. • MECHANICAL EQUIPMENT OR DEVICES SUCH AS HVAC UNITS AND PROCESS EQUIPMENT WHICH ARE SHOWN ON THE MECHANICAL DRAWINGS AND ARE SHOWN IN BACKGROUND (GRAY OR SCREENED) ON THE ELECTRICAL DRAWINGS TO ASSIST IN DETERMINING THE LOCATION OF THE EQUIPMENT, CONNECTIONS AND DEVICES. • DISTRIBUTION EQUIPMENT SHOWN ON ELECTRICAL PLAN DRAWINGS (SUCH AS LIGHTING PLANS) WHICH IS SHOWN IN BACKGROUND (GRAY OR SCREENED) IN ORDER TO CLARIFY OTHER ELECTRICAL DEVICES AND CIRCUITS SHOWN ON THAT SHEET. • EQUIPMENT OR DEVICES THAT ARE EXISTING TO REMAIN (AND TO BE PRESERVED AND PROTECTED) WHERE SHOWN ON MODIFIED ELECTRICAL SHEETS. P02 THE EXISTING FUNCTIONS OF THE TREATMENT FACIUTY ARE TO REMAIN IN OPERATION AT ALL TIMES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE THE PRESERVATION OF EXISTING ELECTRICAL, INSTRUMENTATION, CONTROL, SIGNALING, COMMUNICATIONS AND ALARM EQUIPMENT, CIRCUITS AND DEVICES WITH ALL OTHER ASPECTS OF THE CONSTRUCTION PROCESS, TO ENSURE THAT ALL EXISTING EQUIPMENT, CIRCUITS AND DEVICES REMAIN IN OPERATION DURING THE COURSE OF CONSTRUCTION. FOR ITEMS THAT ARE SHOWN TO BE DEMOLISHED, THEY SHALL REMAIN IN OPERATION UNTIL NO LONGER REQUIRED FOR THE OPERATION OF THE FACIUTY. P03 THE ELECTRICAL EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS SHOWN ON THESE DRAWINGS ARE EXISTING TO REMAIN UNLESS OTHERWISE NOTED AS BEING DEMOLISHED OR MODIFIED. THE CONTRACTOR SHALL COORDINATE NEW CONDUIT AND CIRCUIT ROUTING AND ELEVATIONS WITH EXISTING EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS PRIOR TO INSTALLATION. PROVIDE ALL MEANS NECESSARY TO PRESERVE, PROTECT AND KEEP EXISTING EQUIPMENT, MATERIALS, DEVICES AND ELECTRICAL CIRCUITS IN OPERATION DURING THE COURSE OF CONSTRUCTION INCLUDING PROVIDING TEMPORARY CIRCUITS TO ALLOW THEM TO REMAIN IN OPERATION AT ALL TIMES. THE INFORMATION SHOWN FOR EXISTING EQUIPMENT, MATERIALS AND UNDERGROUND OR CONCEALED ELECTRICAL CIRCUITS IS BASED ON AVAILABLE RECORD INFORMATION AND ON SITE SURVEY OF EXPOSED CIRCUITS, AND IS PROVIDED FOR INFORMATION ONLY. PRIOR TO COMMENCING NEW ELECTRICAL WORK OR TRENCHING, VERIFY LOCATIONS AND CONTENTS OF EXISTING EQUIPMENT, MATERIALS, DEVICES AND EXPOSED, CONCEALED OR UNDERGROUND CIRCUITS IN FIELD (BY TONING, X—RAY, EXCAVATION POTHOUNG OR OTHER MEANS). PO4 THE DRAWINGS ARE NOT INTENDED TO SHOW ALL OF THE EXISTING CONDITIONS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VISIT THE SITE AND REVIEW EXISTING CONDITIONS PRIOR TO BIDDING. WHERE EXISTING CONDITIONS DIFFER FROM THOSE SHOWN TO THE EXTENT IT WILL IMPACT THE COST OF THE CONTRACTOR'S WORK, THE CONTRACTOR SHALL NOTIFY THE OWNER IN WRITING A MINIMUM OF 10 DAYS PRIOR TO BIDDING. P05 THERE ARE EXISTING AND NEW PROCESS PIPING AND EQUIPMENT INSTALLED/TO BE INSTALLED ON THIS SITE. THE CONTRACTOR SHALL COORDINATE NEW CONDUIT AND CIRCUIT ROUTING AND ELEVATIONS WITH EXISTING EQUIPMENT, PIPING, AND OTHER CONSTRUCTION ACTIVITIES PRIOR TO INSTALLATION. LOCATE EXISTING UNDERGROUND FACILITIES, PRESERVE AND PROTECT THEM DURING CONSTRUCTION AND ROUTE NEW CONDUITS TO AVOID CONFLICTS BY INSTALLING AT DIFFERENT LEVELS OR WHEN APPROVED BY THE OWNER, DIFFERENT ROUTING. P06 EXISTING EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS DAMAGED DURING THE COURSE OF CONSTRUCTION SHALL BE IMMEDIATELY REPLACED WITH NEW EQUIPMENT, MATERIALS, DEVICES AND CIRCUITS OF UKE MATERIALS AT NO ADDITIONAL COST TO THE OWNER. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY YAKIMA, WASHINGTON J J LL 0 ed 0 IH Q O C) C z J a- 0 0 J U- LUa- v LU 0 CC Cl. UJ I z CC LU IH J GENERAL NOTES SHEET: E-2 OF: 6 JOB NO.: 13001 DWG: C—E00-02 APPDI DATE REVISION 0 z J J LL 0 ed 0 IH Q O C) C z J a- 0 0 J U- LUa- v LU 0 CC Cl. UJ I z CC LU IH J GENERAL NOTES SHEET: E-2 OF: 6 JOB NO.: 13001 DWG: C—E00-02 IRR I , / 1 UGE r1 , i /c m S0 c 60" TEFF 0 m i c m c m c U m c rrl , C' • , N (n O 6" IRR O 0 0 N (n 0 60" PEFF 6" IRR - 6" SO :- I I CONTINUED TO MCC C2WB VIA PULL HOLE J MH -62 AND MH -29 C NOTE 1 . PULLHOLE MH -63 S,EKISTING) 6" IRR )" PEFF — S 6" SO 6" IRR 0) N 0 6" SO 60" PEFF S 6" 1 13 rrl NOTE 1 CONTINUED TO DIVERSION STRUCTURE C2 AREA ENLARGED PLAN SCALE: 1/8" = 1'-0" 0 x— 4?" ` = —�� �–, _• :�—tri I I�Il�il Mir 4" IRR (n 8" Ff ii 0 11 I 1 11 8" C2 ``11115{SS1111,:i}���;���t�;�iiii��' JtiltJ!)trjjtlli'!f'!tr', ss r ELECTRICAL SITE PLAN SCALE: 1" = 100'-0" NOTES: t DIVERSION STRUCTURE (NOTE 2) OHE NOTE 3 NOTE 3 GENERAL NOTES P01, P02, P03, PO4, P05 & P06. SEE DRAWING E-2 FOR GENERAL NOTES. 1. SEE ONE UNE DIAGRAMS ON SHEET E-6. i co 2. SEE SHEET E2-1 FOR FURTHER INFORMATION ON DIVERSION STRUCTURE. 3. SEE DETAIL 5/E-2. OHE 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY a Gte!;, YAKIMA, WASHINGTON c +; 0 a� -0 1. cn 0 0 "L— U rn ca) a) 51 N W C _ O 0-m c1-0 E c '- o Q 0 0 °) (1) 0 d o a, 00 a, LI=- Ww 0 (n0 00>- J J LL H 0 old 0 CC 0 H W CC J 0 0 0 0 J LL ELECTRICAL SITE PLAN SHEET: E-3 OF: 6 JOB NO.: 13001 DWG: C—E00-03 APPDI DATE REVISION 6 z c +; 0 a� -0 1. cn 0 0 "L— U rn ca) a) 51 N W C _ O 0-m c1-0 E c '- o Q 0 0 °) (1) 0 d o a, 00 a, LI=- Ww 0 (n0 00>- J J LL H 0 old 0 CC 0 H W CC J 0 0 0 0 J LL ELECTRICAL SITE PLAN SHEET: E-3 OF: 6 JOB NO.: 13001 DWG: C—E00-03 0 O COC O 0®C ()CI 12 13 44 W N E 000 O 00 O 00 DETAIL 1/E-4 PULLHOLE MH -29 BUTTERFLY DIAGRAM NTS O O ® W S N 0 O O MH -63 ®Of ®©0 00 CONDUIT SIZE 10®® 00 1 „00 E 000 O 00 O 00 DETAIL 1/E-4 PULLHOLE MH -29 BUTTERFLY DIAGRAM NTS O O ® W S N 0 O O MH -63 0 O O CONDUIT SIZE CIRCUIT DESIGNATION O O O 1 1 E ® O O O O O DETAIL 2/E-4 PULLHOLE MH -63 BUTTERFLY DIAGRAM NTS S PULLHOLE MH -29 MH -63 CONDUIT NUMBER CONDUIT SIZE CIRCUIT DESIGNATION CIRCUIT DESIGNATION 1 1 1" 4#12 + 1#12G (W2) [OUTFALL STRUCTURE] 2 4" 4" SPARE (MH -28,S1) 3 4" 2" SPARE (MH -28,S2) 4 4" [MCC CWA FEEDER] (S5) (MH -28,53) 5 4" SPARE (MH -37,N4) [MCC CWA FEEDER] (S6) (MH -28,S4) 6 4" SPARE (MH -37,N9) SPARE (MH -28,S5) 7 4" SPARE (MH -37,N12) [MCC 301 FEEDER] (W3) (MH -28,56) 8 4" 1 [MCC CWB FEEDER] (S8) (MH -28,S7) 9 4" 4" [MCC CWB FEEDER] (S9) (MH -28,S8) 10 4" 12#4 [ODOR CONTROL FAN] (W4) (MH -28,59) 11 4" 5 12#12 (W2) (MH28,S10) 12 4" 4" SPARE (MH -28,S11) 13 4" POWER CIRCUIT (NOTE 2) (E1) (MH -29,E9) SPARE (MH -28,512) 14 4" 9 SPARE (MH -28,S13) E 1 4" SPARE (MH -63,W1) 2 4" SPARE (MH -63,W2) 3 4" SPARE (MH -63,W3) 4 4" SPARE (MH -37,N11) 5 4" SPARE (MH -63,W4) 6 4" SPARE (MH -63,W5) 7 4" SPARE (MH -63,W6) 8 4" SPARE (MH -37,N14) 9 4" POWER CIRCUIT (NOTE 2) (S7) (MH -63,W7) 10 4" SPARE (MH -63,W8) 11 4" SPARE (MH -63,W9) S 1 2" SPARE (MH -62,N4) 2 4" SPARE (MH -62,N5) 3 4" SPARE (MH -62,N6) 4 2" SPARE (MH -62,N10) 5 4" [MCC CWA FEEDER] (N4) (MH -62,N11) 6 4" [MCC CWA FEEDER] (N5) (MH -62,N12) 7 2" POWER CIRCUIT (NOTE 2) (E9) (MH -62,N16) 8 4" [MCC CWB FEEDER] (N8) (MH -62,N17) 9 4" [MCC CWB FEEDER] (N9) (MH -62,N18) 1 4" SPARE (ODOR CONTROL BUILDING) 2 4" 4#12 + 1#12G (N1) + 12#12 (N1 1)(ODOR CONTROL BUILDING) 3 4" [MCC 301 FEEDER] (N7) (ODOR CONTROL BUILDING) 4 4" 12#4 [ODOR CONTROL FAN] (N10)(0DOR CONTROL BUILDING) PULLHOLE MH -63 CONDUIT NUMBER CONDUIT SIZE CIRCUIT DESIGNATION 1 4" SPARE (MH -45,S3) 2 4" SPARE (MH -45,52) 3 4" SPARE (MH -45,S1) E 1 2" POWER CIRCUIT (NOTE 2) [PANELTRAN "DIVERSION"] (W7) N IO In CD 4" SPARE (MH -37,N4) 4" SPARE (MH -37,N5) 4" SPARE (MH -37,N9) 4" SPARE (MH -37,N10) 4" SPARE (MH -37,N12) 4" SPARE (MH -37,N13) W 1 4" SPARE (MH -29,E1) 2 4" SPARE (MH -29,E2) 3 4" SPARE (MH -29,E3) 4 4" SPARE (MH -29,E5) 5 4" SPARE (MH -29,E6) 6 4" SPARE (MH -29,E7) 7 4" POWER CIRCUIT (NOTE 2) (E1) (MH -29,E9) 8 4" SPARE (MH -29,E10) 9 4" SPARE (MH -29,E1 1) NOTES: GENERAL NOTES P01, P02, P03, PO4, P05 & P06. SEE DRAWING E-2 FOR GENERAL NOTES AND FOR GENERAL PLAN NOTES. 1. THE CIRCUIT DESIGNATIONS ARE DENOTED IN ORDER AS FOLLOWS: CIRCUIT DESCRIPTION, [FUNCTION, IF KNOWN], (REFERENCE WITHIN PULLHOLE) (REFERENCE OUTSIDE OF PULLHOLE.) EXAMPLE ENTRY: POWER CIRCUIT [PANEL "P"] (S2) (MH -10,E5) IN THE EXAMPLE ABOVE THE CIRCUIT DESCRIPTION IS "POWER CIRCUIT", THE FUNCTION IS (PANEL "P" FEEDER). THE REFERENCE WITHIN THE PULLHOLE IS (S2), SO THE CONDUCTORS ROUTE FROM THE DESCRIBED CONDUIT TO THE REFERENCED CONDUIT WITHIN THE PULLHOLE. THE REFERENCE OUTSIDE OF THE PULLHOLE IS (MH -10,E5). THIS IS THE REFERENCE TO THE OTHER END OF THE CONDUIT IN THE NEXT PULLHOLE. 2. SEE ONE UNE DIAGRAMS 1/E-6 FOR CIRCUIT AND EQUIPMENT INFORMATION. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY o I Gte !;, in M co Nii M in NI- wvo = w in • ce rn co1- D 0 cn N 0 YAKIMA, WASHINGTON J J LL I0 ad 0 I 0 I>- COW CCZ J IL 0 0 0 J U - LU CO I 0 CIW CC EL > I- Z CC W I- J PULLHOLE BUTTERFLY DIAGRAMS SHEET: E-4 OF: 6 JOB NO.: 13001 DWG: C -E00-04 APPDI DATE REVISION 0 z J J LL I0 ad 0 I 0 I>- COW CCZ J IL 0 0 0 J U - LU CO I 0 CIW CC EL > I- Z CC W I- J PULLHOLE BUTTERFLY DIAGRAMS SHEET: E-4 OF: 6 JOB NO.: 13001 DWG: C -E00-04 E O 00000 O78009 10 11 © 10 0 0 © 0 W N ®®®o O ® ® © aocx) 10 14 APPDI ®® ® O 0 0 0 (3 @ DETAIL 1/E-5 PULLHOLE MH -62 BUTTERFLY DIAGRAM NTS S PULLHOLE MH -62 APPDI CONDUIT NUMBER CONDUIT SIZE CIRCUIT DESIGNATION N 1 2" SPARE (MH -36,S1) 2 2" SPARE (MH -36,52) 3 2" SPARE (MH -36,S3) 4 2" SPARE (MH -29,S1) 5 4" SPARE (MH -29,52) 6 4" SPARE (MH -29,S3) 7 2" SPARE (MH -36,54) 8 2" [CWB TO OCB] IN 1" INNERDUCT (S20) + 1-1" INNERDUCT (MH -36,S5) 9 2" [NEB TO CWB] IN 1" INNERDUCT (S20) + 1-1" INNERDUCT (MH -36,56) 10 2" SPARE (MH -29,S4) 11 4" [MCC CWA FEEDER] (S1) (MH -29,S5) 12 4" [MCC CWA FEEDER] (S2) (MH -29,56) 13 2" SPARE (MH -36,S7) 14 2" SPARE (MH -36,58) 15 2" SPARE (MH -36,59) 16 2" POWER CIRCUIT (NOTE 2) (S21) (MH -29,S7) 17 4" [MCC CWB FEEDER] (S4) (MH -29,S8) 18 4" [MCC CWB FEEDER] (S5) (MH -29,59) 1 4" SPARE (MH -64,N2) 2 4" [CWB TO BLOWER] IN 1" INNERDUCT (S20) + 2-1" INNERDUCT (MH -64,N1) 3 4" SPARE (MH -64,N4) 4 4" SPARE (MH -64,N3) S 1 4" [MCC CWA FEEDER] (N11) (MCC CWA) 4" [MCC CWA FEEDER] (N12) (MCC CWA) 1" [PANEL LC -2427 FEEDER] (W7) (MCC CWA) 4" [MCC CWB FEEDER] (N17) (MCC CWB) 4" [MCC CWB FEEDER] (N18) (MCC CWB) CD 1" [12 UH 01] (W8) (MCC CWA) 1" [TRICKLING FILTER WEIR GATE 12 WG 01] (W6) (MCC CWA) 2" [TRICKLING FILTER CLARIFIER PUMP NO.1 12 TCE 01] (W4) (MCC CWA) 9 1" [GRIT SCREW CONVEYOR NO.2 12 GSC 02] (W12) (MCC CWB) 10 2" [TRICKLING FILTER CLARIFIER EFFLUENT PUMP NO.2 12 TCE 02] (W5) (MCC CWB) 11 1" [TRICKLING FILTER CLARIFIER MECHANISM 12 TFC 01] (W1) (MCC CWA) 12 1 1/2" SPARE (PANEL CWA-P) 13 1 1/2" SPARE (PANEL CWA-P) 14 1 1/2" SPARE (PANEL CWB-P) 15 1 1/2" SPARE (PANEL CWB-P) 16 1" [TRICKLING FILTER CLARIFIER SLUDGE PUMP NO.1 12 SLP 01] (W9) (MCC CWA) 17 1" [TRICKLING FILTER SUMP PUMP 12 SCP 01] (W2) (MCC CWA) 18 1" [GRIT SCREW CONVEYOR NO.1 12 GSC 01] (W11) (MCC CWA) 19 2" SPARE (MCC CWB) 20 4" [NEB TO CWCE] IN 1" INNERDUCT (N9) + [CWCE TO BLOWER] IN 1" INNERDUCT (E2) + [CWCE TO OCB] (N8) + [CWCE TO TFDG] (W10) IN 1" INNERDUCT + SPARE [CWCE] 21 2" POWER CIRCUIT (NOTE 2) (N16) [MCC CWA] 22 2" SPARE (MCC CWA) 23 2" SPARE (MCC CWA) 24 2" _ SPARE (MCC CWB) 25 2" SPARE (MCC CWB) 1 1" [TRICKLING FILTER CLARIFIER MECHANISM 12 TFC 01] (S11) 2 1" [TRICKLING FILTER SUMP PUMP 12 SCP 01] (S17) 3 2" SPARE 4 2" [TRICKLING FILTER CLARIFIER PUMP NO.1 12 TCE 01] (S8) 5 2" [TRICKLING FILTER CLARIFIER EFFLUENT PUMP NO.2 12 TCE 02] (S10) 6 1" [TRICKLING FILTER WEIR GATE 12 WG 01] (S7) 7 2" [PANEL LC -2427 FEEDER] (S3) (MH -31,E10) 8 2" [12 UH 01] (S6) (MH -31,E11) 9 2" [TRICKLING FILTER CLARIFIER SLUDGE PUMP NO.1 12 SLP 01] (S16) (MH -31,E12) 10 2" [CWB TO TFDG] IN 1" INNERDUCT (S20) (MH -35,E7) 11 2" [GRIT SCREW CONVEYOR NO.1 12 GSC 01] (S18) (MH -31,E13) 12 2" [GRIT SCREW CONVEYOR NO.2 12 GSC 02](S9)(MH-31,E14) 13 2" SPARE (MH -31,E15) 14 2" SPARE (MH -31,E16) NOTES: GENERAL NOTES P01, P02, P03, PO4, P05 & P06. SEE DRAWING E-2 FOR GENERAL NOTES AND FOR GENERAL PLAN NOTES. 1. THE CIRCUIT DESIGNATIONS ARE DENOTED IN ORDER AS FOLLOWS: CIRCUIT DESCRIPTION, [FUNCTION, IF KNOWN], (REFERENCE WITHIN PULLHOLE) (REFERENCE OUTSIDE OF PULLHOLE.) EXAMPLE ENTRY: POWER CIRCUIT [PANEL "P"] (S2) (MH -10,E5) IN THE EXAMPLE ABOVE THE CIRCUIT DESCRIPTION IS "POWER CIRCUIT", THE FUNCTION IS (PANEL "P" FEEDER). THE REFERENCE WITHIN THE PULLHOLE IS (S2), SO THE CONDUCTORS ROUTE FROM THE DESCRIBED CONDUIT TO THE REFERENCED CONDUIT WITHIN THE PULLHOLE. THE REFERENCE OUTSIDE OF THE PULLHOLE IS (MH -10,E5). THIS IS THE REFERENCE TO THE OTHER END OF THE CONDUIT IN THE NEXT PULLHOLE. 2. SEE ONE UNE DIAGRAMS 1/E-6 FOR CIRCUIT AND EQUIPMENT INFORMATION. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY o I Gte !;, in M co Nii M in NI- wwUS in • ce rn co1- 0 cn N 0 YAKIMA, WASHINGTON J J U. I- 0 sal 0 ac 0 I— COW OL Z J a- 0 0 0 J U- W COI O CIW 0 CCCI UJ H Z CC W I— J PULLHOLE BUTTERFLY DIAGRAMS SHEET: E-5 OF: 6 JOB NO.: 13001 DWG: C—E00-05 APPDI DATE REVISION 0 z J J U. I- 0 sal 0 ac 0 I— COW OL Z J a- 0 0 0 J U- W COI O CIW 0 CCCI UJ H Z CC W I— J PULLHOLE BUTTERFLY DIAGRAMS SHEET: E-5 OF: 6 JOB NO.: 13001 DWG: C—E00-05 NOTE t 1 1 1 3 ; 2P -30A 65 KAIC 480 VAC (NOTE 1) 1 rt 1 NEW MCC BREAKER UNIT IN EXISTING "MCC CWA" (NOTE 1) I 1 2#6+1#8G (NEW), 2"C (EXISTING) PULLHOLE "MH -62" (EXISTING) 2#6+1#8G (NEW), 2"C (EXISTING) "- PULLHOLE "MH -29" (EXISTING) 2#6+1#8G (NEW), 4"C (EXISTING) PULLHOLE "MH -63" (EXISTING) 2#6+1#8G, 2"C 2#10+1#10G, 1"C 2P -15A 1 14 KAIC 1 NEMA 3R 316 SS 480\1.5 KVA 40/1I TRANSFORMER 120/ "T -DIVERSION" NEMA 3R 316 SS 2P -20A 10 KAIC I NEMA 3R I 316 SS L _ J PANELTRAN "DIVERSION" 240/120V 10 POLE SPACE O.L.D. 1/E-6 BASE BID AND ADDITIVE ITEM NO. 3 I- , I L . —1 2P -30A I 15A FUSE I NEMA 4X J316 SS 2#10+1#10G, 1"C — NOTE 5 TO EXISTING OUTFALL STRUCTURE EXISTING CONDUCTORS PANELBOARD CIRCUIT SCHEDULE PANELTRAN DIVERSION SECTION 1 OF 1 NOTES: GENERAL NOTES P01, P02, P03, PO4, P05 & P06. SEE DRAWING E-2 FOR GENERAL NOTES AND FOR GENERAL PLAN NOTES. 1. PROVIDE NEW BREAKER IN STANDARD 12" HIGH MCC UNIT AND INSTALL BREAKER UNIT IN EXISTING MOTOR CONTROL CENTER "MCC CWBA". EXISTING MCC IS EATON ELECTRICAL (CUTLER HAMMER) FREEDOM MOTOR CONTROL CENTER. 2. PROVIDE PANELBOARD "P" AND PROVIDE CONNECTIONS BETWEEN PANELBOARD "P" AND MOTOR OPERATED ACTUATORS IF ADDITIVE ITEM NO. 1 IS ACCEPTED. 3. PROVIDE GROUNDING CONNECTION AS SHOWN ON DRAWINGS E1-1 (IF ADDITIVE ITEM NO.4 IS ACCEPTED) AND E2-1. 4. PROVIDE PANELTRAN "DISCHARGE", UGHTING FIXTURES, AND CIRCUITS CONNECTED TO PANELTRAN "DISCHARGE" AS SHOWN ON DRAWINGS E1-1 IF ADDITIVE ITEM NO. 3 IS ACCEPTED. IF ADDITIVE ITEM NO. 1 IS NOT ACCEPTED AND ADDITIVE ITEM NO. 3 IS ACCEPTED, THEN TAP FEEDER FROM CIRCUIT FROM MCC CWBA AT PANELTRAN "DIVERSION" PRIMARY BREAKER AS SHOWN ON OLD 1/E-1. 5. LOCATE AND INTERCEPT EXISTING POWER CIRCUIT FOR OUTFALL STRUCTURE. EXTEND CONDUCTORS TO EITHER PANEL "P" (IF ADDITIVE ITEM NO. 1 IS ACCEPTED) OR TO NEW FUSIBLE DISCONNECT SWITCH (IF ADDITIVE ITEM NO. 1 IS NOT ACCEPTED). IT IS ACCEPTABLE TO PROVIDE A DIRECTLY BURIED CABLE SPUCE KIT IN JUNCTION BOX TO EXTEND CONDUCTORS. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY o I Gte!;, YAKIMA, WASHINGTON APPDI BREAKERPOLEPOLEBREAKER TYPE # # TYPE Cr)'. # CKT. # LOAD DESCRIPTION LOAD DESCRIPTION 1 KtC:tr I AC:Lt LIGHT POLE 1 P -20A 1 2 1P -20A SPARE 2 3 LIGHTING LIGHT POLE 1 P -20A 3 4 1 P -20A SPARE 4 5 SPARE 1P -20A 5 6 1P -20A SPARE 6 7 SPARE 1P -20A 7 8 1P -20A SPARE 8 9 SPACE 9 10 SPACE 10 11 SPACE 11 12 SPACE 12 NOTES: GENERAL NOTES P01, P02, P03, PO4, P05 & P06. SEE DRAWING E-2 FOR GENERAL NOTES AND FOR GENERAL PLAN NOTES. 1. PROVIDE NEW BREAKER IN STANDARD 12" HIGH MCC UNIT AND INSTALL BREAKER UNIT IN EXISTING MOTOR CONTROL CENTER "MCC CWBA". EXISTING MCC IS EATON ELECTRICAL (CUTLER HAMMER) FREEDOM MOTOR CONTROL CENTER. 2. PROVIDE PANELBOARD "P" AND PROVIDE CONNECTIONS BETWEEN PANELBOARD "P" AND MOTOR OPERATED ACTUATORS IF ADDITIVE ITEM NO. 1 IS ACCEPTED. 3. PROVIDE GROUNDING CONNECTION AS SHOWN ON DRAWINGS E1-1 (IF ADDITIVE ITEM NO.4 IS ACCEPTED) AND E2-1. 4. PROVIDE PANELTRAN "DISCHARGE", UGHTING FIXTURES, AND CIRCUITS CONNECTED TO PANELTRAN "DISCHARGE" AS SHOWN ON DRAWINGS E1-1 IF ADDITIVE ITEM NO. 3 IS ACCEPTED. IF ADDITIVE ITEM NO. 1 IS NOT ACCEPTED AND ADDITIVE ITEM NO. 3 IS ACCEPTED, THEN TAP FEEDER FROM CIRCUIT FROM MCC CWBA AT PANELTRAN "DIVERSION" PRIMARY BREAKER AS SHOWN ON OLD 1/E-1. 5. LOCATE AND INTERCEPT EXISTING POWER CIRCUIT FOR OUTFALL STRUCTURE. EXTEND CONDUCTORS TO EITHER PANEL "P" (IF ADDITIVE ITEM NO. 1 IS ACCEPTED) OR TO NEW FUSIBLE DISCONNECT SWITCH (IF ADDITIVE ITEM NO. 1 IS NOT ACCEPTED). IT IS ACCEPTABLE TO PROVIDE A DIRECTLY BURIED CABLE SPUCE KIT IN JUNCTION BOX TO EXTEND CONDUCTORS. 0 1" 2" TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY o I Gte!;, YAKIMA, WASHINGTON J J LL I- 0 ad 0 fE0 CO CC Z J a- 0 00 J U- CO I0 CILUCC EL > H Z CC W I— J co 2 a <0 2 p WIUZ J J W w Z 0 SHEET: E-6 OF: 6 JOB NO.: 13001 DWG: C -E00-06 APPDI DATE REVISION 0 z J J LL I- 0 ad 0 fE0 CO CC Z J a- 0 00 J U- CO I0 CILUCC EL > H Z CC W I— J co 2 a <0 2 p WIUZ J J W w Z 0 SHEET: E-6 OF: 6 JOB NO.: 13001 DWG: C -E00-06 STAINLESS STEEL 2 1/2" SQUARE TUBE SEE DETAIL 6/E-2 NOTE 1 GROUNDING CONDUCTOR POWER CIRCUIT TO MCC CWBA (NOTE 2) LJ NP 2 L' POWER CIRCUIT TO LUMINARIE/RECEPTACLE POWER CIRCUIT TO LUMINARIE/RECEPTACLE GREEN INSULATED GROUNDING CONDUCTOR ROUTE TO GROUNDING SYSTEM (NOTE 3) e NOTES: EXOTHERMICALLY WELDED CONNECTION (NOTE 3) F GROUND ti ROD (NOTE 3) LEFT SIDE VIEW GREEN INSULATED GROUNDING CONDUCTOR ROUTE TO GROUNDING SYSTEM (NOTE 33) NOTE 2 NOTE 1 EXOTHERMICALLY WELDED CONNECTION (NOTE 3) f GROUND ROD (NOTE 3) FRONT VIEW NP 1 NOTE 1 LJ U -r 1 /4" THICK STAINLESS STEEL NOTE 2 POWER CIRCUIT TO "OUTFALL STRUCTURE" POWER CIRCUIT FROM PANELTRAN "DIVERSION" ELECTRICAL DIVERSION STRUCTURE PANEL ELEVATIONS SCALE: 1" = 1'-O" (NOTE 2) NAMEPLATE INSCRIPTION NP1 I.D. PANELTRAN "DIVERSION" NP2 I.D. OUTFALL STRUCTURE DISCONNECT DIVERSION STRUCTURE NAMEPLATE SCHEDULE GENERAL NOTES P01, P02, P03, PO4, P05 & P06. SEE DRAWING E-2 FOR GENERAL NOTES AND FOR GENERAL PLAN NOTES. 1. MOUNT PANEL SUCH THAT BOTTOM OF PANEL IS AT LEAST 30" ABOVE GRADE. 2. PROVIDE 3 POLE, 30 AMPERE NEMA 4X FUSIBLE DISCONNECT AT THIS LOCATION. PROVIDE 20 AMPERE FUSES FOR EACH POLE. 3. PROVIDE #8 BARE COPPER GROUNDING ELECTRODE IN FOOTING AS SHOWN ON PLAN. PROVIDE GROUND RODS IN FOOTING CONNECTED TO ELECTRODE AS SHOWN ON PLAN. PROVIDE COPPER GROUNDING ELECTRODE CONDUCTOR CONNECTIONS TO EQUIPMENT AS FOLLOWS: PANELTRAN "DIVERSION STRUCTURE" STRUCTURAL STEEL (REBAR) STRUCTURAL FENCE MEMBER LIGHTING POLE #8 #8 #8 #8 EXOTHERMICALLY WELD ALL CONNECTIONS. ALL GROUNDING ELECTRODE CONDUCTORS NOT CONCEALED SHALL BE RUN IN PVC CONDUIT. 4. SEE DETAIL 1/E-2 FOR TRENCHING REQUIREMENTS. 5. BOND GROUNDING TO FENCE IF FENCING IS PROVIDED. 6. LOCATE EXISTING CIRCUIT TO OUTFALL STRUCTURE AND EXTEND CIRCUIT TO FUSIBLE DISCONNECT. VERIFY LOCATIONS OF UNDERGROUND CIRCUITS IN FIELD BY TONING, X—RAY, EXCAVATION POTHOLING OR OTHER MEANS. PROVIDE TYPE 1 JUNCTION BOX AND WITHIN JUNCTION BOX, SPLICE NEW CONDUCTORS TO EXISTING CIRCUIT. SCALE: NONE SUPPORT BASE FOR PANEL (SEE MECHANICAL SHEET M2-1) BOND TO LIGHT POLE (NOTE 3) x x X x X X x x x x x X x X /W GFCI ±G T 31 1 DIVERSION NOTE 4 -cp NOTE 4 �-c ■I BOND TO FENCE SUPPORT X X X X X X X X X X x x (NOTES 385) X X 11-0- GROUND ROD 1- 'i n LI n BOND TO POWER CIRCUIT _ _ - - ` J ) -6 TO MCC CWBA (SEE SHEET E-3 FOR CONTINUATION) STRUCTURAL REBAR (NOTE 3) PANELTRAN " DIVERSION" GROUND ROD (TYPICAL OF 2) OTE 3) ELECTRICAL DIVERSION STRUCTURE PLAN SCALE: 3/8" = 1'-O" L NOTE 6 X x X X x x x x x X x TO OUTFALL STRUCTURE 0 1" 2" 11 TWO INCHES AT FULL SCALE. IF NOT, SCALE ACCORDINGLY WASHINGTON J J LL 0 ed 0 oc cc0 IH W cc Z Ca a_ O ce a_ W J SHEET: E2-1 OF: 1 JOB NO.: 13001 DWG: C -E02-01 0 0 tl tl a LI] 1— a 0 REVISION I No. WASHINGTON J J LL 0 ed 0 oc cc0 IH W cc Z Ca a_ O ce a_ W J SHEET: E2-1 OF: 1 JOB NO.: 13001 DWG: C -E02-01 CITY OF YAKIMA YAKIMA COUNTY WASHINGTON CONTRACT PROVISIONS for FLOODPLAIN RESTORATION OUTFALL ALTERNATIVE PROJECT PHASE II Financing of the Project has been provided by City of Yakima, Washington, Washington State Recreation and Conservation Office, Washington State Department of Ecology Centennial Clean Water Fund, and the Yakima Basin Integrated Plan. G&O #13001 JUNE 2014 I i t 8 €Ik Lm rze Iris. R I D O L F y CONSULTING ENGINEERS CERTIFICATION The technical material and data contained in this document wore prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed below. GRAY & OSBORNE, INC. Prepared by Nancy Morter, P.E., Bjarne Jacobsen, P.E., and Glenn Malubay Division 1 All Sections except 01355 Division 2 Sections 02050,02230,02240,02250, 02300, 02305, 02370, 02530, 02700, 02710, 02740, 02820, 02900 Division 3 Sections 03200, 03300, 03350 Division 5 Sections 05500 Division 7 Section 07900 Division 9 Section 09900 Division 15 Sections 15050, 15066, 15120, 15121 CERTIFICATION The technical material and data contained in this document were prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed below RIDOLFI, Inc Division 1 01355 Division 2 Sections 02315, 02370, 02371, 02900, 02950 CERTIFICATION The technical material and data contained in this document were prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer license to practice as such, is affixed below. CONLEY ENGINEERING, INC. Division 16 Sections 16010, 16050, 16060, 16120, 16110, 16140, 16410, 16440, 16520 CONTRACT PROVISIONS TABLE OF CONTENTS CITY OF YAKIMA FLOODPLAIN RESTORATION OUTFALL ALTERNATIVE PROJECT PHASE II PAGE NO. CALL FOR BIDS PART 1. BID DOCUMENTS BIDDER'S CHECKLIST BC -1 PROPOSAL P-1 — P-9 PROPOSAL BOND PB -1 PART 2. AGREEMENT AND BONDS AGREEMENT A-1 — A-3 PERFORMANCE BOND .B-1 PUBLIC WORKS PAYMENT BOND .B-2 PART 3. GENERAL CONDITIONS & CENTENNIAL CLEAN WATER FUND INSERTS PART 4. TECHNICAL SPECIFICATIONS PART 5. WAGE RATES PART 6. APPENDIX Appendix A — Geotechnical Report (For Information Only) Appendix B — Permits Appendix C — Seasonal Groundwater Elevations TC -1 CALL FOR BIDS CITY OF YAKIMA FLOODPLAIN RESTORATION OUTFALL ALTERNATIVE PROJECT PHASE II City Project No. 2267 Sealed Proposals will be received by the undersigned at the City of Yakima, 129 North 2"d Street, Yakima WA 98901, up to 2 00 P.M., local time on Tuesday, July 1, 2014, for furnishing the necessary labor, materials, equipment, tools, and guarantees thereof to construct Floodplain Restoration and Outfall Alternative Project Phase II. The work shall consist of the construction of a new diversion structure, approximately 2,969 feet of 42 inch outfall piping and appurtenances, discharge structure, riffles and conveyance channels at the Wastewater Treatment Plant. The Work shall be substantially complete within 145 working days after the commencement date stated in the Notice to Proceed. All bidding and construction is to be performed in compliance with the Contract Provisions and Contract Plans for this project as prepared by Ridolfi and Gray & Osborne Inc and any addenda issued thereto that are on file at the office of the City Engineer, City Hall, Yakima, Washington. The Proposals will be publicly opened and read aloud shortly after the time and date stated above Proposals are to be submitted only on the form provided with the Contract Provisions All Proposals must be accompanied by a certified check, cashiers check, money order, or bid bond payable to the "City of Yakima" and in an amount of not less than five percent (5%) of the total amount bid. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Contract Provisions and Contract Plans may be examined at the office of the City Engineer, 129 North 2"d Street, Yakima, WA, local plan centers in the project area, or the office of the Project Engineer, Gray & Osborne, Inc Licensed Contractors and Material Suppliers may obtain a copy of the Contract Provisions and Contract Plans at www questcdn.com You may download the digital plan documents for $20 00 by inputting Quest project # TBD on the website's Project Search page Please contact QuestCDN com at 952-233- 1632 or infos questcdn.conn 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 upon payment in the amount of $50 00 for each set, non-refundable CB -1 A Prebid Conference is scheduled for Tuesday June 24, 2014 The conference will begin at the Yakima Regional Wastewater Treatment Plant, 2220 East Viola, Yakima, Washington at 10 00 A.M. (local time) Prospective bidders are encouraged to participate Any other site visits shall be limited to 9 00 A.M. to 5 00 P.M., Monday through Friday, and shall be coordinated through Jeremy Hoover, of the City of Yakima, by calling 509- 424-2589, at least 24 hours in advance of the visit. No unauthorized visits or unscheduled visits will be allowed. 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 2004-4 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, herby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Financing of the Project has been provided by City of Yakima, Washington, Washington State Recreation and Conservation Office, Washington State Department of Ecology Centennial Clean Water Fund, and the Yakima Basin Integrated Plan. The City of Yakima expressly reserves the right to reject any or all Proposals and to waive minor irregularities or informalities and to Award the Project to the lowest responsive, responsible bidder as it best serves the interests of the City (Signed) SONYA CLAAR TEE CITY CLERK The City reserves the right to reject any or all bids and proposals DATED this 17t1i day of June, 2014 PUBLISH. Tuesday, June 17, 2014 Tuesday, June 24, 2014 CB -2 PART 1 BID DOCUMENTS BIDDER'S CHECKLIST 1. REQUIRED FORMS The Bidder shall submit the following forms, which must be executed in full and submitted with the Proposal a. Proposal (including Statement of Bidder's Qualifications) (Pages P-1 - P-10) b Bid Deposit or Proposal Bond (PB -1) c List of MBE/WBE subcontractors intended to be used on this project, if applicable, see Centennial Clean Water Fund inserts d. E -Verify Compliance Declaration (E-1) e Bidder Certification Form (BC -1 — BC -8) 2. AGREEMENT FORMS The following forms (a., b , and c ) are to be executed and the following Certificates of Insurance (d. and e ) are to be provided after the Contract is awarded and prior to Notice to Proceed. a. Agreement (Pages A-1 - A-3) b Performance Bond (Page B-1) c Public Works Payment Bond (Page B-2) d. Certificate of Insurance e Certificate of Builders Risk Insurance f Subcontractor Certification Form (SCC -1) BC -1 FLOODPLAIN RESTORATION OUTFALL ALTERNATIVE PROJECT PHASE II PROPOSAL City of Yakima 129 North 2"d Street Yakima, WA 98901 The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable laws and regulations covering the Work. The following unit and lump sum prices are tendered as an offer to perform the Work in accordance with all of the requirements set forth in the Contract and all applicable laws and regulations As required by the Contract, a certified check, bank draft, cashier's check or Proposal bond made payable to the Owner is attached hereto If this Proposal is accepted and the undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance bond, labor and material payment bond, special guarantee bonds (if required), required insurance and all other required documentation, the undersigned will forfeit to the Owner an amount equal to five percent of the amount bid. 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 any 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. P-1 PROPOSAL - Continued BASE BID: NO ITEM QUANTITY UNIT PRICE AMOUNT 1 Mobilization and Demobilization 1 LS $ $ 2 Minor Changes 1 CALC $15,000 00 $ 3 Unsuitable Excavation 100 CY $ $ 4 Trench Excavation Safety Systems 1 LS $ $ 5 Erosion Control 1 LS $ $ 6 Dewatering 1 LS $ $ 7 Diversion and Discharge Structures 1 LS $ $ 8 42 -inch PVC Outfall Pipe 2969 LF $ $ 9 Pipeline Surface Restoration 1 LS $ $ 10 Road Repair 1 LS $ $ 11 Trail Repair 1 LS $ $ 12 Conveyance Channel Stripping and Stockpiling of Topsoil 1 LS $ $ 13 Conveyance Channel Excavation Incl Haul 5750 CY $ $ 14 Light Loose Riprap 1 LS $ $ 15 Removal and Relocation of Existing Riprap 1 LS $ $ 16 Conveyance Channel Hydroseeding 4 ACRES $ $ 17 Electrical 1 LS $ $ Subtotal (Base Bid) Washington State Sales Tax (8 2%) TOTAL CONSTRUCTION COST (BASE BID) P-2 $ $ $ PROPOSAL - Continued ADDITIVE ITEM NO. 1 72 -INCH MANHOLES: NO ITEM QUANTITY UNIT PRICE AMOUNT 1 72 -inch Manhole 4 EA $ $ Subtotal (Additive Item No 1) $ Washington State Sales Tax (8.2%) $ TOTAL CONSTRUCTION COST (ADDITIVE ITEM NO 1) $ BID SUMMARY 1 TOTAL CONSTRUCTION COST (BASE BID forwarded from page P-2) $ 2 TOTAL CONSTRUCTION COST (ADDITIVE ITEM 1 from pages P-3) $ TOTAL CONSTRUCTION COST (BASE BID AND ADDITIVE ITEMS) $ Note: A bid must be received on all items. If any unit prices or extensions are left blank, they will be entered as $0.00. P-3 PROPOSAL - Continued ALTERNATES TO BID ITEMS Bidders shall use this page to submit proposals on any alternate types of equipment or materials that bidders recommend the Owner consider using. Contract Award will be made on the basis of equipment and materials that are specified. After Award, the Owner may consider any proposal alternates that, in the opinion of the Owner, will be equivalent to or better than the item specified and/or used as the basis of contract Award. The Owner shall have complete discretion on whether to use any alternates, and the Owner's decision shall not be subject to challenge BASE BID Alternate to Bid Item No. Item Manufacturer Amount Bid ADDITIVE ITEM. Alternate to Bid Item No. Item Manufacturer Amount Bid P-4 PROPOSAL - Continued Name of Firm STATEMENT OF BIDDER'S QUALIFICATIONS Address Telephone No Contact Person for this Project E-mail Fax No Number of years the Contractor has been engaged in the construction business under the present firm name, as indicated above Gross dollar amount of work currently under contract Gross dollar amount of contracts currently not completed General character of work performed by firm List of five major projects of a similar nature which have been completed by the Contractor within the last five years and the gross dollar amount of each project, together with the Owner's name and telephone number, and the Engineer's name Project Name Amount Owner Phone Engineer's Name P-5 PROPOSAL - Continued 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 Bank Reference How many general superintendents or other responsible employees in a supervisory position do you have at this time, and how long have they been with the firm Identify who will be the general superintendent and/or project superintendent on this project. Also, list the number of years each person identified has been with firm Have you changed bonding companies within the last three years If so, whys Have you ever been a party to a lawsuit or an arbitration proceeding in any way relating to a construction project'? Identify the proceeding and parties and describe the claims asserted by all parties What was the disposition of the case Do you have any outstanding payments due to the Department of Revenue If yes, explain. Bidder agrees that the Owner shall have the right to obtain credit reports Yes No P-6 PROPOSAL - Continued WORK COMPLETED BY CONTRACTOR List the Work and the dollar amount thereof that the Contractor will complete with its forces, if awarded the contract. Work to be Performed Dollar Amount PROPOSED SUBCONTRACTORS (Per RCW 39 30 060) For Proposals exceeding one million dollars, indicate who (either the Contractor submitting this bid or a subcontractor) will be completing the work for each of the three categories listed below Information shall include their Washington State Department of Licensing Contractor's Registration No This information shall be provided with the Proposal or within one hour after the published Proposal submittal time in accordance with RCW 39 30 060 Work to be Performed Subcontractor or Prime (Name and Registration Number) Heating, Ventilation and Air Conditioning Plumbing Electrical P-7 PROPOSAL - Continued ADDENDA RECEIVED Addendum No. Date Received Name of Recipient NOTE: Bidder shall acknowledge receipt of all addenda. Bidder is responsible for verifying the actual number of addenda issued prior to submitting a Proposal. Subject to any extensions of the Contract time granted under the Contract, the undersigned agrees to substantially complete the Work required under this Contract within 145 working days (the Substantial Completion Date) and to physically complete the Work required under this contract within 165 working days (the Physical Completion Date) from when Contract Time begins The undersigned has reviewed and fully understands the provisions in the Contract regarding liquidated damages and agrees that liquidated damages shall be $500 00 per day for each and every working day beyond the Contract time allowed for substantial completion until the Substantial Completion Date is achieved and $1000 00 for each and every working day required beyond the Contract Time for physical completion until the Physical Completion Date is achieved. The undersigned is in, and will remain in, full compliance with all Washington State Department of Licensing requirements for contractors, including but not limited to requirements for bond, proof of insurance and annual registration fee The undersigned's Washington State Dept. of Labor and Industries Workman's Compensation Account No is Dept. of Licensing Contractor's Registration No is Unified Business Identifier Number is Excise Tax Registration Number is Employment Security Account Number is , and The undersigned has reviewed all insurance requirements contained in the Contract and has verified the availability of and the undersigned's eligibility for all required insurance The undersigned verifies that the cost for all required insurance, has been included in this Proposal The undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title 51 This waiver has been specially negotiated by the parties, which is acknowledged by the undersigned in signing this Proposal By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the United States and the State of Washington, that the following statements are true and correct P-8 PROPOSAL - Continued 1 That the undersigned person(s) or entity(ies) 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 Bid is submitted. 2 That by signing the signature page of this Bid, I am deemed to have signed and to have agreed to the provisions of this declaration. The undersigned agrees that the Owner is authorized to obtain information from all references included herein. Very truly yours, Print Company Name By Print Name Sign Name Title Date Amount of bid deposit $ Check No or bid bond in the amount of $ located at , issued through Name of Bank/Bonding Company Mailing Address Telephone Number of Bank/Bonding Company P-9 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we of as principal, and the a corporation duly organized under the laws of the state of , and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the CITY OF YAKIMA in the full and penal sum of five percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following construction project, to wit FLOODPLAIN RESTORATION OUTFALL ALTERNATIVE PROJECT PHASE II said bid and proposal, by reference thereto, being made a part hereof NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if said principal shall duly make and enter into and execute said Contract and shall furnish bond as required by the CITY OF YAKIMA within a period of 10 days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this day of (Principal) (Surety) (Attorney-in-fact) PB -1 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 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 Dated this day of , 20 Signature Printed Name Phone #. Email Address City of Yakima E-1 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 BC -1 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 BC -2 RESOLUTION NO. D - 48 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. • S, 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 WHE • • S, 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 Business Enterprise Policy", a copy of which is and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this k day of And Minority attached hereto 1983. •-.3.f 1 -FLA --- • ATTEST: City of Yakima BC -3 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 City of Yakima BC -4 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 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 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 BC -5 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance r t 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 City of Yakima BC -6 requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head 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 BC -7 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 and, as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being and, 2 It will obtain from each of its subcontractors 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) City of Yakima BC -8 PART 2 AGREEMENT AND BONDS AGREEMENT THIS AGREEMENT is entered into by and between the (hereinafter called the Owner) and (hereinafter called the Contractor) The Owner and the Contractor agree as follows ARTICLE 1. WORK. The work shall consist of the construction of a new diversion structure, new outfall piping, discharge structure and conveyance channels at the Wastewater Treatment Plant. ARTICLE 2. CONTRACT TIME. The Contractor shall substantially complete the Work required by the Contract within working days (the Substantial Completion Date) and physically complete the Work within working days (the Physical Completion Date) ARTICLE 3. LIQUIDATED DAMAGES. The Owner and the Contractor recognize that time is of the essence and that the Owner will suffer financial loss if the Work is not completed within the time, plus any extensions thereof, allowed in accordance with the Contract. They also recognize the inconvenience, expense, and difficulties involved in a legal proceeding to prove the actual loss suffered by the Owner if the Work is not completed within the time allowed in the Contract. Accordingly, the Owner and the Contractor agree that as liquidated damages for delay, and not as a penalty, the Contractor shall pay the Owner ($ ) per day for each working day beyond the Substantial Completion Date that the Contractor achieves substantial completion of the Work and ($ ) for each working day beyond the Physical Completion Date that the Contractor achieves physical completion of the Work. ARTICLE 4. CONTRACT PRICE. The Owner shall pay the Contractor the amount(s) set forth in the Proposal (in United States dollars) for completion of the Work in accordance with the Contract. A-1 AGREEMENT — Continued ARTICLE 5. CONTRACT. The Contract, which comprises the entire agreement between the Owner and the Contractor concerning the Work, consists of the following • This Agreement; • The Call for Bids, • The Contractor's Proposal including the bid, bid schedule(s), information required of bidder, Proposal bond, and all required certificates and affidavits, • The performance bond and the labor and material payment bond, • The Contract Provisions, including 2012 WSDOT Standard Specification as referenced, • The Plans (or drawings) consisting of index on sheet of the Plans, • Addenda numbers , inclusive, and sheets, as listed in the • Change Orders issued after the effective date of this Agreement. There are no Contract Documents other than those listed in this Article 5 The Contract may be amended only in writing by Change Order as provided in the Contract. ARTICLE 6. MISCELLANEOUS. The Contractor specifically waives any immunity granted under the State Industrial Insurance Law, RCW Title 51, which is specifically acknowledged by the Contractor (Contractor's initials) The Contractor shall not assign any rights under or interests in the Contract, including but not limited to rights to payment, without the prior written consent of the Owner Unless specifically stated in a written consent to an assignment, no assignment will release or discharge the Contractor -assignor from any duty or responsibility under the Contract. The Contract is binding upon the Owner and the Contractor, and their respective partners, successors, assigns and legal representatives IN WITNESS WHEREOF, Owner and Contractor have caused this Agreement to be executed the day and year first above written. A-2 AGREEMENT — Continued CITY OF YAKIMA CONTRACTOR License No By By Date Title Attest Name and Address for giving notices (print) A-3 PERFORMANCE BOND to CITY OF YAKIMA, WA Bond No The CITY OF YAKIMA, Washington, (City or County) has awarded to (Principal), a contract for the construction of the project designated as Floodplain Restoration Outfall Alternative Project Phase II in Yakima, Washington (Contract), and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal, and (Surety), a corporation, organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U S Treasury Dept., are jointly and severally held and firmly bound to the City, in the sum of US Dollars ($ ) Total Contract Amount, subject to the provisions herein. This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terns and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified, and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terns of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terns of the Contract or the work performed. The Surety agrees that modifications and changes to the terns and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety PRINCIPAL SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name, address, and telephone of local office/agent of Surety Company is. Approved as to form. City Attorney, City of Yakima Date DOT Form 272-002A EF 11'2012 B-1 PUBLIC WORKS PAYMENT BOND to CITY OF YAKIMA, WA Bond No The CITY OF YAKIMA, Washington, (City or County) has awarded to (Principal), a contract for the construction of the project designated as Floodplain Restoration Outfall Alternative Project Phase II in Yakima Washington (Contract), and said Principal is required under the teens of that Contract to furnish a payment bond in accord with Title 39 08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW The Principal, and (Surety), a corporation organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U S Treasury Dept., are jointly and severally held and finely bound to the City, in the sum of US Dollars ($ ) Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW Titles 39 08 and 39 12 including all workers, laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work: and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terns of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, except as provided herein, and waives notice of any change, extension of time, alteration or addition to the terns of the Contract or the work performed. The Surety agrees that modifications and changes to the terns and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety PRINCIPAL SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name, address, and telephone of local office/agent of Surety Company is. Approved as to form. City Attorney, City of Yakima Date DOT Form 272-002A EF 11'2012 B-2 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 SCC -1 PART 3 GENERAL CONDITIONS GENERAL CONDITIONS TABLE OF CONTENTS PAGE SECTION 1 - GENERAL INFORMATION APPLICABLE TO PROPOSAL AND CONTRACT 1 1 01 DEFINITIONS AND TERMINOLOGY 1 1 02 ABBREVIATIONS AND TERMINOLOGY 1 1 02 1 REFERENCED STANDARDS AND CODES 1 102.2 TERMINOLOGY 3 1 02 3 ITEMS OF WORK AND UNITS OF MEASUREMENT 3 103 DEFINITIONS 5 SECTION 2 - INSTRUCTIONS FOR PREPARATION OF PROPOSAL (OR BID) 9 2 01 BID PROCEDURES AND CONDITIONS 9 2 01 1 QUALIFICATIONS OF BIDDERS 9 2 01.2 CONTRACT PROVISIONS AND CONTRACT PLANS 9 2 01 3 ESTIMATED QUANTITIES 9 2 01 4 EXAMINATION OF CONTRACT AND SITE 10 2 01 4(1) General 10 2 01 4(2) Interpretation of the Contract Provisions and Contract Plans 10 2 01 4(3) Subsurface Information 11 2 01 4(4) Availability of Specified Items 11 2 01 5 BID DEPOSIT 11 2 01 6 PROPOSAL 12 2 01 7 MODIFICATION OF PROPOSAL 13 2 01 8 DISQUALIFICATION OF BIDDERS 13 2 01 9 PROPOSAL ERRORS 15 2 02 AWARD AND EXECUTION OF CONTRACT 16 2 02 1 AWARD OF CONTRACT 16 2 02.2 EXECUTION OF CONTRACT 16 2 02 3 FAILURE TO EXECUTE CONTRACT 17 2 02 4 RETURN OF BID DEPOSIT 17 2 02 5 NOTICE TO PROCEED 17 SECTION 3 - GENERAL REQUIREMENTS OF THE CONTRACT 17 3 01 SCOPE OF THE WORK 17 3 01 1 INTENT OF THE CONTRACT 17 3 01.2 COORDINATION OF CONTRACT 18 3 01 3 ASSIGNMENT OF CONTRACT 18 3 02 CONTROL OF WORK 18 3 02 1 AUTHORITY AND ROLE OF THE ENGINEER 18 3 02.2 AUTHORITY OF FIELD REPRESENTATIVE 20 3 02 3 CONSTRUCTION OBSERVATION AND INSPECTIONS 21 3 02 4 EMERGENCY CONTACT LIST 22 3 02 5 ORAL AGREEMENTS .22 3 03 LEGAL RELATIONS AND RESPONSIBILITIES 22 3 03 1 APPLICABLE LAWS AND REGULATIONS .22 City of Yakima May 28, 2014 — General Conditions 3 03 1(1) General .22 3 03 1(2) Utilities and Similar Facilities .22 3 03 1(3) Site Maintenance .23 3 03 1(4) State Taxes .23 3 03 1(5) Equal Employment Responsibilities .25 3 03 1(6) Archaeological and Historical Objects 25 3 03.2 SAFETY MEASURES .25 3 03 3 HAZARDOUS MATERIAL 26 3 03 4 PAYMENT OF WAGES AND RELATED REQUIREMENTS .26 3 03 4(1) Minimum Prevailing Wage Requirements .26 3 03 4(2) Posting Notice Requirements 27 3 03 4(3) Apprentices .28 3 03 4(4) Required Documents .28 3 03 5 BONDS, INSURANCE AND INDEMNITY OBLIGATIONS 29 3 03 5(1) Contract Bonds .29 3 03 5(1 1) Two -Year Guarantee Period 30 3 03 5(2) Worker's Benefits 30 3 03 5(3) Public Liability & Property Damage Insurance 31 3 03 5(3 1) General Requirements 31 3 03 5(3.2) Additional Insured 32 3 03 5(3 3) Subcontractors 32 3 03 5(3 4) Evidence of Insurance 32 3 03 5(3 5) Coverages and Limits 33 3 03 5(3 5)A Commercial General Liability 33 3 03 5(3 5)B Automobile Liability 34 3 03 5(3 5)C Workers' Compensation 34 3 03 5(3 5)D Coverage for Working On, Over, or Near Navigable Waters 34 3 03 5(3 5)E Builders Risk Insurance 34 3 03 5(3 5)F Excess or Umbrella Liability 35 3 03 5(4) Indemnity and Hold Harmless 35 3 03 5(5) Patent Royalties & Process Fees 36 3 03 6 METHOD OF SERVING NOTICE 36 3 04 PROSECUTION AND PROGRESS OF THE WORK 37 3 04 1 QUALITY OF WORK 37 3 04 1(1) Workmanship 37 3 04 1(2) Contractor's Supervisory and Site Personnel 37 3 04.2 MATERIALS AND EQUIPMENT 38 3 04 3 SPECIFICATION OF PARTICULAR MATERIALS AND EQUIPMENT 38 3 04 4 STORAGE 39 3 04 4(1) On -Site Storage 39 3 04 4(2) Off -Site Storage 39 3 04 5 DEFECTIVE MATERIALS, EQUIPMENT AND WORKMANSHIP 39 3 04 6 CHANGES IN THE WORK 41 3 04 7 DIFFERING SITE CONDITIONS 43 3 04 8 PROTEST BY THE CONTRACTOR 44 3 04 9 SUBCONTRACTORS AND SUBCONTRACTS 45 City of Yakima May 28, 2014 — General Conditions i1 3 04 9(1) Contractor Responsibility 45 3 04 9(2) Contractor Work Performance Requirement 46 3 04 9(3) Approval of Subcontractors 46 3 04 9(4) Subcontracts 46 3 04 9(5) Incorporation of Contract 46 3 04 9(6) Replacement of Subcontractors 46 3 04 10 MUTUAL RESPONSIBILITY OF CONTRACTORS 47 3 04 11 RISK OF LOSS 47 3 04 12 MEASUREMENT AND PAYMENT 47 3 04 12(1) General 47 3 04 12(2) Measurement 48 3 04 12(3) Payment 48 3 04 12(4) Access to Books and Records 48 3 04 12(5) Progress Payment Estimates 48 3 04 12(6) Payment for Materials on Hand 48 3 04 12(7) Payments Withheld 49 3 04 12(8) Payment Upon Correction of Deficiencies 49 3 04 12(9) Final Payment 49 3 04 13 WORK HOURS 50 3 04 14 CONTRACT TIME 51 3 04 15 CONSTRUCTION SCHEDULE 52 3 04 15(1) Progress Schedule 52 3 04 15(2) Extensions of the Contract Time 54 3 04 15(3) Liquidated Damages 55 3 04 16 COMPLETION AND ACCEPTANCE OF THE WORK 55 3 04 16(1) Substantial Completion Date 55 3 04 16(2) Physical Completion Date 56 3 04 16(3) Contract Completion Date (Acceptance of the Project) 56 3 04 16(4) Use of Completed Portions of the Work 58 3 04 16(5) Waiver of Claims by Contractor 58 3 04 17 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT 58 3 04 18 RETAINAGE 58 3 05 DISPUTES AND CLAIMS 59 3 05 1 DISPUTES 59 3 05.2 CLAIMS 60 3 05 3 CLAIMS RESOLUTION 63 3 05 4 CONTINUATION OF WORK PENDING RESOLUTION OF DISPUTES 63 3 06 AUDITS 63 3 07 SUSPENSION OF WORK AND TERMINATION OF CONTRACT 64 3 07 1 SUSPENSION OF WORK 64 3 07.2 TERMINATION FOR DEFAULT 64 3 07 3 TERMINATION FOR CONVENIENCE OF THE OWNER 65 3 07 4 RESPONSIBILITY OF THE CONTRACTOR AND SURETY 65 City of Yakima May 28, 2014 — General Conditions iii GENERAL CONDITIONS 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 for Testing and Material 1 City of Yakima May 28, 2014 — General Conditions AWPA American Wood Preservers' Association AWS American Welding Society AWWA American Water Works Association CFR Code of Federal Regulations CLI Chain Link Institute CRAB County Road Administration Board CRSI Concrete Reinforcing Steel Institute C SA 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 City of Yakima May 28, 2014 — General Conditions UL Underwriters' Laboratory ULID Utility Local Improvement District UMTA Urban Mass Transit Administration 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 Al 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 3 City of Yakima May 28, 2014 — General Conditions DIM Dimension EA Each EL Elevation Est. Estimate or Estimated 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 City of Yakima May 28, 2014 — General Conditions 1.03 DEFINITIONS ACCEPTANCE The formal action by Owner or Owner's governing body as provided in RCW 39 08 and RCW 6028 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 addition to the base bid. ALTERNATE One of two or more units of work or groups of bid items, identified separately in the Proposal, from which the 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. 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 5 City of Yakima May 28, 2014 — General Conditions COMMISSION, COUNCIL, OR BOARD OF DIRECTORS The duly elected or appointed Council, Commission, or Board of Directors of the Owner CONTRACT The written agreement between the Owner and the Contractor It describes, among other things A. What work will be done, and by when, B Who will provide labor and materials, and C 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, which 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 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 6 City of Yakima May 28, 2014 — General Conditions 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 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 of temporary 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 Owner 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 NOTICE TO PROCEED The written notice from the Owner to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract Time begins OWNER The government entity or agency that awards the contract to the Contractor and is responsible for the execution and administration of the Contract. 7 City of Yakima May 28, 2014 — General Conditions 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 PROJECT ENGINEER/ENGINEER A Professional Engineer licensed in the State of Washington designated as an Owner's representative that is responsible for the project design. PROPOSAL (or BID) A Bidder's offer, on a properly completed Proposal form, to perform the Work required by the Contract. FIELD REPRESENTATIVE The Owner's representative who observes the Contractor's performance of the 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. 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 8 City of Yakima May 28, 2014 — 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 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 Owner for approval INSTRUCTIONS FOR PREPARATION OF PROPOSAL (OR BID) 1.04 BID PROCEDURES AND CONDITIONS 2.01.1 QUALIFICATIONS OF BIDDERS A. 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 B Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39 04 350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 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. 9 City of Yakima May 28, 2014 — General Conditions 2.01.4 EXAMINATION OF CONTRACT AND SITE 2.01.4(1) General A. Bidders shall satisfy themselves by personal examination of Contract Provisions, Contract Plans, and site of the proposed improvements, and by any other examination and investigation which they may desire to make as to the accuracy of the estimate of quantities, the nature of the 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. B 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. 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. 10 City of Yakima May 28, 2014 — General Conditions 2.01.4(3) Subsurface Information A. 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 1 The Bidders' interpretations from the boring logs may be correct; 2 Moisture conditions and indicated water tables will not vary from those found at the time the borings were made, 3 The ground at the location of the borings has not been physically disturbed or altered after the boring was made, and 4 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. B 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 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 BID DEPOSIT A deposit of at least 5 percent of the total bid 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 Bid Deposit will be held as a 11 City of Yakima May 28, 2014 — General Conditions 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 A. 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 B 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 C 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 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 FLOODPLAIN RESTORATION AND OUTFALL ALTERNATIVE PHASE II" to be opened on the day of , 2014," (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 D Bidders' attention is directed to the portion of the Proposal that requires 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 E Bidders' attention is also directed to RCW 39 30 060, which 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 of the 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 of the 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 12 City of Yakima May 28, 2014 — General Conditions 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 Owner 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. 1 Name, address, email address, facsimile number, telephone number, contractor registration number and certification numbers, 2 The type of Work to be performed, 3 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 a. Name of project, b Name, address, and telephone number of the project owner; and 4 Any additional pertinent information establishing the experience or qualifications of the proposed Subcontractor F 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 MODIFICATION OF PROPOSAL A modification of a Proposal will be considered only if the modification is received prior to the time announced for the opening of Proposals All modifications shall be made in writing, executed and submitted in the same form and manner as the original Proposal No oral, telegraphic, telephonic, facsimile or email proposals or modifications will be considered. 2.01.8 DISQUALIFICATION OF BIDDERS A. A proposal will be considered irregular and will be rejected if 1 The Bidder is not prequalified when so required, 13 City of Yakima May 28, 2014 — General Conditions 2 The authorized proposal form furnished by the Owner is not used or is altered, 3 The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions, 4 The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; 5 A price per unit cannot be determined from the Bid Proposal, 6 The Proposal form is not properly executed, 7 The Bidder fails to submit or properly complete a Subcontractor list, if applicable, 8 The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, 9 The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation, or 10 More than one proposal is submitted for the same project from a Bidder under the same or different names B A Bidder will be deemed not responsible if 1 The Bidder does not meet the mandatory bidder responsibility criteria in RCW 39 04 350(1), or 2 Evidence of collusion exists with any other Bidder or potential Bidder Participants in collusion will be restricted from submitting further bids, or 3 The Bidder, in the opinion of the Owner, does not have the means or the qualifications to complete the Work; or 4 An unsatisfactory performance record exists based on past or current Owner work or for work done for others, as judged from the standpoint of conduct of the work; workmanship, or progress, affirmative action, equal employment opportunity practices, termination for cause, or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization, or 5 There is uncompleted work (Owner or otherwise), which in the opinion of the Owner might hinder or prevent the prompt completion of the work bid upon, or 6 The Bidder failed to settle bills for labor or materials on past or current 14 City of Yakima May 28, 2014 — General Conditions contracts, unless there are extenuating circumstances acceptable to the Owner; or 7 The Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Owner; or 8 The Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Owner; or 9 There are any other reasons deemed proper by the Owner C The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall be any documents or facts obtained by Owner (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to (1) financial, historical, or operational data from the Bidder; (2) information obtained directly by the Owner from owners for whom the Bidder has worked, or other public agencies or private enterprises, and (3) any additional information obtained by the Owner which is believed to be relevant to the matter D 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. Written notice will be provided to the Bidder, by facsimile to the fax number provided at the time of obtaining the Contract Documents If the Bidder disagrees with this determination, it may appeal the determination within 48 hours of receipt of the Owner's determination by presenting its appeal in writing to the Owner The Owner will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Owner will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 2.01.9 PROPOSAL ERRORS A. 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 B 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 15 City of Yakima May 28, 2014 — General Conditions 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 1.05 AWARD AND EXECUTION OF CONTRACT 2.02.1 AWARD OF CONTRACT A. 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. 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. B 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 A. Within 10 calendar days after notification by the Owner of the Award, the successful Bidder shall return to the Owner 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 of the 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. B Should the successful bidder fail to return to the Owner 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 16 City of Yakima May 28, 2014 — General Conditions C 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 The Contractor's Bid Deposit described in section 2 01 5 will then be considered forfeit. 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. 2.02.5 NOTICE TO PROCEED A written Notice to Proceed will be issued to the Contractor by the Owner 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 Contract Time allowed for Substantial Completion of the Work and Physical Completion of the Work 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 the Contractor begins to perform Work on site, whichever is first. The Contractor shall not commence Work until the Notice to Proceed has been issued. GENERAL REQUIREMENTS OF THE CONTRACT 1.06 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 17 City of Yakima May 28, 2014 — General Conditions 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 parts of the Contract shall be resolved by the following order of precedence (e g., 1 presiding over 2 through 4, 2 presiding over 3 through 4, etc ) A. Addenda, B The Agreement and Proposal Form, C Specifications, 1 Supplementary General Conditions (including conditions supplied by federal or state agencies on projects funded, in whole or part, by such agencies In the event of a conflict in various forms of General Conditions, those conditions affording the greatest benefit or protection to the Owner shall govern.), 2 General Conditions, 3 Technical Specifications, D Contract Plans 3.01.3 ASSIGNMENT OF CONTRACT The Contractor shall not assign this Contract or any part of this contract or of the funds to be received under this 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. 1.07 CONTROL OF WORK 3.02.1 AUTHORITY AND ROLE OF THE ENGINEER A. The Engineer is an authorized representative of the Owner, and is employed to act as advisor and consultant to the Owner in engineering matters relating to the Design. Among other things, the Engineer shall determine the amount, quality, acceptability and fitness of the various kinds of Work, materials and equipment, 18 City of Yakima May 28, 2014 — General Conditions which are to be paid for under the Contract; and decide all other questions relating to quality, acceptability and conformity of labor and materials to the requirements of the design. B The Engineer does not purport to be a safety expert, and is not engaged in that capacity under this 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 C The Engineer shall have no liability whatsoever to, or contractual relationship with, the Contractor in any way relating to this 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. D 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 E 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. F 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 19 City of Yakima May 28, 2014 — General Conditions 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 A. 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. B 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 C 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. D 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 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 E The Field Representative does not purport to be a safety expert, and is not engaged in that capacity under this 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 20 City of Yakima May 28, 2014 — General Conditions 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 A. 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. B 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 C 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 If the Work is determined to comply with the requirements of the Contract, and if the work had been covered after notice to and with the authority of the Engineer, the cost of uncovering, examining, and restoring the Work shall be borne by the Owner and paid to the Contractor as extra Work as provided in the Contract. D The Contractor shall promptly comply with all directions of the Owner 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 Owner in accordance with the Contract, and the Owner's decision shall be final 21 City of Yakima May 28, 2014 — General Conditions 3.02.4 EMERGENCY CONTACT LIST The Contractor shall submit an emergency contact list to the Owner 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 behalf of the Contractor and include one or more alternates The emergency contact shall be available upon the Owner'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 of the 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 1.08 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 A. The Contractor shall protect all private and public utilities from damage Utilities include, among others telephone lines, cable television and high-speed internet 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. B 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 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. 22 City of Yakima May 28, 2014 — General Conditions C 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 Owner in writing. D 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. E 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 A. 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 B 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. C 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 this contract or not. Any amount so deducted will be paid into the proper State fund. A. State Sales Tax Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc , which are owned by a municipal corporation, 23 City of Yakima May 28, 2014 — General Conditions 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 a. 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. b 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. c 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) 24 City of Yakima May 28, 2014 — General Conditions 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 regulations from these General Conditions shall not excuse the Contractor from compliance with such laws, regulations or policies 3.03.1(6) Archaeological and Historical Objects A. 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 Owner of any such finds B The Owner 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 Owner may require the Contractor to suspend work in the vicinity of the discovery until salvage is accomplished. C If the Owner 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 this Contract, the Owner 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 A. All Work under this 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 of the Work. This requirement shall apply continuously and not be limited to normal working hours B The Owner or 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 of the 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 this 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 25 City of Yakima May 28, 2014 — General Conditions C 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 include provisions to the contrary 3.03.4 PAYMENT OF WAGES AND RELATED REQUIREMENTS 3.03.4(1) Minimum Prevailing Wage Requirements A. This 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 26 City of Yakima May 28, 2014 — General Conditions 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 necessary to complete this Contract. Therefore, should a violation of this Subsection occur by any firm that is providing Work or materials for completion of this 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 A. 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 1 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, 2 One copy of the prevailing wage rates for the project; 3 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 4 FHWA 1495/1495A "Wage Rate Information" poster if the project is funded with federal aid. B 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. 27 City of Yakima May 28, 2014 — General Conditions 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 3.03.4(4) Required Documents The Contractor, Subcontractors, and firms covered under RCW 39 12 that provided work and materials for the Contract shall submit the following to the Owner. A. A copy of an approved "Statement of Intent to Pay Prevailing Wages " The Owner will make no payment under this 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 Owner specifically approves an alternate 28 City of Yakima May 28, 2014 — General Conditions 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. 3.03.5 BONDS, INSURANCE AND INDEMNITY OBLIGATIONS 3.03.5(1) Contract Bonds A. 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 Contracting Agency against any claim of direct or indirect loss resulting from the failure a. Of the Contractor (or any of the employees, Subcontractors, or lower tier Subcontractors of the Contractor) to faithfully perform the Contract; or b Of the Contractor (or the Subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, Subcontractors, lower tier Subcontractors, material person, 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 29 City of Yakima May 28, 2014 — General Conditions 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) B The Contracting Agency may require Sureties or Surety companies on the Contract Bonds to appear and qualify themselves Whenever the Contracting Agency 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 3.03.5(1.1) Two -Year Guarantee Period A. 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 B 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 C 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 30 City of Yakima May 28, 2014 — General Conditions 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(3) Public Liability & Property Damage Insurance 3.03.5(3.1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48 The insurance shall be provided by an insurer with a rating of A. VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker) The 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 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 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 Upon request, the Contractor shall forward to the Owner a full and certified copy of the insurance policy(s) H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Owner I. 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 31 City of Yakima May 28, 2014 — General Conditions five business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Owner on demand, or at the sole discretion of the Owner, offset against funds due the Contractor from the Owner J 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(3.2) Additional Insured A. All insurance policies, with the exception of Workers Compensation, shall name the following listed entities as additional insured(s) 1 The Owner and its officers, elected officials, employees, agents, and volunteers, 2 Gray & Osborne, Inc , B The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 3 03 5(3 3) describes limits lower than those maintained by the Contractor 3.03.5(3.3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 3 03 5(3 5)A and 3 03 5(3 5)B Upon request of the Owner, the Contractor shall provide evidence of such insurance 3.03.5(3.4) Evidence of Insurance 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 A. 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 B The Contractor shall obtain endorsement forms CG 2010 07 04, CG 2032 07 04 and CG 2037 07 04 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 32 City of Yakima May 28, 2014 — General Conditions exerting commercially reasonable efforts, the Contractor shall obtain other endorsements providing equivalent protection to the Additional Insured. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. Commercially reasonable efforts shall be evidenced by a signed statement by the Contractor's insurance broker indicating that endorsement forms CG 2010 07 04, CG 2032 07 04 and CG 2037 07 04 are not available and the endorsements submitted provide equivalent protection to the Additional Insured. C Any other amendatory endorsements to show the coverage required herein. 3.03.5(3.5) 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 3.03.5(3.5)A Commercial General Liability A. A policy of Commercial General Liability Insurance, including 1 Per project aggregate 2 Premises/Operations Liability 3 Products/Completed Operations — for a period of three years following final acceptance of the work. 4 Personal/Advertising Injury 5 Contractual Liability 6 Independent Contractors Liability 7 Stop Gap/Employers' Liability 8 Explosion, Collapse, or Underground Property Damage (XCU) 9 Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) B Such policy shall provide the following minimum limits $1,000,000 $2,000,000 $2,000,000 City of Yakima May 28, 2014 — General Conditions Each Occurrence General Aggregate Products & Completed Operations Aggregate 33 $1,000,000 Personal & Advertising Injury, each offence C Stop Gap/Employers' Liability $1,000,000 $1,000,000 $1,000,000 Each Accident Disease - Policy Limit Disease - Each Employee 3.03.5(3.5)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 3.03.5(3.5)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(3.5)D Coverage for Working On, Over, or Near Navigable Waters A. If this Contract involves work on or adjacent to navigable water, as defined by the U S Department of Labor, the Contractor shall provide proof of insurance coverage in compliance with the statutory requirements of the U S Longshore and Harbor Workers' Compensation Act (administered by the U S Department of Labor) B If the Contractor is working from barges or any other watercraft, owned or non - owned, the Contractor shall maintain Protection and Indemnity (P&I) insurance providing coverage for actions of the crew to third parties to the same limits stated under Section 3-03 5(4 5)A for Commercial General Liability Insurance The Contractor shall also provide proof of insurance coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920 (the "Jones Act") 3.03.5(3.5)E Builders Risk Insurance A. 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 new 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 34 City of Yakima May 28, 2014 — General Conditions 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 B 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 C The Builders Risk insurance shall be maintained until the Physical Completion Date D 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 E Liability for facilities not covered by Builders Risk shall remain the responsibility of the Contractor 3.03.5(3.5)F Excess or Umbrella Liability A. 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 B This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof 3.03.5(4) Indemnity and Hold Harmless A. To the fullest extent permitted by law, 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, 35 City of Yakima May 28, 2014 — General Conditions 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 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 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(5) 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 shall be directed to the Project Owner 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 Project Owner's office Electronic formats such as emails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 36 City of Yakima May 28, 2014 — General Conditions 1.09 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 of the Work performed by it under the Contract will be of the 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 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 work force (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 work force 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 37 City of Yakima May 28, 2014 — General Conditions 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 A. 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. B 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 C 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. D The Contractor shall use all means possible to protect materials and equipment from damage or degradation of any kind before, during and after installation. E 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 A. 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 note otherwise, it is not the intent of the Contract to exclude other processes or materials of a type and quality equal to those designated. B 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 38 City of Yakima May 28, 2014 — General Conditions Owner 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 Owner 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 Owner C 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 D 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 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/or 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 A. 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 39 City of Yakima May 28, 2014 — General Conditions B 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 1 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. 2 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 Owner, which amount shall reflect the actual value to the Owner of the accepted Work. 3 Upon receipt of notice 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 4 The Contractor shall be responsible for 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 Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor Payment will be deducted by the 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. 5 All warranties, guarantees, and other obligations to correct work that does not comply with the Contract are material requirements of this 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. 40 City of Yakima May 28, 2014 — General Conditions 3.04.6 CHANGES IN THE WORK A. 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 1 to the Contract Provisions and Contract Plans, 2 to quantities or performance of the Work; 3 to Owner -furnished facilities, equipment, materials, services or the Work site, or 4 to the schedule for the Work or the Contract Time B A Change Order is an amendment to the Contract that is signed by both the Owner and the Contractor, which signifies their agreement to 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 will be allowed for alleged verbal or oral agreements or directives C A Change Directive is written order by the Owner or the Engineer to the Contractor to make changes in the Work when the Owner and the Contractor cannot come to agreement upon all of the terms of a Change Order or circumstances require expedient action. Upon receipt of a written Change Directive from the Engineer or the Owner, the Contractor will promptly proceed with the Work. The adjustment, if any, of the Contract Time, the Contract price, and/or other items in accordance with the Contract will be determined by the Owner as soon as practicable D 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 E If the Contractor encounters any circumstances during the performance of the Work that the Contractor contends entitlement to a change in the Contract Time, the Contract price, or both, the Contractor shall immediately provide notice to the Owner Within 10 calendar days after providing notice, the Contractor shall provide a written request to the Owner for a change to the Contract Time and/or Contract price and providing detailed information supporting the request, including cost and schedule information. F No claim by the Contractor shall be allowed if the terms of this Section 3 04 6 are not strictly complied with. In the event of any non-compliance, the Contractor shall 41 City of Yakima May 28, 2014 — General Conditions be conclusively determined to have waived any claim for an adjustment of the Contract Time or the Contract price G The cost to be included in an adjustment for any changes to the Work in accordance with Section 3 04 6, will be determined by one or more of the following methods 1 Contract unit bid prices previously agreed upon, or 2 If there are no unit bid prices, an agreed lump sum, or 3 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 a. Labor including working foremen. Labor rates will 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, b Materials incorporated permanently into the Work; c 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 Owner; plus d. Overhead and Profit as follows 1 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 Owner 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 2 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 Owner as compensation for supervision, small tools, provisions for safety, home office and field overhead, profit 42 City of Yakima May 28, 2014 — General Conditions 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. 3 In no case will the total fixed fee for the Contractor and all Subcontractors of all tiers exceed 30 percent. H. For unit prices, when actual quantities of Work vary from the estimated bid quantities, payment will be at the unit contract prices for accepted work unless the total quantity of any contract item increases or decreases by more than 25 percent of the original bid quantity, and that bid item represents 10 percent or more of the total original contract price In such case, the unit price for increased or decreased quantities exceeding 25 percent will be adjusted as follows 1 Increased Quantities The Owner will be entitled to a downward adjustment of the unit price for that portion of the accepted quantity in excess of 125 percent of the original bid quantity except, as limited in subparagraph c below 2 Decreased Quantities The Contractor will be entitled to an upward equitable adjustment of the unit price if the actual quantity of work performed is less than 75 percent of the original bid quantity, except as limited in subparagraph c below 3 Adjustment Limits The adjustment of the unit price for increased or decreased quantities will be limited as follows a. No payment of lost anticipated profits will be allowed because of any decrease from the original bid quantity b No payment will be made for extended or unabsorbed home office overhead and field overhead expenses to the extent there is an unbalanced allocation of such expenses among the contract bid items c No payment will be allowed for consequential costs or damages because of any variance in quantities from the original bid quantity 3.04.7 DIFFERING SITE CONDITIONS The Contractor shall promptly, and before such conditions are disturbed, notify the Owner and Engineer in writing of (1) pre-existing subsurface or latent physical conditions at the 43 City of Yakima May 28, 2014 — General Conditions 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 the Owner of possible modifications to the Work to mitigate such conditions If the Owner 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 of the 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. 3.04.8 PROTEST BY THE CONTRACTOR A. If the Contractor disagrees with anything in a Change Order or a Change Directive, or with any interpretation or determination by the Owner, the Contractor shall 1 Immediately submit a signed written notice of protest to the Owner before doing the Work; 2 Supplement the written protest within seven calendar days with a written statement and supporting documents providing the following a. The date and nature of the protested order, direction, instruction, interpretation or determination, b 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; c The estimated dollar cost, if any, of the protested Work and a detailed breakdown showing how that estimate was determined, and d. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption, and e If the protest is continuing, the information required above shall be supplemented upon request by the Owner until the protest is resolved. B 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 44 City of Yakima May 28, 2014 — General Conditions allow the Owner to have access to all documents and records needed for evaluating the protest. C The Owner will evaluate all protests that comply with this Section. If the Owner determines that a protest is valid, the Owner 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) D During the time when any protest is pending, the Contractor shall proceed promptly with the Work, as the Owner orders in writing. E 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 A. 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. B 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) 45 City of Yakima May 28, 2014 — General Conditions 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. 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 The Contractor shall not assign all or a part of the work unless the Owner approves in writing. The Owner will not approve any proposed assignment that would relieve the original Contractor or Surety of responsibility under the contract. 3.04.9(3) Approval of Subcontractors The Contractor shall not subcontract work unless the Owner approves in writing. Each request to subcontract shall be on the form the Owner provides If the Owner 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 46 City of Yakima May 28, 2014 — General Conditions 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 A. 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 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 of the 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 B 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 of the Work in 47 City of Yakima May 28, 2014 — General Conditions 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 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 requests shall be prepared by the Contractor and will be submitted 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 and the Contractor The Contractor will prepare progress payment requests as accurately as available information permits The Owner will make no payment under this 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 Owner, including Subcontractor wage rates In general, each pay request will be based upon the payment schedule and the value of Work performed during the preceding pay period. Before the final pay request estimate is approved, all quantities will be reviewed and rechecked by the Owner 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 Owner Each invoice shall be sufficiently detailed to enable the Owner 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 of the equipment or materials Equipment and materials will be rejected if found to be faulty, even if payment for it has been made 48 City of Yakima May 28, 2014 — General Conditions 3.04.12(7) Payments Withheld The Owner may decide not to approve all or a portion of a pay request, and/or the Owner may decide to withhold from a pay request 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 of the 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; 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 A. After final inspection (Section 3 04 16(2)) of the Work and a determination by the Engineer Owner that the Physical Completion Date has been achieved, the balance of the Contract price due to the Contractor will be paid based upon the Contractor's Final Invoice 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) 49 City of Yakima May 28, 2014 — General Conditions B 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 Owner, 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. C Payment to the Contractor of partial or final payment estimates and retained percentages shall be subject to applicable laws 3.04.13 WORK HOURS A. Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7 00 a.m. and 6 00 p m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. B Written permission from the Owner 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 Owner for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. C Permission to work between the hours of 10 00 p.m and 7 00 a.m during weekdays and between the hours of 10 00 p.m and 9 00 a.m on weekends or holidays may also be subject to noise control requirements Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or 50 City of Yakima May 28, 2014 — General Conditions 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 D Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency These conditions may include but are not limited to 1 The Owner may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Owner include, but are not limited to survey crews, personnel from the Contracting Agency's material testing lab, inspectors, and other Contracting Agency employees when in the opinion of the Owner, such work necessitates their presence 2 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 3 Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time 4 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. 3.04.14 CONTRACT TIME A. 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 this 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. B 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 Owner 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 51 City of Yakima May 28, 2014 — General Conditions 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 C The days between December 25th and January 1st will be classified as nonworking days, provided that the Contractor actually suspends performance of the Work. D An unworkable day is defined as a partial or whole day that the Owner determines to be unworkable because of weather, conditions caused by the weather, or such other conditions beyond the control of the Contractor that prevent the satisfactory and timely performance of the Work, and such performance, if not hindered, would have otherwise progressed toward physical completion of the Work. E 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 Owner 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 Owner declares to be unworkable If the Contractor disagrees with any statement issued by the Owner, 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 Owner 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 3.04.15 CONSTRUCTION SCHEDULE 3.04.15(1) Progress Schedule A. Within five days after the date the Contract is executed, the Contractor shall submit to the Owner four copies of a preliminary progress schedule in MS Project format covering the first 90 days of the Work. Within 30 days after the Contract is executed, the Contractor shall submit to the Owner 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 52 City of Yakima May 28, 2014 — General Conditions progress payments will be made until the required progress schedules have been submitted in forms Project format acceptable to the Owner 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 Owner by the mid -point of the 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 1 The percentage of each Work activity completed, 2 The anticipated Substantial Completion Date, Physical Completion, and Contract Completion Date, 3 A description of anticipated problem areas that may impact the schedule, 4 A description of any current factors that are impacting the schedule and the effect of each, 5 An explanation of corrective actions taken or proposed. D The Contractor shall promptly, and in no event more than seven days following the occurrence of any of the events described below, submit to the Owner a revised schedule 1 A Change Order affects the Contract Time or the sequence of Work activities, 2 The progress of any activity on the critical path falls behind schedule or progresses significantly ahead of schedule, 3 A delay in the progress of a non-critical activity results in a change to the critical path for the Work; 4 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. 53 City of Yakima May 28, 2014 — General Conditions F If the Owner 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 Owner G The Contractor shall comply with other progress schedule requirements that are further defined in the Specifications H. The Owner'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 or anyone for whose actions the Owner is responsible 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 1 A delay caused the Contractor 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 2 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 Owner 3 Should any other unforeseen condition occur that is beyond the reasonable control of Contractor, require more time for the Contractor to complete the performance of the Work by the Substantial Completion Date, the Contractor shall notify the Owner 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 Owner determines to be appropriate 54 City of Yakima May 28, 2014 — General Conditions 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 Owner 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. B If the Owner 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 Owner believes that the Work is substantially complete, the Engineer will meet with the Contractor to (1) prepare a punch 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 required for final completion and acceptance 55 City of Yakima May 28, 2014 — General Conditions D The Owner, who has sole authority to make the determination of the Substantial Completion Date, will 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 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 Owner in writing that the Work is physically complete Upon receipt of the notification, the Owner will determine if the Work is physically complete in accordance with the Contract. If the Owner determines that any materials, equipment, or workmanship do not meet the requirements of the Contract, the Owner 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 Owner will notify the Contractor that the Work is physically complete in accordance with the requirements of the Contract. C 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 56 City of Yakima May 28, 2014 — General Conditions 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 a. 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, b Certified Payrolls, c Final Contract Voucher Certification. d. Affidavits of Wages Paid for the Contractor and all Subcontractors must be submitted to the Owner B The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the 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, material persons, 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 C 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 57 City of Yakima May 28, 2014 — General Conditions 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 of the 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 final payment from the Owner constitutes an irrevocable and complete waiver of any and all claims against the Owner under this 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. 3.04.18RETAINAGE A 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 B Monies retained pursuant to RCW 60.28 shall, at the option of the Contractor, be 1 Retained in a fund by the Owner; 2 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), 3 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 58 City of Yakima May 28, 2014 — General Conditions 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, 4 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. C 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: 1 A release has been obtained from the Washington State Department of Revenue, 2 A "Certificate of Payment of Contributions Penalties and Interest on Public Works Contract" is received from the Washington State Employment Security Department; 3 The Washington State Department of Labor and Industries indicates the Contractor is current on the payment of industrial insurance and medical aid premiums, 4 No claims have been filed against the retained percentage, 5 All required "Affidavits of Wages Paid" are on file with the Owner for the Contractor and all Subcontractors, regardless of tier; D 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 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 1.010 DISPUTES AND CLAIMS 3.05.1 DISPUTES When disputes occur, the Contractor shall pursue resolution through the Owner The Contractor shall follow the 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 59 City of Yakima May 28, 2014 — General Conditions 3.05.2 CLAIMS A. If the Contractor contends that additional payment is due, and the Contractor has pursued and exhausted all of the means provided in Section 3-05 1 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 required in Section 3-04 8 are not provided, or if the Owner 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 Owner 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 B All claims submitted by the Contractor shall be in writing and in sufficient detail to enable the Owner to ascertain the basis for and amount of the claim All claims shall be submitted to the Owner as provided 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 Owner that the Contract leaves to the Owner's discretion or as to which the Contract provides that the Owner's decision is final, the Contractor shall set out in detail all facts supporting its position relating to the decision 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) 60 City of Yakima May 28, 2014 — General Conditions 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 (1) Detailed description (e g., make, model, year, diesel or gas, size of bucket), (2) The hours of use or standby, and (3) The specific day and dates of use or standby d. Subcontractor claims (in the same level of detail as specified herein), and 10 Other information as requested by the Engineer or the Owner 61 City of Yakima May 28, 2014 — General Conditions 11 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 C 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 Owner to have access to those records and any other records and documents as may be required by the Owner 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 D The Contractor shall in good faith attempt to reach a negotiated resolution of all claims with the Owner or its designee E 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(10) F 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, 62 City of Yakima May 28, 2014 — General Conditions 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 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 G 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 CLAIMS RESOLUTION Venue for any lawsuit arising out of this contract or otherwise relating in any way to the Work shall be in the state courts in the county in which the Work site, or the primary Work site if there is more than one Work site, is located. The Contractor shall include a clause in all subcontracts providing that venue for all Subcontractor claims shall be in the state courts in the county in which the Work site, or the primary Work site if there is more than one Work site, is located. 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 of the 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 this contract and immediately constitute grounds for the Owner to withhold payments to the Contractor, suspend the Work or terminate this Contract. Notice under this Section shall be in accordance other provisions of the Contract. 1.011 AUDITS If the Contractor requests an equitable adjustment to either the Contract price or the Contract Time, the Owner or Owner's agent 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 or Owner's agent 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 shall cooperate fully with the auditor and 63 City of Yakima May 28, 2014 — General Conditions shall make available all required information. Failure to cooperate or provide requested information shall be grounds for denial of the claim. 1.012 SUSPENSION OF WORK AND TERMINATION OF CONTRACT 3.07.1 SUSPENSION OF WORK A. The Owner or the Engineer may order suspension of all or any part of the Work if 1 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 2 The Contractor fails to comply with written directives by the Owner or the Engineer to correct deficiencies in its performance of the Work; or 3 It is in the public interest. B 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 C 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 Owner 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 Owner D If the Owner 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 Owner 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 A. The Owner may terminate this Contract for default, effective seven days following delivery of written notice of default to the Contractor, if the Contractor. 1 Refuses or fails to supply enough properly skilled laborers or conforming materials to complete the Work in a timely manner; 2 Refuses or fails to prosecute the Work with such diligence as will ensure its physical completion by the Physical Completion Date, 64 City of Yakima May 28, 2014 — General Conditions 3 Performs work which deviates from the requirements of the Contract and refuses or fails to correct the non -conforming work; 4 Fails to make prompt payment to Subcontractors and/or suppliers for labor or materials, 5 Fails to comply with laws, ordinances, rules, regulations or orders of a public authority having jurisdiction, or 6 Otherwise fails to follow written directives of the Owner or the Engineer or is in default of a material provision of the Contract. B 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 this 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 Work completed to the Owner's satisfaction, together with reasonable costs, as determined in the sole discretion of the Engineer, 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 of the Contract price The Owner shall not be required to pay the Contractor any amount for lost anticipated profits on Work that is not performed as a result of termination. 3.07.4 RESPONSIBILITY OF THE CONTRACTOR AND SURETY Termination of this Contract shall not relieve the Contractor of any responsibilities under the Contract for work performed. Nor shall termination of this Contract relieve the sureties of their obligations under the bonds required or permitted by the Contract or applicable law 65 City of Yakima May 28, 2014 — General Conditions DEPARTMENT OF ECOLOGY State of Washington WASHINGTON STATE DEPARTMENT OF ECOLOGY CENTENNIAL CLEAN WATER FUND SPECIFICATIONS INSERT Revised 3/4/14 General Partial funding of this project is being provided by the State of Washington Centennial Clean Water Fund (Chapter 70 146 RCW, Chapter173-90 WAC) Compliance with State and Local Laws The Contractor shall assure compliance with all applicable federal, state, and local laws, requirements, and ordinances as they pertain to the design, implementation, and administration of the approved project. State Interest Exclusion It is anticipated that this project will be funded in part by the Washington State Department of Ecology Neither the State Of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Third Party Beneficiary Partial funding of this project is being provided through the Washington State Department of Ecology Centennial Clean Water Fund. All parties agree that the State of Washington shall be, and is hereby, named as an express third -party beneficiary of this contract, with full rights as such. Access to the construction site and to records The contractor shall provide for the safe access to the construction site and to the contractor's records by Washington State Department of Ecology personnel The Contractor shall maintain accurate records and accounts to facilitate the Owner's audit requirements and shall ensure that all subcontractors maintain auditable records These Project records shall be separate and distinct from the Contractor's other records and accounts All such records shall be available to the Owner and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit 1 Ecology CCWF spec insert Revised 3/4/14 Protection of the Environment 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 Proiect Signs The Contractor shall display Ecology's logo in a manner that informs the public that the project received financial assistance from the Washington State Centennial Clean Water Fund. Utilization of Minority and Women Business Enterprises All bidders are encouraged to utilize certified minority-owned and women -owned businesses to the extent possible in the performance of this contract. All prospective bidders or persons submitting qualifications should take the following steps, when possible 1 Include qualified minority and women's businesses on solicitation lists 2 Assure that qualified minority and women's businesses are solicited whenever they are potential sources of services or supplies 3 Divide the total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by qualified minority and women's businesses 4 Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses 5 Use the services and assistance of the State Office of Minority and Women's Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of the U S Department of Commerce, as appropriate 2 Ecology CCWF spec insert Revised 3/4/14 PART 4 TECHNICAL SPECIFICATIONS SECTION Division 1 ENGINEERING SPECIFICATIONS TABLE OF CONTENTS DESCRIPTION General Technical Requirements 01110 Summary of Work. 01150 Surveys 01200 Measurement and Payment 01300 Submittals 01310 Project Meetings 01355 Environmental Protection 01385 Videotaping 01400 Quality Control — Contractor Provided 01500 Temporary Facilities 01505 Mobilization and Demobilization 01510 Maintenance of Treatment Plant 01520 Field Offices and Storage Sheds 01580 Project Identification Signs 01720 Record Drawings 01740 Cleanup 01800 Testing, Commissioning, 01900 Salvage and Demolition 01950 Traffic Control Division 2 Sitework and Training PAGE 02050 Locate Existing Utilities 02230 Clearing and Grubbing 02240 Dewatering 02250 Temporary Shoring and Bracing 02300 Earthwork. 02305 Wet Weather Earthwork 02315 Conveyance Channel and Pilot Channel Excavation 02370 Erosion Control 02371 Light Loose Riprap and Removal and Relocating Existing 02530 Utility Structures 02700 Gravel Materials 02710 Gravel Surfacing 02740 Hot Mix Asphalt Paving 02820 Chain Link Fence and Gate 02900 Hydroseeding 02950 Large Woody Debris and Constructed Riffles 01110-1 01150-1 01205-1 01300-1 01310-1 01355-1 01385-1 01400-1 01500-1 01505-1 01510-1 01520-1 01580-1 01720-1 01740-1 01800-1 01900-1 01950-1 02050-1 02230-1 02240-1 02250-1 02300-1 02305-1 02315-1 02370-1 Riprap 02371-1 02530-1 02700-1 02710-1 02740-1 02820-1 02900-1 02950-1 Division 3 Concrete 03200 Concrete Reinforcement 03200-1 03300 Cast -in -Place Concrete 03300-1 03350 Controlled Density Fill (CDF) 03350-1 Division 4 Masonry None Division 5 Metals 05500 Miscellaneous Metal Fabrications Division 6 Wood and Plastics None Division 7 Thermal and Moisture Protection 07900 Caulking and Sealants Division 8 Doors and Windows None Division 9 Finishes 09900 Painting Division 10 Specialties None Division 11 Equipment None Division 12 Furnishings None Division 13 Special Construction None Division 14 Conveying Systems None ii 05500-1 07900-1 09900-1 SECTION DESCRIPTION PAGE Division 15 Mechanical 15050 Piping Systems 15066 Pipe and Conduit Support System 15120 Gates Division 16 Electrical 16010 Basic Electrical Requirements 16050 Basic Electrical Materials and Methods 16060 Grounding 16120 Conductors and Cables 16130 Raceways and Boxes 16140 Wiring Devices 16410 Enclosed Switches and Circuit Breakers 16440 Panelboards 16520 Exterior Lights iii 15050-1 15066-1 15120-1 16010-1 16050-1 16060-1 16120-1 16130-1 16140-1 16410-1 16440-1 16520-1 DIVISION 1 GENERAL TECHNICAL REQUIREMENTS 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 Flood Plain Restoration & Outfall Alternative Project Phase II, as shown on the Plans, and hereinafter specified, at the existing wastewater treatment plant site Work shall include, but not be limited to, the following 1 Construct new diversion structure around the existing outfall pipe 2 Install two new buried outfall pipes from the diversion structure to the new discharge structure and conveyance channels 3 Construct two new discharge structures at the conveyance channels 4 Construct two new conveyance channels from the discharge structures to the revetment channel 5 Construct new pilot channels from revetment channel to river island complex. 6 Construct new riffles in the revetment channel Construct new habitat features (large woody debris, boulders and cobbles) in the revetment channel 7 Furnish and install all required piping and appurtenances 8 Furnish and install all required electrical 9 Restore all surfaces disturbed by construction activities 10 Furnish and install required landscaping. 11 Furnish and install fencing at diversion and discharge structure 12 Provide testing, commissioning, and training as specified herein. 13 Provide all associated work as shown on the Plans and specified herein, for a complete and workable system. (G&O#13001) 01110-1 14 Additive Item No 1 — Manholes 1 Provide four 72 -inch manholes, two on each 42 -inch outfall pipe as shown on the Plans 1.2 PROJECT INFORMATION 1 The Contract Documents show the location, arrangement, and type of work to be performed under the proposed project. 2 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. 3 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 ELECTRONIC COMMUNICATION SYSTEM A. The Contractor shall provide the following communications and documents via email and/or on CD/DVD to the OWNER. 1 Submittals 2 Request to Sublet 3 Progress Estimates 4 Requests for Information 5 Change order proposals 6 Material Testing Reports 7 Additional items may be added at the Owner's option 1.4 CONTRACTOR USE OF SITE AND PREMISES 1 The Contractor shall submit a traffic control plan for all site access and egress routes for construction vehicle traffic per Section 01950 (G&O#13001) 01110-2 2 The Contractor shall allow representatives of the funding and regulatory agencies access to the project site at all times 3 The Contractor shall notify the Owner in writing at least two weeks in advance of any proposed temporary WWTP system shut down or flow diversion, or temporary closure of the Greenway Trail 1.5 ORDER OF WORK A. 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 with the Owner's operations and maintenance staff The Contractor shall provide a written plan of activities to the Owner each Thursday for the following week, for review and coordination with existing facility operations B 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 C The Contractor shall keep the disruption of the existing facility operations to a minimum Bypasses of untreated sewage will not be permitted. The Contractor shall be responsible for all temporary pumping to include all connections, piping, pumping equipment, temporary electrical service and controls, and appurtenances D 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 with the Owner's operations and maintenance staff E 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 utilizing Microsoft Project, which shall be provided in accordance with the limitations specified herein. (G&O#13001) 01110-3 1 PILOT CHANNELS, RIFFLES AND HABITAT All work on the pilot channels, constructed riffles and habitat shall be constructed between June 1, 2014 and September 15, 2014, in accordance with the construction fish window Due to the time limitation, construction of the improvements associated with the Pilot Channels, Riffles and Habitat should be given the highest priority and completed as soon as practical 2 CONVEYANCE CHANNELS All work below Yakima River ordinary high water mark shall be completed between June 1, 2014 and September 15, 2014, in accordance with the construction fish window Due to the time limitation, construction of the improvements associated with the Conveyance Channels should be given a higher priority and completed as soon as practical 3 DISCHARGE STRUCTURE The new discharge structure may be constructed at any time 4 OUTFALL PIPING The new outfall piping may be installed at any time Closure of the Greenway Trail will be allowed for a maximum of one week. Refer to Specification Section 01950 for traffic control, a pedestrian traffic control plan is required. The Contractor shall notify the Owner in writing at least two weeks in advance of any proposed closure of the Greenway Trail 5 DIVERSION STRUCTURE The new diversion structure can be constructed at any time Removal of the section of existing 78 -inch outfall piping at the diversion structure shall not be started until the new outfall pipes, gates, discharge structures and conveyance channels are complete Removal of the 78 -inch outfall piping section shall be coordinated with the Engineer and WWTP staff Temporary shutdown of the effluent flow (diversion of plant flow to empty clarifiers) shall be allowed for up to four hours between the hours of 12 00 a.m. and 5 00 a.m., as coordinated and scheduled with WWTP staff The Contractor shall notify the Owner in writing at least two weeks in advance of any proposed temporary WWTP system shutdown or (G&O#13001) 01110-4 temporary diversion. Multiple shut downs are allowed, but must be at least two weeks apart. *** END OF SECTION *** (G&O#13001) 01110-5 SECTION 01150 SURVEYS — OWNER PROVIDED PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the construction survey for the project. The survey provided by the Owner is listed herein. The Contractor shall furnish all additional survey that the Contractor deems necessary beyond that stated herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01720 Record Drawings 1.3 DEFINITIONS The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping, and the American Society of Civil Engineers 1.4 SUBMITTALS The Contractor shall keep the Owner and Engineer informed of staking requirements to provide the Engineer with adequate time to set the stakes for which the Owner is responsible Contractor requests for stakes shall be made at least 3 full working days, in writing, on the form provided by the Engineer, before the Engineer is required to begin the staking operation. 1.5 PAYMENT 1 The Contractor shall be responsible for maintaining and the cost of resetting all Owner provided stakes, hubs, lath, nails, etc All construction staking provided by the Owner is on a "One -Time Basis" only Any restaking required due to stakes being removed, lost, damaged, or displaced by the Contractor, Contractor's subcontractor, Contractor's material suppliers, or others working directly or indirectly for the Contractor shall be replaced at the Contractor's expense As such, the Owner's surveyors will be employed for this restaking. The Contractor shall be charged by the Owner at $200 00 per hour including (G&O#13001) 01150-1 travel time and the cost of this work shall be deleted from money due the Contractor 2 All costs of the Contractor to prepare and implement any additional survey work as required by the Contractor to complete the Work, including maintaining stakes, resetting, referencing, resurveying, checking, replacement of missing or damaged stakes, any additional calculations, surveying, and measuring required for utilizing and maintaining the necessary lines and grades provided by the Owner; and coordination efforts shall be included in the bid prices for the various items associated with the survey work. PART 2 PRODUCTS Not Used. PART 3 EXECUTION A. Owner provided survey shall include one set of the following 1 PRIMARY CONTROL Establish intermediate elevation benchmarks, and/or control points, as needed to check work throughout the project. 2 BUILDING OR STRUCTURE LOCATIONS The location of two corners of each new building or major structure will be located with 2 -foot offset stakes 3 CLEARING LIMITS Clearing limits will be marked at all major angle points and at intermediate points at approximately 100 foot intervals Clearing limits will not be marked if they are defined by existing features (i e , fence, edge of pavement) shown on the Plans and which will not be removed during construction. The clearing and grubbing limits shall generally be located 5 feet beyond the toe of the fill and 10 feet beyond the top of the cut unless otherwise shown on the Plans (G&O#13001) 01150-2 4 OUTFALL PIPE Outfall pipe sewer manholes (if awarded) will be staked with two offset stakes each. Outfall pipe will be staked as follows one stake at 25 -foot and one stake at 100 -foot stations, as measured upstream from structures 5 SUBGRADE AND FINISHED GRADE Subgrade and surfacing will be set at horizontal intervals not greater than 50 feet in tangent sections and 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius of less than 10 feet. 6 MISCELLANEOUS Establish horizontal locations of additional project items only if the Engineer determines such locations cannot be readily determined from other project features and details in the Contract Documents including, but not limited to, the following fencing and railings (including gates), signing, control cabinets/service cabinets, junction boxes, landscaping, irrigation facilities and sawcuts B The Contractor shall provide traffic control sufficient to permit the Engineer to set those points and elevations that are the responsibility of the Owner and to perform random checks of the surveying performed by the Contractor C The Engineer is responsible for locating and referencing those monuments shown on the Plans, of being removed or destroyed during construction, and preparing the required permit forms with the Department of Natural Resources (DNR) for those monuments only D The Contractor shall maintain a complete and accurate reference record of all survey markers, monuments, property corners, on this project. All survey markers, property corners, or monuments, not shown on the Plans to be replaced, shall be protected and preserved. No such marker, monument, pin, or point shall be removed or disturbed prior to reference points being established by a Washington State Registered Professional Land Surveyor (PLS) The Contractor shall employ a land surveyor registered in the State of Washington and submit name, address, and license number of the surveyor to the Owner and Engineer prior to (G&O#13001) 01150-3 removing or disturbing survey markers, property corners or monuments shown on the Plans not to be removed. E In the event the Contractor disturbs or destroys any survey marker during the course of construction, not indicated to be removed/replaced on the Plans, the Contractor shall bear all costs of survey, resetting, legal claims, and filing state forms The Contractor's PLS shall file all required permit forms with the DNR, as required by RCW 58 09 130 and WAC 332-120 The form "Application for Permit to Remove or Destroy a Survey Monument" shall be signed by the PLS, and submitted directly to DNR and a copy provided to the Owner and Engineer No work affecting monumentation shall commence until DNR has approved the permit. The form "Completion Report for Monument Removal or Destruction" shall be signed by the PLS and submitted to DNR and the Owner and Engineer upon completion of the work affecting monumentation. F The Contractor shall provide the Owner and Engineer copies of any calculations and staking data performed by the Contractor when requested by the Owner or Engineer *** END OF SECTION *** (G&O#13001) 01150-4 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 01300 Submittals 1.3 MEASUREMENT A. 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 B 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 Owner or Owner's Representative in the field and quantities will be limited to the relative neat line dimensions shown on the Plans or as approved by the Owner in the field. C 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 Owner 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 services, equipment, labor, materials, appurtenances, and incidentals and performing all operations necessary to construct and complete the various bid items in accordance with the Contract Documents Payment for each item shall be considered as full compensation, (G&O#13001) 01200-1 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 Schedule A. A. MOBILIZATION AND DEMOBILIZATION 1 Measurement Will be measured by lump sum 2 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 of these Specifications 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 B MINOR CHANGES 1 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 landscaping, minor drainage improvements, or special surface restoration. 2 Payment Payment or credits for changes amounting to $15,000 or less may be made under the Bid Item MINOR CHANGES At the discretion of the Owner, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in General (G&O#13001) 01200-2 Conditions Section 3 04 6 The Contractor will be provided a copy of the completed order for Minor Change The agreement for the Minor Change will be documented by signature of the Contractor or notation of the verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in 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 MINOR CHANGE in the Proposal to become part of the total Bid by the Contractor C TRENCH EXCAVATION SAFETY SYSTEMS 1 Measurement Will be measured by lump sum 2 Payment The lump sum contract price for TRENCH EXCAVATION SAFETY SYSTEMS shall include all costs for labor, materials, and equipment required to provide sheeting, shoring, and bracing of trenches and open excavations as required to meet the Washington Industrial Safety and Health Act, Chapter 49 17 RCW and Section 02250 of these Specifications These costs shall not be considered incidental to any other bid item D UNSUITABLE EXCAVATION 1 Measurement Will be measured by the cubic yard, in-place and shall be to the limits as designated by the Owner or Owner's Representative There shall be no payment if the Owner believes removal of materials is needed because of damage caused by the Contractor's operations All quantities will be measured and recorded by the Owner in his Daily Report and the Contractor shall be responsible for reconciling his quantities with the Engineer on a daily basis 2 Payment The unit price per cubic yard for UNSUITABLE EXCAVATION shall include all cost for labor, material, and equipment to excavate and wastehaul unsuitable native subgrade materials at the diversion structure, discharge structure and pipelines Cost shall include backfilling the resulting excavations with compacted foundation gravel materials (G&O#13001) 01200-3 The Contractor is advised that the excavation of any and all unsuitable material must be authorized by the Owner in writing prior to the commencement of said excavation by the Contractor E EROSION CONTROL 1 Measurement Shall be measured by lump sum. 2 Payment The lump sum contract price for EROSION CONTROL shall include all costs for the labor, material, and equipment for installation and maintenance of all temporary erosion and sediment control measures, best management practices (BMPs), and development of the SWPPP, as shown on the Plans and as further described in Section 02370 of these Specifications F DEWATERING 1 Measurement Shall be measured by lump sum. 2 Payment The lump sum contract price for DEWATERING shall include all costs for the pumping and disposing of water as well as the labor, material, and equipment for installation and maintenance of all dewatering equipment to maintain the excavations free of water per Section 02240 of these Specifications G DIVERSION AND DISCHARGE STRUCTURES 1 Measurement shall be measured by lump sum. 2 Payment The lump sum contract price for DIVERSION AND DISCHARGE STRUCTURES shall include all costs for the labor, material including the sluice gates, and equipment for construction of the diversion and discharge structures as shown on the Plans H. 42 -INCH PVC OUTFALL PIPE 1 Measurement Will be measured by lineal foot. 2 Payment The unit price per lineal foot for 42 -INCH PVC OUTFALL PIPE shall include all costs for labor, material, and equipment for installation of gravity sewers The unit price shall include costs for excavation, soil moisture conditioning and compaction of bedding and backfill, video inspection and testing the sewer, including pipe, fittings, locating tape, copper wire and (G&O#13001) 01200-4 appurtenances as shown on the Plans and as described in Section 02300 and 15050 of these Specifications I. PIPELINE SURFACE RESTORATION 1 Measurement Shall be measured by lump sum. 2 Payment The lump sum contract price for PIPELINE SURFACE RESTORATION shall include all costs for the labor, material, and equipment associated with cleanup, surface restoration, topsoil, and hydroseeding as shown on Plans at the diversion structure, the discharge structure and pipelines, and as specified in Division 2 of these Specifications J ROAD REPAIR 1 Measurement Shall be measured by lump sum. 2 Payment The lump sum contract price for ROAD REPAIR shall include all costs for the labor, material, and equipment associated with cleanup, and base course installation as shown on Plans and as specified in Division 2 of these Specifications K. TRAIL REPAIR 1 Measurement Shall be measured by lump sum. 2 Payment The lump sum contract price for TRAIL REPAIR shall include all costs for the labor, material, and equipment associated with cleanup, base course and asphalt installation, topsoil, and hydroseeding as shown on Plans and as specified in Division 2 of these Specifications L CONVEYANCE CHANNEL STRIPPING AND STOCKPILING OF TOPSOIL 1 Measurement Shall be measured lump sum 2 Payment The unit price per each for CONVEYANCE CHANNEL STRIPPING AND STOCKPILING OF TOPSOIL shall include all costs for labor, materials, equipment and of all necessary materials and equipment required for removal and stockpiling of topsoil at the conveyance channels as shown on the Plans and described in Section 02230 of these Specifications (G&O#13001) 01200-5 M. CONVEYANCE CHANNEL EXCAVATION INCLUDING HAUL 1 Measurement Shall be measured per cubic yard. 2 Payment The unit price per cubic yard for CONVEYANCE CHANNEL EXCAVATION INCLUDING HAUL shall include all cost for labor, material, and equipment to excavate and haul excavated native subgrade materials, includes material removed, on-site stockpiling if necessary, loading, haul and placement of fill as habitat mounds, and other incidental costs necessary to provide grading as shown on the Plans and described in Section 02315 of these Specifications N LIGHT LOOSE RIPRAP 1 Measurement Shall be measured by lump sum. 2 Payment The unit price per each for LIGHT LOOSE RIPRAP shall include all costs for labor, materials, and equipment to furnish and install the Light Loose Riprap as shown on the Plans and described in Section 02371 of these Specifications 0 REMOVAL AND RELOCATION OF EXISTING RIPRAP 1 Measurement Shall be measured by lump sum. 2 Payment The unit price per each for REMOVAL AND RELOCATION OF EXISTING RIPRAP shall include all costs for labor, materials, and equipment to remove, haul and place the existing RIPRAP as shown on the Plans and described in Section 02371 of these Specifications P CONVEYANCE CHANNEL HYDRO SEEDING Q 1 Measurement Shall be measured per acres 2 Payment The unit price per acre for hydroseeding shall include all costs for labor, materials, and equipment to furnish and install hydroseeding at the conveyance channels as shown on the Plans and described in Section 02900 of these Specifications PILOT CHANNEL EXAVATION INCL HAUL 1 Measurement Shall be measured per each cubic yard. (G&O#13001) 01200-6 2 Payment The unit price per each for PILOT CHANNEL EXAVATION INCLUDING HAUL shall include all costs for labor, materials, and equipment to furnish and install grading as shown on the Plans and described in Section 02315 of these Specifications R. LARGE WOODY DEBRIS 1 Measurement Shall be measured per each. 2 Payment The unit price per each for LARGE WOODY DEBRIS shall include all costs for labor, materials, and equipment to furnish and install the LARGE WOODY DEBRIS as shown on the Plans and described in Section 02950 of these Specifications S CONSTRUCTED RIFFLE 1 Measurement Shall be measured per each. 2 Payment The unit price per each for CONSTRUCTED RIFFLE shall include all costs for labor, materials, and equipment to construct CONSTRUCTED RIFFLE as shown on the Plans and described in Section 02950 of these Specifications T ELECTRICAL 1 Measurement Shall be measured by lump sum. 2 Payment The lump sum contract price for ELECTRICAL, shall include all labor, materials and equipment to furnish electrical, components of this Project including conduit, wiring, panel boards, receptacles, and fixtures, as shown on the Plans and as described in Divisions 16 of these Specifications Costs shall include work related to the lighting and receptacles at the diversion structure Costs shall also include all costs for demolition or abandonment of electrical components (G&O#13001) 01200-7 U ADDITIVE ITEM NO 1 — 72 -INCH MANHOLES 1 Measurement Will be measured per each. The cost shall include full height of manholes as shown. 2 Payment The unit price per each 72 -INCH MANHOLE shall include all costs for the labor, material, and equipment for installation of manholes The unit price shall include all costs for excavation, bedding, backfill, compaction, and testing the manhole, including manholes and connections as shown on the Plans and as described in section 02530 of these Specifications 1.5 PROJECT MATERIALS ON HAND See General Conditions Section 3 04 12(6) 1.6 PAYMENT A. Payment for all work will be made at the contract unit price or lump sum price as indicated in the Proposal, payment of which shall constitute full compensation, for a complete installation. B For items of equipment, acceptable operating and maintenance information shall be delivered to the Engineer before the Contractor will be 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 C 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 *** (G&O#13001) 01200-8 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 Owner 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 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01720 Record Drawings 01800 Testing, Commissioning, and Training 11000 Equipment General Provisions 16050 Basic Electrical Materials and Methods (G&O#13001) 01300-1 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 (see Section 01720) 1.4 SUBMITTAL INFORMATION Shop, catalog, and other appropriate drawings and information shall be submitted to the Owner 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 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 Owner The submittal number and related specification section shall be marked on each submittal (G&O#13001) 01300-2 PART 2 PRODUCTS 2.1 GENERAL The Contractor shall submit the specified information as PDF files with a table of contents bookmarked to provide a navigation link to each section of the submittal The PDF shall consist of one submittal for each submittal number and shall not be broken up into separate documents Three CD ROM PDF version and four hard copies of all final equipment manuals shall be submitted. 2.2 PRODUCT SUBMITTALS A. GENERAL When indicated in the Contract Documents, the contractor shall submit product data for review by the Owner Unless otherwise specified, within 21 calendar days after receipt of the submittal, the Owner shall review the submittal and return three copies of the marked -up submittal The reproducible original will be retained by the Owner The returned submittal shall indicate one of the following actions 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 may begin 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 his 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 " (G&O#13001) 01300-3 Submittals with deviations that have not been identified clearly may be rejected. Except at his 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 Owner's review shall be clearly indicated C CONCRETE MIX DESIGNS Copies of Concrete Mix designs, signed and sealed by a State of Washington licensed Professional Engineer, shall be submitted to the Owner in accordance with Section 6-02 3 of the 2014 WSDOT Standard Specifications D ASPHALT MIX DESIGNS Copies of Asphalt and Concrete Mix designs, signed and sealed by a State of Washington licensed Professional Engineer, shall be submitted to the Owner in accordance with Section 5-04 3(7)A of WSDOT Standard Specifications E 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. On all shop drawings, figure dimensions shall be used as opposed to scaled dimensions F 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 Owner Unless the precise color is specifically described in the Contract Documents, or whenever a choice of color or pattern is available in a (G&O#13001) 01300-4 specified product, accurate color charts shall be submitted to the Owner for his review and selection. G 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. H. TEST REPORTS Copies of all test reports shall be submitted to the Owner 2.3 EQUIPMENT MANUALS A. GENERAL For all items of equipment, prelimmary manufacturer's equipment operation and maintenance manuals shall be submitted to the Owner 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 Owner 1 Lubrication Information This shall consist of the manufacturer's recommendations regarding the lubricants to be used, the appropriate MSDS, and the lubrication schedule to be followed 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 (G&O#13001) 01300-5 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 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 (G&O#13001) 01300-6 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. 13 Maintenance Information Summaries (see below for requirements) Maintenance information summaries for Sluice Gatesshall be prepared on 8 -1/2 -inch x 11 -inch paper only and shall contain the following information compiled from manufacturer's recommendations in the order shown. a. Description or name of item of equipment. b Manufacturer c Name, address, and telephone number of local manufacturer's representative d. Serial number (where applicable) The Contractor shall verify that it matches the equipment installed on the proj ect. e Equipment nameplate data including model number f Recommended maintenance procedures • Description of procedures • Maintenance frequency required. g. • Lubricant(s) or other materials required (where applicable), including type of lubricant, lubricant manufacturer, and specific compound. • Additional information as required for proper maintenance Recommended spare parts (where applicable) The maintenance information summary shall be placed at the beginning of the manual (G&O#13001) 01300-7 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 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 Owner's review indicates that the submittal is acceptable The Contractor shall maintain equipment manual files until final approval copies are delivered to the Owner 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 Owner 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 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 (G&O#13001) 01300-8 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 Owner 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 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 Owner, 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 (G&O#13001) 01300-9 B GROUPING OF SUBMITTALS 1 All submittals shall be grouped with associated items, unless otherwise specifically permitted by the Owner 2 The Owner 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 Owner 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 2 In scheduling, the Contractor shall allow for the time indicated in Part 2.2A for the Owner'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 The Contractor will not be paid for more than 90 percent of the purchase value of an item of equipment until the Owner has received the preliminary equipment manual for that item of equipment. Final copies of the manufacturer's equipment manuals shall be delivered to the Owner at least 10 working days prior to requesting payment in excess of 90 percent completion for the project. Progress payments for work in excess of 90 percent completion will not be made until the final equipment manuals have been received and accepted by the Owner Prior to submittal of the final (G&O#13001) 01300-10 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 *** (G&O#13001) 01300-11 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, Contractors Subcontractors, the Engineer, funding agencies, regulatory agencies, and affected utilities 1.3 PROJECT PROGRESS MEETINGS The Owner will schedule and attend regular weekly meetings with the Contractor for coordination, administrative, and procedural requirements of the project. The Contractor shall coordinate with Subcontractors to ensure their attendance if the subcontracted work is to occur that week or was completed after the previous progress meeting. 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 in advance of all meetings The meetings may or may not be attended by the Owner and Engineer *** END OF SECTION *** (G&O#13001) 01310-1 SECTION 01355 ENVIRONMENTAL PROTECTION AND REGULATORY REQUIREMENTS PART 1 GENERAL 1.1 SCOPE The work specified in this Section contains information pertaining to permits licenses and environmental protection. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item General Conditions 01300 Submittals 01740 Cleanup 02370 Erosion Control 02240 Dewatering 1.3 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only 1 33 CFR 328 Definitions of Waters of the United States 2 40 CFR 261 Identification and Listing of Hazardous Waste 3 40 CFR 262 Standards Applicable to Generators of Hazardous Waste 4 40 CFR 279 Standards for the Management of Used Oil 5 40 CFR 302 Designation, Reportable Quantities, and Notification 6 40 CFR 355 Emergency Planning and Notification 7 40 CFR 68 Chemical Accident Prevention Provisions 8 49 CFR 171 - 178 Hazardous Materials Regulations 9 Wetland Manual Environmental Laboratory 1987 "Corps of Engineers Wetlands Delineation Manual," Technical Report Y-87- 1, US Army Engineer Waterways Experiment Station, Vicksburg, Mississippi 1.4 DEFINITIONS A. Environmental Pollution and Damage Environmental pollution and damage is the presence of chemical, physical, or biological elements or agents that adversely affect human health or welfare, unfavorably alter (G&O# 13001) 01355-1 ecological balances of importance to human life, affect other species of importance to humankind, or degrade the environment aesthetically, culturally and/or historically B Environmental Protection Environmental protection is the prevention/control of pollution and habitat disruption that may occur to the environment during construction. The control of environmental pollution and damage requires consideration of land, water, and air; biological and cultural resources, and includes management of visual aesthetics, noise, solid, chemical, gaseous, and liquid waste, radiant energy and radioactive material as well as other pollutants C Contractor Generated Hazardous Waste Contractor generated hazardous waste means materials that, if abandoned or disposed of, may meet the definition of a hazardous waste These waste streams would typically consist of material brought on site by the Contractor to execute work, but are not fully consumed during the course of construction. Examples include, but are not limited to, excess paint thinners (i e methyl ethyl ketone, toluene, etc ), waste thinners, excess paints, excess solvents, waste solvents, and excess pesticides, and contaminated pesticide equipment rinse water D Land Application for Discharge Water. The term "Land Application" for discharge water implies that the Contractor shall discharge water at a rate that allows the water to percolate into the soil No sheeting action, soil erosion, discharge into storm sewers, discharge into defined drainage areas, or discharge into the "waters of the United States" shall occur Land Application shall be in compliance with all applicable Federal, State, and local laws and regulations E Pesticide Pesticide is defined as any substance or mixture of substances intended for preventing, destroying, repelling, or mitigating any pest, or intended for use as a plant regulator, defoliant or desiccant. F Pests The term "pests" means arthropods, birds, rodents, nematodes, fungi, bacteria, viruses, algae, snails, marine borers, snakes, weeds and other organisms (except for human or animal disease -causing organisms) that adversely affect readiness, or the well-being of personnel and animals, attack or damage real property, supplies, equipment, or vegetation, or are otherwise undesirable G Surface Discharge The term "Surface Discharge" implies that the water is discharged with possible sheeting action and subsequent soil erosion may occur Waters that are surface discharged may terminate in drainage ditches, storm sewers, creeks, and/or "waters of the United States" and would require a permit to discharge water from the governing agency (G&O# 13001) 01355-2 H. Waters of the United States All waters that are under the jurisdiction of the Clean Water Act, as defined in 33 CFR 328 I. Wetlands Wetlands means those areas that are inundated or saturated by surface or ground water at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions Wetlands generally include swamps, marshes, and bogs Official determination of whether or not an area is classified as a wetland must be done in accordance with "Wetland Manual" cited in Part 1 3 - REFERENCES of this section. 1.5 GENERAL REQUIREMENTS A. The Contractor shall minimize environmental pollution and damage that may occur as the result of construction operations The environmental resources within the project boundaries and those affected outside the limits of permanent work shall be protected during the entire duration of this contract. The Contractor shall comply with all applicable environmental Federal, State, and local laws and regulations The Contractor shall be responsible for any delays resulting from failure to comply with environmental laws and regulations 1.6 SUBCONTRACTORS A. The Contractor shall ensure compliance with this section by subcontractors 1.7 PROTECTION FEATURES A. Prior to start of any onsite construction activities, the Contractor and the Owner's Representative shall make a joint condition survey Immediately following the survey, the Contractor shall prepare a list or brief report as necessary including a plan describing the features requiring protection, which are not specifically identified on the drawings as environmental features requiring protection along with the condition of trees, shrubs and grassed areas immediately adjacent to the site of work and adjacent to the Contractor's assigned storage area and access route(s), as applicable This survey report shall be signed by both the Contractor and the Owner's Representative upon mutual agreement as to its accuracy and completeness The Contractor shall protect those environmental features included in the survey report and any indicated on the drawings, regardless of interference that their preservation may cause to the Contractor's work under the contract. (G&O# 13001) 01355-3 1.8 SPECIAL ENVIRONMENTAL REQUIREMENTS A. The Contractor shall comply with the special environmental requirements associated with Permits listed here and included in the appendix of this Specification. This requirement does not release Contractor from other Special Environmental Requirements that may be applicable to this project that are not listed in this Section 1 Nationwide Permit (NWP) 7, issued by the Corps of Engineers (obtained by Owner) 2 Hydraulic Project Approval, issued by Washington Department of Fish and Wildlife (obtained by Owner) 3 Grading Permit, issued by City of Yakima. (See Section 3 1, obtained by Contractor) 4 Construction Stormwater General Permit, issued by Washington Department of Ecology (See Section 3 1, obtained by Owner, transferred to Contractor) 5 City of Yakima Shoreline and Critical Areas Permit (obtained by Owner) 6 NOAA/USFWS ESA Section 7 Consultation (obtained by Owner) 7 City of Yakima — SEPA determination (completed by Owner) 8 Section 9 of the Rivers and Harbors Act Permit (obtained by Owner) 9 Washington State Department of Ecology — Section 401 Water quality certification (obtained by Owner) 10 U S Army Corps of Engineers — Section 106 National Historic and Preservation Act (completed by Owner) 11 WSDOE plan renewal and approval (completed by Owner) 12 WSDOE, NPDES permit for existing and new Wastewater Treatment Plant (Existing Permit) 13 City of Yakima Business License (See Section 3 1, obtained by Contractor) 1.9 ENVIRONMENTAL ASSESSMENT OF CONTRACT DEVIATIONS A. Any deviations, requested by the Contractor, from the drawings, plans and specifications which may have an environmental impact will be subject to approval by the Owner's Representative and may require an extended review, processing, and approval time The Owner's Representative reserves the right to disapprove alternate methods, even if they are more cost effective, if the Owner's Representative determines that the proposed alternate method will have an adverse environmental impact. (G&O# 13001) 01355-4 1.10 NOTIFICATION A. The Owner's Representative will notify the Contractor in writing of any observed noncompliance with Federal, State or local environmental laws or regulations, permits, and other elements of the Contractor's Environmental Protection plan. The Contractor shall, after receipt of such notice, inform the Owner's Representative of the proposed corrective action and take such action when approved by the Owner's Representative The Owner's may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No time extensions shall be granted or equitable adjustments allowed to the Contractor for any such suspensions This is in addition to any other actions the Owner's Representative may take under the contract, or in accordance with the Federal Acquisition Regulation or Federal Law Failure of the Owner or Owner's representative to notify the Contractor of any non-compliance in no way relieves the Contractor of any responsibilities for compliance with said permit requirements or penalties therefor PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 ENVIRONMENTAL PERMITS A. The Owner shall develop and obtain a Construction Stormwater General Permit for the Washington Department of Ecology This permit will be transferred to the Contractor at the notice to proceed. B The Contractor shall develop and obtain a Construction and Grading Permit from the City of Yakima. C The Contractor and all Subcontractors shall apply for and obtain a City of Yakima Business License D The Contractor shall comply with the terms and conditions of the attached permits at the end of this section. E The Contractor shall be responsible for obtaining and complying with all additional environmental permits and commitments required by Federal, State, Regional, and local environmental laws and regulations (G&O# 13001) 01355-5 3.2 LAND RESOURCES A. The Contractor shall confine all activities to areas defined by the drawings and specifications Prior to the beginning of any construction, the Contractor shall identify any land resources to be preserved within the work area. Except in areas indicated on the drawings or specified to be cleared, the Contractor shall not remove, cut, deface, injure, or destroy land resources including trees, shrubs, vines, grasses, topsoil, and land forms without approval No ropes, cables, or guys shall be fastened to or attached to any trees for anchorage unless specifically authorized. The Contractor shall provide effective protection for land and vegetation resources at all times as defined in the following subparagraphs Stone, soil, or other materials displaced into uncleared areas shall be removed by the Contractor B Work Area Limits Prior to commencing construction activities, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area that are not to be disturbed shall be marked or fenced. Monuments and markers shall be protected before construction operations commence Where construction operations are to be conducted during darkness, any markers shall be visible in the dark. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects C Landscape Trees, shrubs, vines, grasses, land forms and other landscape features indicated and defined on the drawings to be preserved shall be clearly identified by marking, fencing, or wrapping with boards, or any other approved techniques The Contractor shall restore landscape features damaged or destroyed during construction operations outside the limits of the approved work area. D Erosion and Sediment Controls The Contractor shall be responsible for providing erosion and sediment control measures in accordance with Federal, State, and local laws and regulations The erosion and sediment controls selected and maintained by the Contractor shall be such that water quality standards are not violated as a result of the Contractor's construction activities The area of bare soil exposed at any one time by construction operations should be kept to a minimum The Contractor shall construct or install temporary and permanent erosion and sediment control best management practices (BMPs) as specified in Section 02370 EROSION CONTROL BMPs may include, but not be limited to, vegetation cover, stream bank stabilization, slope stabilization, silt fences, construction of terraces, interceptor channels, sediment traps, inlet and outfall protection, diversion channels, and sedimentation basins The Contractor's best management practices shall also be in accordance with the National Pollutant Discharge Elimination System (NPDES) Storm Water Pollution Prevention Plan (SWPPP) The Contractor will provide a (G&O# 13001) 01355-6 copy of the SWPPP to the Owner The Contractor shall maintain an updated copy of the SWPPP onsite and notify the Owner of any changes thereto Any temporary measures shall be removed after the area has been stabilized. E Contractor Facilities and Work Areas The Contractor's field offices, staging areas, stockpile storage, and temporary buildings shall be placed in areas designated on the drawings or as directed by the Owner's Representative Temporary movement or relocation of Contractor facilities shall be made only when approved. Erosion and sediment controls shall be provided for on-site borrow and spoil areas to prevent sediment from entering nearby waters Temporary excavation and embankments for plant and/or work areas shall be controlled to protect adjacent areas 3.3 WATER RESOURCES A. The Contractor shall monitor construction activities to prevent pollution of surface and ground waters Toxic or hazardous chemicals shall not be applied to soil or vegetation unless otherwise indicated. All water areas affected by construction activities shall be monitored by the Contractor For construction activities immediately adjacent to impaired surface waters, the Contractor shall be capable of quantifying sediment or pollutant loading to that surface water when required by State or Federally issued Clean Water Act permits B Cofferdams, Diversions, and Dewatering Operations Construction operations for dewatering shall be controlled at all times to maintain compliance with existing State water quality standards and designated uses of the surface water body The Contractor shall comply with the State of Washington water quality standards and anti -degradation provisions and the Clean Water Act Section 404, Nationwide Permit # 7 C Wetlands The Contractor shall not enter, disturb, destroy, or allow discharge of contaminants into any wetlands except as authorized herein. The Contractor shall be responsible for the protection of wetlands shown on the drawings in accordance with paragraph ENVIRONMENTAL PERMITS Authorization to enter specific wetlands identified shall not relieve the Contractor from any obligation to protect other wetlands within, adjacent to, or in the vicinity of the construction site and associated boundaries 3.4 AIR RESOURCES A. Equipment operation, activities, or processes performed by the Contractor shall be in accordance with all Federal, State and local air emission and performance laws and standards (G&O# 13001) 01355-7 B Particulates Dust particles, aerosols and gaseous by-products from construction activities shall be controlled at all times, including weekends, holidays and hours when work is not in progress The Contractor shall maintain excavations, stockpiles, haul roads, permanent and temporary access roads, plant sites, spoil areas, borrow areas, and other work areas within or outside the project boundaries free from particulates which would cause the Federal, State, and local air pollution standards to be exceeded or which would cause a hazard or a nuisance C Sprinkling Sprinkling, to be efficient, must be repeated to keep the disturbed area damp at all times The Contractor must have sufficient, competent equipment available to accomplish these tasks Particulate control shall be performed as the work proceeds and whenever a particulate nuisance or hazard occurs The Contractor shall comply with all State and local visibility regulations D Odors Odors from construction activities shall be controlled at all times The odors shall not cause a health hazard and shall be in compliance with State regulations and/or local ordinances E Sound Intrusions The Contractor shall keep construction activities under surveillance and control to minimize environment damage by noise The Contractor shall comply with the provisions of the State of Washington rules F Burning Burning will not be allowed on the project site 3.5 CHEMICAL MATERIALS MANAGEMENT AND WASTE DISPOSAL A. Disposal of wastes shall be as directed below, unless otherwise specified in other sections and/or shown on the drawings The Contractor shall maintain onsite a copy of the MSDS for all items listed below Copies of the MSDS shall be provided to the Owner 1 Solid Wastes Solid wastes (excluding clearing debris) shall be placed in containers that are picked up and transported to a permitted offsite landfill on a regular schedule Handling, storage, and disposal shall be conducted to prevent contamination. Segregation measures shall be employed so that no hazardous or toxic waste will become co -mingled with solid waste 2 Chemicals and Chemical Wastes Chemicals shall be dispensed ensuring no spillage to the ground or water Periodic inspections of dispensing areas to identify leakage and initiate corrective action shall be performed and documented by Contractor This documentation will be periodically reviewed by the OWNER. Chemical waste shall be collected in corrosion resistant, (G&O# 13001) 01355-8 compatible containers Collection drums shall be monitored and removed to a staging or storage area when contents are within 6 inches of the top Wastes shall be classified, managed, stored, and disposed of in accordance with Federal, State, and local laws and regulations 3 Contractor Generated Hazardous Wastes/Excess Hazardous Materials Hazardous wastes are defined in 40 CFR 261, or are as defined by applicable State and local regulations Hazardous materials are defined in 49 CFR 171 - 178 The Contractor shall, at a minimum, manage and store hazardous waste in compliance with 40 CFR 262 The Contractor shall take sufficient measures to prevent spillage of hazardous and toxic materials during dispensing. The Contractor shall segregate hazardous waste from other materials and wastes, shall protect it from the weather by placing it in a safe covered location, and shall take precautionary measures such as berming or other appropriate measures against accidental spillage The Contractor shall be responsible for storage, describing, packaging, labeling, marking, and placarding of hazardous waste and hazardous material in accordance with 49 CFR 171 - 178, State, and local laws and regulations The Contractor shall transport Contractor generated hazardous waste off project property within 60 days in accordance with the Environmental Protection Agency and the Department of Transportation laws and regulations The Contractor shall dispose of hazardous waste in compliance with Federal, State and local laws and regulations Spills of hazardous or toxic materials shall be immediately reported to the Owner's Representative Cleanup and cleanup costs due to spills shall be the Contractor's responsibility The disposition of Contractor generated hazardous waste and excess hazardous materials are the Contractor's responsibility 4 Fuel and Lubricants Storage, fueling and lubrication of equipment and motor vehicles shall be conducted in a manner that affords the maximum protection against spill and evaporation. Fuel, lubricants and oil shall be managed and stored in accordance with all Federal, State, Regional, and local laws and regulations Used lubricants and used oil to be discarded shall be stored in marked corrosion -resistant containers and recycled or disposed in accordance with 40 CFR 279, State, and local laws and regulations Storage of fuel on the project site shall be accordance with all Federal, State, and local laws and regulations 5 Waste Water. Disposal of wastewater shall be as specified below (G&O# 13001) 01355-9 a. Waste water from construction activities, such as onsite material processing, concrete curing, foundation and concrete clean-up, water used in concrete trucks, forms, etc shall not be allowed to enter water ways or to be discharged prior to being treated to remove pollutants b For discharge of ground water from dewatering activities, the Contractor shall surface discharge in accordance with all Federal, State, and local laws and regulations 3.6 RECYCLING AND WASTE MINIMIZATION A. The Contractor shall participate in State and local government sponsored recycling programs 3.7 HISTORICAL, ARCHAEOLOGICAL, AND CULTURAL RESOURCES A. If during excavation or other construction activities any previously unidentified or unanticipated historical, archaeological, and cultural resources are discovered or found, all activities that may damage or alter such resources shall be temporarily suspended. Resources covered by this paragraph include but are not limited to any human skeletal remains or burials, artifacts, shell, midden, bone, charcoal, or other deposits, rock or coral alignments, pavings, wall, or other constructed features, and any indication of agricultural or other human activities Upon such discovery or find, the Contractor shall immediately notify the Owner's Representative so that the appropriate authorities may be notified and a determination made as to their significance and what, if any, special disposition of the finds should be made The Contractor shall cease all activities that may result in impact to or the destruction of these resources The Contractor shall secure the area and prevent employees or other persons from trespassing on, removing, or otherwise disturbing such resources 3.8 BIOLOGICAL RESOURCES A. The Contractor shall minimize interference with, disturbance to, and damage to fish, wildlife, and plants including their habitat. The Contractor shall be responsible for the protection of threatened and endangered animal and plant species including their habitat in accordance with Federal, State, Regional, and local laws and regulations 3.9 PREVIOUSLY USED EQUIPMENT A. The Contractor shall clean all previously used construction equipment prior to bringing it onto the project site The Contractor shall ensure that (G&O# 13001) 01355-10 the equipment is free from soil residuals, egg deposits from plant pests, noxious weeds, and plant seeds The Contractor shall consult with the USDA jurisdictional office for additional cleaning requirements 3.10 MAINTENANCE OF POLLUTION FACILITIES A. The Contractor shall maintain permanent and temporary pollution control facilities and devices for the duration of the contract or for that length of time construction activities create the particular pollutant. 3.11 TRAINING OF CONTRACTOR PERSONNEL A. The Contractor's personnel shall be trained in all phases of environmental protection and pollution control The Contractor shall conduct environmental protection/pollution control meetings for all Contractor personnel prior to commencing construction activities Additional meetings shall be conducted for new personnel and when site conditions change The training and meeting agenda shall include methods of detecting and avoiding pollution, familiarization with statutory and contractual pollution standards, installation and care of devices, vegetative covers, and instruments required for monitoring purposes to ensure adequate and continuous environmental protection/pollution control, anticipated hazardous or toxic chemicals or wastes, and other regulated contaminants, recognition and protection of archaeological sites, artifacts, wetlands, and endangered species and their habitat that are known to be in the area. 3.12 POST CONSTRUCTION CLEANUP A. The Contractor shall clean up all areas used for construction in accordance with Specification Section 07140 Cleanup The Contractor shall, unless otherwise instructed in writing by the Owner's Representative, obliterate all signs of temporary construction facilities such as haul roads, work area, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other vestiges of construction prior to final acceptance of the work. The disturbed area shall be graded, filled and the entire area seeded unless otherwise indicated. END OF SECTION (G&O# 13001) 01355-11 SECTION 01385 PRE -CONSTRUCTION and POST -CONSTRUCTION VIDEO 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 Owner 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 Owner prior to the recording to allow the Owner 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 Owner, 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 Owner *** END OF SECTION *** (G&O#13001) 01385-1 SECTION 01400 QUALITY CONTROL — CONTRACTOR PROVIDED PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the control tests, test sample collection, required field-testing, and special inspections as specified herein, and indicated on the Plans 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02300 Earthwork 02700 Gravel Materials 02710 Gravel Surfacing 02740 Hot Mix Asphalt 03300 Reinforced Concrete 1.3 PAYMENT All testing as required by this Section shall be paid for by the Contractor All costs to prepare and implement the sample and testing program shall be included in the bid prices for the various items associated with the sampling and testing program. Retesting and reinspection required because of defective work and testing performed for the convenience of the Contractor shall also be paid for by the Contractor Testing requirements shall not be cause for claims of delay by the Contractor and all expenses accruing therefrom shall be deemed incidental to the performance of the Contract. PART 2 PRODUCTS 2.1 GENERAL The Contractor shall be responsible for all material testing specified in the Contract Documents and any applicable permits and codes The independent materials testing laboratory shall be accredited for performing the various testing methods either by AASHTO R18, AASHTO 150/IEC 17025 or the American (G&O#13001) 01400-1 Association for Laboratory Accreditation and further approved by the Owner The materials testing laboratory shall send test results directly to the Owner 2.2 EARTHWORK AND GRANULAR MATERIALS A. COMPACTION CONTROL Optimum moisture content and maximum density tests shall be determined by the following method ASTM D1557 — Laboratory Compaction Characteristics of Soil Using Modified Effort B IN-PLACE TESTS In-place density and moisture content tests shall be made by an independent testing laboratory according to the following methods ASTM D6938 — Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) 2.3 AGGREGATES All aggregates shall be tested in accordance Section 9-03 of the 2014 WSDOT Standard Specifications Title Test Method Sampling AASHTO T2 Sieve Analysis of Fine and Coarse Aggregates 104A Material Finer than No 200 Sieve in Aggregates 102A Percentage of Particles Smaller than 0 025 mm and 0 005 mm 603A Organic Impurities l I lA Abrasion of Coarse Aggregates by Use of the Los Angeles Machine 101A Sand Equivalent 109A (G&O#13001) 01400-2 2.4 CAST -IN-PLACE CONCRETE Cast -in-place concrete shall be tested in accordance with applicable parts of Chapter 16 of ACI 301 Concrete reinforcement and concrete special inspections shall be performed in accordance with local Building Official and WABO requirements 2.5 HOT MIX ASPHALT Paving asphalt shall be tested in accordance with the following WSDOT test methods Characteristics Test Method Tests on Residue from RTFC Procedure 208 Absolute Viscosity at 140 degrees F, poise 203 Kinematic Viscosity at 275 degrees F , cSt, min. 202 Penetration at 77 degrees F , 100 g/5 sec , min.(') 201 Percent of Original Penetration at 77 degrees F, min. 2 Ductibility at 45 degrees F , cm, min. Flashpoint, (Cleveland Open Cup), degrees F min. (test on original asphalt) 206 Solubility in Trichloroethylene percent, min. (test on original asphalt) 214 (1) Original penetration, as well as penetration after RTFC loss shall be determined by AASHTO Test Method T 49 A. COMPLETE EXTRACTIVE OF UNCOMPACTED MIX Test methods shall be in accordance with the following 1 AASHTO T68 2 ASTM D2172 3 AASHTO T30 B DENSITY OF COMPACTED MIX Test method shall be in accordance with AASHTO T166 1 The Contractor shall employ an independent testing laboratory approved by the Owner to conduct complete extraction tests on the uncompacted asphalt concrete pavement mix. (G&O#13001) 01400-3 2 The Contractor shall provide the Owner with an affidavit from the asphalt supplier of the characteristics of the paving asphalt. The paving asphalt shall be tested in accordance with WSDOT Construction Manual and Standard Specifications, latest editions PART 3 EXECUTION 3.1 SAMPLING AND TESTING FREQUENCY A. GENERAL The Contractor shall provide the following quality control tests at the number and frequency described herein. On-site testing technicians and testing laboratories shall be WABO-certified. The precise location of the tests shall be designated by the Engineer The Contractor shall cooperate with laboratory personnel employed to conduct the density testing, sampling of material(s), and special inspections The Contractor shall provide safe access within the work site for laboratory personnel such that density testing and visual inspection can be performed. The Contractor shall provide samples of materials to be tested in the quantities required and herein specified to the appropriate laboratory personnel The Contractor shall furnish all labor, equipment, tools, and materials necessary to obtain and deliver samples as herein designated. He shall also provide and repair any test holes required in order to facilitate the testing and sampling and to provide for the testing laboratory's exclusive use for storage and curing of test samples until removed to the laboratory Any areas tested and further failing compliance with the Specifications shall be recompacted and retested at the Contractor's expense, until a successful density test indicating compliance with these Specifications has been achieved. B SOIL TESTING The following soil quality control tests shall be completed at the given frequency Material Backfill for foundations, Minimum Sampling & Test Testing Frequency Gradation' One every 500 cy or one per day walls, trenches and roads or one per moisture -density In -Place One every 500 cy or one per day Density2'3'4 for each type of soil or fill material For trenches and backfill around (G&O#13001) 01400-4 Minimum Sampling & Material Test Testing Frequency Pipe Bedding pipes one per day and one every 250 feet of trench per 2 feet of backfill to the top of pipe. Moisture -Density One prior to start of backfilling Relationship3 operation, one any time material type changes. Gradation' One every 750 feet of trench. Subgrade and Fills In -Place Density2'3 One every 500 cy of each type material. One at finished grade for each diversion and outfall structure Moisture -Density One prior to start of backfilling Relationship operation and one any time material type changes. Gradation One for every moisture -density 1 All acceptance tests shall be conducted from in-place samples. 2 Additional tests shall be conducted when variations occur due to the Contractors, operations, weather conditions, site conditions, etc. 3 The nuclear densometer, if properly calibrated, may be used but only to supplement the required testing frequency and procedures. The densometer shall be calibrated and is recommended for use when the time for complete results becomes critical. 4 Depending on soil conditions, it is anticipated that compaction tests shall be required at depths of 2 feet above the pipe and at each additional 5 feet to the existing surface plus a test at the surface C HOT MIX ASPHALT TESTING FREQUENCY The following hot mix asphalt quality control tests shall be completed at the given frequency (G&O#13001) 01400-5 Minimum Sampling & Material Test Testing Frequency Mix Design (By Contractor) Asphalt (including prime and tack coat) Aggregates (from bins or source) Submittal Sample and Tests Gradation Fractured Faces LA Abrasion Specific Gravity Hot Mix Asphalt Marshall Method (including Asphalt Treated Test Base) Specific Gravity Compaction D CONCRETE TESTING Design Mix (include test results) Aggregate (each size) — 100 pounds. Asphalt - 1 gallon. Mineral Filler — 10 pounds. Submit a 1 -quart sample and material certification with test results for each shipment or lot of asphalt. A duplicate 1 -quart sample shall be retained by the Contractor until the completion of the job One test prior to start of paving operation and one every 1,500 tons or 1,000 cy Same as gradation. One test prior to start of paving and one test every 10,000 tons thereafter Same as gradation. One initial test during mix design and one per 3,000 tons thereafter One per each Marshall test. One per 50 Tons All testing shall conform to applicable portions of ACI. Special inspections of concrete and concrete reinforcement shall comply with WABO requirements All concrete must meet the specified requirements for minimum 28 -day compressive strength. All concrete cylinders shall be molded and tested for strength by an independent testing laboratory employed by the Contractor (G&O#13001) 01400-6 The Contractor shall furnish all concrete required for molding of the cylinders In cases where cylinders are stored at the project site, the Contractor shall provide storage and protection for the cylinders in accordance with ACI requirements Concrete tests and testing frequency shall be in accordance with the more stringent of the testing requirements specified in Section 03300-3 17 of these Specifications, and the following table Material Coarse Aggregate (for each grading size)' Test Gradation Deleterious Substances L.A. Abrasion Moisture specific gravity and absorption' Fine Aggregate' Gradation and fineness modules Deleterious Substances Moisture, specific gravity and absorption' Concrete Slump Minimum Sampling & Testing Frequency One test every 500 cy of concrete One test initially and thereafter when appearance makes the material suspect. One every 2,000 tons of aggregate. One initially and every 250 cy thereafter One moisture to be conducted prior to any batching and more frequently if hauling and storage does not provide a consistent moisture content. One every 250 cy of concrete. (same as coarse aggregate) (same as coarse aggregate) Conduct one test every day of placement and one additional test for every 50 cy placed and more frequently if batching appears inconsistent. Conduct in conjunction with taking concrete cylinders. Entrained Air and Conduct with each slump test. Unit Weight (G&O#13001) 01400-7 Material Test Concrete Ambient and concrete temperatures Compressive strength and evaluation of results per ACI 214 (includes unit weight of each cylinder) 1 Aggregate moisture tests are to be Minimum Sampling & Testing Frequency Conduct with each slump test. For all concrete placement, take one set of four cylinders per day and one additional set of cylinders for every 50 cy of each class of structural concrete. Test one cylinder at 7 days and two at 28 days. Fourth cylinder shall be held in reserve. A plot and statistical evaluation shall be maintained in accordance with ACI 214 for compressive strength results. Field cure cylinders shall be made when insitu strengths are required to be known. conducted in conjunction with concrete strength tests for water/cement (w/c) calculations. E SPECIAL INSPECTIONS Contractor shall perform all required Special Inspections per WABO requirements (Chapter 17 of the IBC) Special inspections include cast -in-place concrete, concrete reinforcement, structural welded connections, bolted connections, compaction testing for building and structure foundations, concrete masonry units (CMU), and epoxy adhesive bolting. *** END OF SECTION *** (G&O#13001) 01400-8 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 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01510 Maintenance of Treatment Facility 01520 Field Offices and Storage Sheds 01530 Temporary Bypass Pumping PART 2 PRODUCTS 2.1 UTILITIES A. TEMPORARY ELECTRICITY The Contractor shall provide temporary power for construction at the project site He 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 at all times (G&O#13001) 01500-1 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 WATER The Contractor shall be responsible for providing water necessary for construction. This includes costs for supplying potable water for hydrostatic pressure leak testing of all water -holding structures and operational testing of all equipment and processes Water is available from the Owner free of charge, provided that it is used responsibly The closest available water is at the WWTP, the Contractor shall coordinate with the Owner to obtain water from a hose bib within the WWTP fence Water supply will be approximately 10 gpm. 2.2 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 (G&O#13001) 01500-2 2.3 SANITARY FACILITIES The Contractor shall provide toilet and wash-up facilities for his workforce and the Engineer 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 2.4 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 PART 3 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 *** (G&O#13001) 01500-3 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 *** (G&O#13001) 01505-1 SECTION 01510 MAINTENANCE OF TREATMENT PLANT 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. If necessary, this shall also include all connections of temporary pumping equipment with temporary electrical service with controls The Contractor shall coordinate 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 01500 Item Temporary Facilities 1.3 WASTEWATER TREATMENT PLANT The specified work is expected to require temporary sewage pumping or interruption of plant operation. The Contractor shall schedule work so as to minimize interruption of the treatment or the transportation of sewage Prior to starting construction, the Contractor shall confer with the Owner and Owner's Operations and Maintenance Personnel and develop a construction sequence and schedule which will provide for diversion of flow, 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. If bypass pumping is used, 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 The Contractor shall notify the Owner and Engineer in writing at least two weeks in advance of any proposed temporary wastewater treatment system shutdown or (G&O#13001) 01510-1 temporary diversion (of the plant flow to an empty clarifier) Refer to Specification Section 01110 regarding order of work and sequence of construction. 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 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 Whenever the Contractor is excavating in the area of these utilities, he shall make arrangements to have emergency repair equipment, materials, and manpower available within 30 minutes of the site The Contractor shall submit his contingency plans to the Owner for approval at least 10 days prior to performing any excavation. 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, he shall make the repair immediately, at his 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 "as -built" drawings of the existing treatment plant are available for review at the Engineer's office Said "as -built" drawings are made available for (G&O#13001) 01510-2 information only and not as a warranty of existing conditions The Contractor shall be held responsible for verifying the accuracy of the "as -built" drawings The Contractor shall work with the Owner's Operation and Maintenance Division by calling Mike Price at (509) 249-6824 or Jeremy Hoover, P.E at (509) 424- 2589, and the Utilities Underground Location Center, by calling 1-800-424-5555 to advise them of the proposed construction area and the proposed schedule of work sequence so that respective participating utilities may mark their systems The Contractor shall also check individually with those utilities not participating. The Contractor shall, by letter and copies thereof, demonstrate to the Owner his efforts to fully inform the nonparticipating utilities, Owner's Operation and Maintenance Division, and the Utilities Underground Location Center of his activities Furthermore, the Contractor shall demonstrate full cooperation with each utility involved in this Project. The Contractor is hereby advised that the exact locations of the existing underground waterlines, sewer lines, drainage lines, and electrical conduits at the plant site are not known. The Contractor shall locate and mark these lines prior to construction. *** END OF SECTION *** (G&O#13001) 01510-3 SECTION 01520 STORAGE SHEDS PART 1 GENERAL 1.1 SCOPE The work specified in this Section describes the requirements for storage sheds on this project. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 01500 PART 2 PRODUCTS 2.1 STORAGE SHEDS Item Temporary Facilities 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 The Engineer's field office and accessories shall remain in service until the project is accepted by the Owner *** END OF SECTION *** (G&O#13001) 01520-1 SECTION 01580 PROJECT IDENTIFICATION SIGNS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes two 4'x8' signs at the project site for identification of this project. Prior to constructing the project sign, the Contractor shall obtain the required sign wording and location from the Engineer All participating funding agencies shall be listed in a noteworthy format on the project sign. If the Contractor elects to also erect his own company sign on the site, it must contain the words "An Equal Opportunity Employer " *** END OF SECTION *** (G&O#13001) 01580-1 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 Item 01300 Submittals 1.3 INFORMATION PROVIDED BY THE OWNER The Contractor will be provided with the following items to maintain record drawings for the project A. One full size paper set of Plans 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 Owner or Engineer during normal working hours at the Contractor's field office At the completion (G&O#13001) 01720-1 of the work, prior to final payment, all record drawings shall be submitted to the Owner and/or 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 monthly for completeness by the Owner and/or 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 *** (G&O#13001) 01720-2 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. (G&O#13001) 01740-1 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 Maintain the site in a neat and orderly condition at all times so as to meet the approval of the Owner (G&O#13001) 01740-2 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 Owner 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 (G&O#13001) 01740-3 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 event of 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 *** (G&O#13001) 01740-4 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. See also Section 16050 for additional electrical and instrumentation system testing requirements 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01110 Scope of Work 01300 Submittals 01400 Quality Control 01500 Temporary Facilities 15050 Piping Systems 16050 Basic Electrical Materials and Methods 1.3 QUALITY ASSURANCE A. INSTALLATION All mechanical, electrical, and instrumentation 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 Owner Any additional costs arising out of changes authorized by the Owner to accommodate manufacturer's installation recommendations will be considered extra work. Any costs incurred by the Contractor through failure to timely notify the Owner of a difference between Contract Document and manufacturer's installation requirements shall be borne by the Contractor (G&O#13001) 01800-1 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 facilities and connections, shall be borne by the Contractor For the purpose of this Section, equipment shall mean any mechanical, electrical, instrumentation, 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 Installed tests for electrical and instrumentation devices and systems shall be in accordance with Division 16 No tests specified herein shall be applied until the item to be tested has 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. (G&O#13001) 01800-2 The form of evidence of satisfactory fulfillment of delivery acceptance test and inspection requirements shall be, at the discretion of the Owner, 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 Owner A master test log book shall be maintained by the Contractor, which shall cover all tests including piping, equipment, electrical, and instrumentation. The master test log book shall be provided with loose-leaf pages that shall be copied weekly after updating for transmittal to the Owner The master test log book shall be transmitted to the Owner upon completion of the project. 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, electric and instrumentation subsystems 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 Owner that the items tested and inspected comply with the requirements of this Contract. Tests other than those specified shall be in accordance with Section 01400 b Inspection of all items delivered at the site or to any authorized place of storage so that the Owner 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 Owner or Engineer to conduct his inspection. Should the Owner or 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 Owner to demonstrate compliance (G&O#13001) 01800-3 3 Installed Tests and Inspections a. General All equipment shall be tested by the Contractor to the satisfaction of the Owner 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. b Procedures 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 Owner, 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 Owner jointly to ensure that each item of electrical, mechanical and instrumentation 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 Preoperation 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 (G&O#13001) 01800-4 (1) Piping system pressure testing and cleaning as specified in Division 15 (2) Electrical system testing as specified in Division 16 (3) Alignment of equipment. (4) Preoperation lubrication. iii Water Test Once all affected equipment has been subjected to the required preoperational checkout procedures and the Owner 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, including performance throughout the specified range for the equipment, 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 Owner 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 (G&O#13001) 01800-5 affected thereby, shall, if so required by the Owner, 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 Owner All 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 been 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 Owner, and the Contractor regarding the test results or the methods or equipment used in the performance of such test, then, the Owner may order the test to be repeated. If the repeat test, using such modified methods or equipment as the Owner 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, (G&O#13001) 01800-6 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 4 Operational Testing After completion of all installed testing and review by the Owner that all equipment complies with the requirements of the Specifications, the Contractor shall conduct operational testing. 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 Owner 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 (G&O#13001) 01800-7 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 30 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 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. 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 assure 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. (G&O#13001) 01800-8 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 10 days prior to the start time of the training. 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 10 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 (G&O#13001) 01800-9 2.2 TESTING A. GAUGES, METERS, RECORDERS, AND MONITORS Gauges, meters, recorders, and monitors shall be provided by the Contractor as required to supplement or augment the instrumentation system provided under this Contract to properly demonstrate that all equipment fully satisfies the requirements of the Specifications All devices employed for the purpose of measuring the performance of the facility's equipment and systems shall be specifically selected to be consistent with the variables to be monitored. All instruments shall be recently calibrated, and the Contractor shall be prepared at all times to demonstrate, through recalibration, the accuracy of all instruments employed for testing purposes Calibration procedures shall be in accordance with applicable standards of ASTM, ISA, and IEEE The adequacy of all gauges, meters, recorders and monitors shall be subject to review by the Engineer B 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 C 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 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. (G&O#13001) 01800-10 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 TRAINING Training of the Owner's personnel shall be done by experienced technical manufacturers' representatives Training shall be provided during a scheduled, dedicated session and shall not be combined with other field services such as equipment testing, startup and check-out. When required by these specifications, the training sessions shall be video and audio -taped by the Contractor and the final DVD delivered to the Owner These manufacturers' representatives shall follow the outline presented here GENERAL OUTLINE FOR MANUFACTURER PRESENTATIONS A. FAMILIARIZATION 1 Overview explaining theory of operation. (G&O#13001) 01800-11 2 Show catalog, parts lists, drawings, etc , in the shop drawings and O&M manuals Clearly identify the model or identification number of the equipment for which training is being provided. 3 Check out the installation of the specific equipment items 4 Demonstrate the unit and show that all parts of the Specifications are met. 5 Answer questions B SAFETY 1 Point out safety references 2 Discuss proper precautions around equipment. C OPERATION 1 Point out reference literature 2 Explain all modes of operation (including emergency) 3 Check out Owner's personnel on proper use of the equipment. (Let them do it) D PREVENTIVE MAINTENANCE (PM) 1 Pass out PM list including a. Reference material b Daily, weekly, monthly, quarterly, semi-annual, and annual jobs 2 Show how to perform PM jobs 3 Show Owner's personnel what to look for as indicators of equipment problems E CORRECTIVE MAINTENANCE 1 List possible problems 2 Discuss repairs - point out special problems (G&O#13001) 01800-12 3 Open up equipment and demonstrate procedures, where practical F PARTS 1 Show how to use parts list and order parts 2 Check over spare parts on hand. Make recommendations G LOCAL REPRESENTATIVES 1 Where to order parts Name, address, telephone, fax, e-mail 2 Service problems a. Who to call b How to get emergency help 3.4 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 5 days shall be allowed for each facility operational test. Unless otherwise noted, each portion of the facility being operationally tested must perform through its complete design range for a period of 5 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 *** (G&O#13001) 01800-13 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. Those items include, but are not limited concrete rubble and rebar and cattle gates that may be encountered during channel excavation. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01510 Maintenance of Treatment Facility 01355 Environmental Protection and Regulatory Requirements 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 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 be disposed of away from the site without additional cost to the Owner (G&O#13001) 01900-1 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 notify all affected utilities and comply with their respective requirements for abandonment of such utilities including power, telephone, natural gas, water, sanitary sewer, and storm sewer utilities 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 piping and appurtenances located less than 4 feet below finished grade shall be removed and hauled to an approved disposal site All piping and appurtenances located 4 feet or more below finished grade may, with Owner's written permission, be abandoned in place, unless shown otherwise on the Plans, as long as Contractor fully seals all pipe and appurtenance openings with grout. 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 1.5 HAZARDOUS MATERIALS A. HAZARDOUS MATERIAL TRANSPORT AND DISPOSAL The Contractor shall comply with all federal, state, and local regulations regarding the collection, containment and transportation of hazardous materials, including but not limited to WAC 173-303 Dangerous Waste Regulation, and shall ensure that all subcontractors comply as well *** END OF SECTION *** (G&O#13001) 01900-2 SECTION 01950 TRAFFIC CONTROL PART 1 GENERAL 1.1 SCOPE Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists and Greenway Trail pedestrians (including pedestrians with disabilities) The Contractor, utilizing contractor labor and contractor -provided equipment and materials (except when such labor, equipment, or materials are to be provided by the Owner as specifically identified in the Contract Documents), shall plan, manage, supervise and perform all temporary traffic control activities need to support the work of the Contract. The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Owner The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices, necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets or trail pathways No work shall be done on or adjacent to the work area until all necessary signs and traffic control devices are in place The traffic control resources and activities shall be used for the safety of the public, the Contractor's employees, the Owner's personnel and to facilitate the movement of the traveling public Traffic control resources and activities may be used for the separation or merging of public and construction traffic when in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers, erect, maintain, and remove signs, or provide, erect, maintain, and remove other traffic control devices when ordered to do so by the Owner, the Owner may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor's payment. The Contractor shall be responsible for providing adequate flaggers, signs and other traffic control devices for the protection of the work and the public at all times regardless of whether or not the flaggers, signs, and other traffic control devices are ordered by the Owner, furnished by the Owner, or paid for by the Owner (G&O# 13001) 01950-1 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01160 Regulatory Requirements 01300 Submittals 1.3 REFERENCES This Section references the latest revisions to the following documents Reference Title MUTCD Manual of Uniform Traffic Control Devices Washington State Modifications to the MUTCD Quality Guidelines for Temporary Traffic Control Devices ANSI 107 High Visibility Garment Standard 1.4 TRAFFIC CONTROL MANAGEMENT A. GENERAL It is the Contractor's responsibility to plan, conduct, and safely perform the work. The Contractor shall manage temporary traffic control with his or her own staff Traffic control management responsibilities shall be formally assigned to one or more company supervisors who are actively involved in the planning and management of field Contract activities The Contractor shall provide the Engineer with a copy of the formal assignment. The duties of traffic control management may not be subcontracted. The Contractor shall designate an individual or individuals to perform the duties of the primary Traffic Control Supervisor (TCS) The designation shall also identify an alternate TCS who can assume the duties of the primary TCS in the event that person's inability to perform. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the Contractor The primary and alternate TCS shall be certified as worksite traffic control supervisors by one of the organizations listed herein. Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory A traffic control management assignment and a TCS designation are required on all projects that will utilize traffic control The Contractor shall maintain 24-hour telephone numbers at which the Contractor's assigned traffic control management personnel and the TCS (G&O# 13001) 01950-2 can be contacted and be available upon the Engineer's request at other than normal working hours These persons shall have the resources, ability and authority to expeditiously correct any deficiency in the traffic control system. B The duties of the Contractor's traffic control management personnel shall include 1 Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. Some form of oversight shall be in place and effective even when the traffic control management personnel are not present at the job site 2 Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs), which are compatible with the work operations, and traffic control for which they will be implemented. 3 Discussing proposed traffic control measures and coordinating implementation of the Contractor -adopted traffic control plan(s) with the Owner 4 Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations 5 Coordinating the project's activities (road closures and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies 6 Overseeing all requirements of the Contract, which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic 7 Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the Project. 8 Attending all Project meetings where traffic management is discussed. (G&O# 13001) 01950-3 9 Being present onsite a sufficient amount of time to adequately accomplish the above -listed duties C TRAFFIC CONTROL SUPERVISOR A Traffic Control Supervisor (TCS) shall be on the Project whenever traffic control labor is required or less frequently, as approved by the Owner The TCS shall personally perform all the duties of the TCS The TCS's duties shall include 1 Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours) 2 Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and/or Owner 3 Attending traffic control coordinating meetings or coordination activities as authorized by the Owner 4 Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices 5 Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points are detectable and accessible to persons with disabilities as provided for in the approved plans 6 Having a current set of approved TCPs and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Washington State Modifications to the MUTCD and applicable standards and specifications (G&O# 13001) 01950-4 1.5 TCM AND TCS QUALIFICATIONS The TCM and TCS shall be certified by one of the following The Northwest Laborers — Employers Training Trust 27055 Ohio Avenue Kingston, Washington 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue N Seattle, Washington 98109 (800) 521-0778 or (206) 382-4090 The TCS and all flaggers shall have a current flagging card from the State of Washington, Oregon, or Idaho 1.6 SUBMITTALS A. TRAFFIC CONTROL PLAN The Contractor shall prepare and submit five copies of a Traffic Control Plan(s) All construction signs, flaggers, spotters, and other traffic control devices shall be shown on the traffic control plans The Contractor shall designate and adopt in writing the specific traffic control plan or plans required for their method of performing the work. The traffic control plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. The Traffic Control Plan shall meet the specific requirements of the franchise agreements and right-of-way permits required for this project. • Greenway Trail can be shut down for up to one week. • Contractor shall provide adequate notice of temporary closure to pedestrians 1/4 mile in both directions on the trial • Contractor shall not allow pedestrian traffic in area when constructing across the trail The Contractor, at the end of each day, shall leave the Work area in such condition that it can be traveled without damage to the Work, without danger to traffic, and without one-way traffic control (G&O# 13001) 01950-5 PART 2 PRODUCTS 2.1 TRAFFIC CONTROL DEVICES Flagging, signs and all other traffic control devices furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual on Uiiforni Traffic Control Devices (MUTCD) published by the U S Department of Transportation and the Washington State Modifications to the MUTCD Requirements for pedestrian traffic control devices are addressed in the MUTCD 2.2 CONSTRUCTION SIGNS All construction signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Owner shall be furnished by the Contractor The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non -applicable signs shall be removed or completely covered with either metal or plywood during periods when they are not needed When the need for any of these signs has ceased, the Contractor, upon approval of the Owner, shall take down these signs, post, or supports Construction signs will be divided into two classes Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature Sign and support installation for Class A signs shall be in accordance with the WSDOT Standard Plans Class A signs shall be designated as such on the Traffic Control Plan. Class B Construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for 1 to 3 days They are mounted on portable or temporary mountings Tripod -mounted signs in place more than 3 days in any one location, unless approved by the Engineer, shall be required to be post -mounted and shall be classified as Class A construction signs Where it is necessary to add weight to the signs for stability, sandbags or other similar ballast may be used but the top of the ballast shall not be more than 4 inches above the road surface, and shall not interfere with the breakaway features of the device The Contractor shall follow the manufacturer's recommendations for sign ballasting. (G&O# 13001) 01950-6 PART 3 EXECUTION 3.1 GENERAL The Contractor shall provide all labor and equipment to execute the Traffic Control Plan. It is the Contractor's responsibility to plan, conduct, and safely perform the work. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the TCM. 3.2 TRAFFIC CONTROL LABOR The Contractor shall furnish all personnel for flagging, spotting, for the execution of all procedures related to temporary traffic control and for setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations Vests and other high -visibility apparel shall be in conformance with ANSI 107 Flaggers and spotters shall be posted where shown on the approved Traffic Control Plan. Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or Idaho The flagging card shall be immediately available and shown upon request by the Owner During hours of darkness, flagging stations shall be illuminated in a manner that insures that flaggers can easily be seen but that does not cause glare to the traveling public Flagger station illumination shall meet the requirements of the MUTCD Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios shall be capable of having direct contact wit project management (foreman, superintendents, etc ) The Contractor shall furnish flagger Stop/Slow paddles conforming to the requirements of the MUTCD, except the minimum width shall be 24 inches *** END OF SECTION *** (G&O# 13001) 01950-7 DIVISION 2 SITEWORK SECTION 02050 LOCATE EXISTING UTILITIES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the anticipated conflicts, which may exist with existing utilities A reasonable attempt has been made to locate the existing utilities, however, the exact location, and/or depth are unknown in most instances Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the responsibility of the Contractor to locate existing utilities and their depth. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01510 Maintenance of Treatment Plant 02250 Temporary Shoring and Bracing 02300 Earthwork PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 GENERAL The Contractor shall determine the difficulties to be encountered in constructing the Project and his locate effort based upon the information provided on the Plans, field investigation, and the Contractor's contacts with the existing utility companies The Contractor shall determine the extent of exploration required to first prevent damage to those existing utilities, and secondly to determine if the proposed improvements are in conflict with existing utilities The Contractor shall locate existing utilities sufficiently ahead of construction so that the Engineer can modify the alignment, or grade prior to construction. Where the alignment of the proposed utility cannot be adjusted to miss the existing utility without installation of additional pipe or fittings, the Contractor may be entitled to additional compensation to reroute the proposed utility (G&O#13001) 02050-1 The Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than 2 nor more than 10 business days before the scheduled date for commencement of excavation that may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday The telephone number for the One Call Center for this project is (800) 424-5555 If no one -number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of the proposed excavation. The Contractor is alerted to the existence of Chapter 19 122 RCW, a law relating to underground utilities Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense No excavation shall begin until all know facilities in the vicinity of the excavation area have been located and marked. *** END OF SECTION *** (G&O#13001) 02050-2 SECTION 02230 CLEARING AND GRUBBING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the clearing, grubbing, and stripping of the proposed project areas in preparation of foundations, channel construction, and pipeline installation. This work includes the stripping, removal, and stockpiling of on-site top soil which is up to two feet thick. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 02305 Wet Weather Earthwork 02300 Earthwork 02370 Erosion Control 1.3 DEFINITIONS "Clearing, grubbing, and stripping debris" as hereinafter used shall be considered as all material removed by the clearing, grubbing, and stripping operations Stripping shall consist of the removal and satisfactory disposal of crops, weeds, grass and other vegetative materials to the ground surface and topsoil to a depth of 12 -inches or to clean soil, whichever is deeper PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 DISPOSAL OF DEBRIS Clearing and grubbing debris shall be disposed of by hauling to waste and disposal sites approved by the Owner Debris includes but is not limited to concrete rubble, rebar and cattle gates that may be encountered during channel excavation. (G&O#13001) 02230-1 3.2 REMOVAL A. TOPSOIL REMOVAL 1 Remove topsoil to the approximate extents and depths shown on the Plans 2 Do not remove topsoil outside the excavation limits shown on the Plans Existing landscaping and vegetation inside the limits not selected for removal shall be protected from damage by the Contractor's operations 3.3 STOCKPILING A. TOPSOIL STOCKPILING 1 Stockpile topsoil fill material to the extent shown on the Plans or as directed by the Owner's Representative Coordinate stockpiling of topsoil with Owner's representative 3.4 FILL A. TOPSOIL FILL REPLACEMENT 1 Place topsoil fill material adjacent to the Habitat Mounds shown on the Plans 2 Coordinate all topsoil fill or placement with the Owner's representative *** END OF SECTION *** (G&O#13001) 02230-2 SECTION 02240 DEWATERING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes dewatering excavations of any kind and location, including but not limited to groundwater, surface water, and precipitation, until backfilling has been completed to finished grade 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01160 Regulatory Requirements 01200 Measurement and Payment 01300 Submittals 01355 Environmental Protection and Regulatory Requirements 02300 Earthwork 02370 Erosion Control 1.3 SUBMITTALS Prior to the start of construction, the Contractor shall submit a dewatering plan in accordance with Section 01300 containing both a graphical and narrative presentation identifying proposed methods, equipment sizes and contingency plans should dewatering cause settlement of any adjacent facilities The dewatering plan shall show specific locations, in plan and section, where dewatering is expected as well as a general discussion of methods to be employed should water be encountered in other locations The plan shall detail the depth, diameter and anticipated flow for dewatering wells, well points or sumps Acceptance by the Owner of the method, installation, and operation and maintenance details submitted by the Contractor shall not in any way be considered to relieve the Contractor from full responsibility for errors therein or from the entire responsibility for complete and adequate design and performance of the system in controlling the water level in the excavated areas, and for control of the hydrostatic pressures to the depths specified herein. The Contractor shall be solely responsible for the proper design, installation, proper operation, maintenance, and any failure of any component of the dewatering system. (G&O#13001) 02240-1 1.4 REFERENCES "Rossum J.R., 1954, Control of Sand in Water Systems, Journal American Water Works Association, Volume 46, pp 123-132" Geotechnical Report Yakima WWTP Outfall Pipelines, Yakima, Washington, HWA GeoSciences, April 2013 Supplemental Geotechnical Recommendations, Yakima WWTP Outfall Structures, HWA GeoSciences, September 2013 WSDOE Construction Stormwater Permit, applied, paid and obtained by the Contractor 1.5 QUALITY CONTROL It shall be the sole responsibility of the Contractor to control the rate and effect of the dewatering efforts to avoid all objectionable settlement and subsidence The Contractor shall comply with local codes and ordinances of governing authorities with regard to disposal of water pumped from dewatering operations Proposed discharge points shall be approved by the Owner prior to implementation of dewatering. The Owner has designated the abandoned spray field southeast of the discharge structures as an area sufficient for infiltration. No water shall be discharged to the Yakima River The Contractor shall be responsible for taking all reasonable precautions necessary to ensure continuous, successful operation of the system. PART 2 PRODUCTS Dewatering shall be in accordance with the guidance stated in the Geotechnical Report for this Project. The Contractor shall have sufficient pumping equipment and/or other machinery available onsite before operations begin to assure that the operation of the dewatering system can be maintained. This shall include providing backup pumps of similar capacity and a standby generator of the capacity required to continuously operate the Contractor's dewatering system PART 3 EXECUTION 3.1 INSTALLATION AND APPLICATION During excavation, the installation of piping, conduits and structures and during the placing of backfill, excavations shall be kept free of water, subsurface or otherwise The Contractor shall furnish all equipment necessary to dewater the (G&O#13001) 02240-2 excavations and shall dispose of the water so as not to cause a nuisance or menace to the public The dewatering system shall be installed and operated by the Contractor so that the groundwater level outside the excavation is not reduced to the extent that would damage or endanger adjacent structures or property The release of groundwater to its static levels shall be performed so as to maintain the undisturbed state of the foundation soils, prevent disturbance of backfill and prevent movement of all structures and pipelines Design implementation and maintenance of any dewatering system shall be the responsibility of the Contractor The Contractor shall construct all dewatering wells in accordance with WAC 173-160 The dewatering system shall be sufficient to maintain the groundwater level at an elevation to protect the surface of the trench bottoms, the base of the bedding course or other foundation, and shall be accomplished prior to pipe laying and jointing or placement of reinforcing steel for concrete If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering. The dewatering operation, however accomplished, shall be carried out so that it does not destroy or weaken the strength of the soil under or alongside the excavations The Contractor shall design filters and screen slot sizes for all sumps, wells and well points which prevents the movement of fines during pumping. The Contractor shall develop the wells such that they produce no more than 10 -ppm silica as measured with a Rossum Sand Tester (Rossum, 1954) or equivalent. 3.2 MONITORING The Contractor shall install water level observation wells in dewatered areas sufficient to determine whether groundwater levels are maintained as per Part 3 1 of this Section. 3.3 FIELD QUALITY CONTROL A continual check by the Contractor shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. The Contractor shall test all dewatering discharge using a Rossum Sand Tester or equivalent to determine the silica content of the discharge The Contractor shall notify the Owner at least 24 hours prior to testing Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed at frequent intervals to detect any settlement that could develop Should settlement be observed, the Contractor shall cease dewatering operations and implement contingency plans as outlined in the Contractor's approved (G&O#13001) 02240-3 dewatering plan. The responsibility for conducting the dewatering operation in a manner that protects adjacent structures and facilities rests solely on the Contractor The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the Contractor Permanent piping systems, existing or new, shall not be incorporated into the Contractor's dewatering system *** END OF SECTION *** (G&O#13001) 02240-4 SECTION 02250 TEMPORARY SHORING AND BRACING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the temporary shoring and bracing for excavations including the trench excavation safety systems as shown on the Plans and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 02300 Earthwork 02510 Water Pipe 02530 Gravity Service Pipe 02630 Storm Drainage 1.3 GEOTECHNICAL REPORT Geotechnical Report Yakima WWTP Outfall Pipelines, Yakima, Washington, HWA GeoSciences, April 2013 Supplemental Geotechnical Recommendations, Yakima WWTP Outfall Structures, HWA GeoSciences, September 2013 WSDOE Construction Stormwater Permit, applied, paid for and obtained by the Contractor 1.4 WORK INCLUDED The extent of temporary shoring and bracing work includes, but is not limited to A. Temporary shoring and bracing necessary to protect the following against loss of ground or caving embankments existing structures, buildings, roads, walkways, utilities, electrical transmission towers and support wiring, other facilities and improvements where required to comply with codes and authorities having jurisdiction. B Trench excavation safety systems, pursuant to RCW Chapter 49 17 and WAC 296-155-655 (G&O#13001) 02250-1 C Maintenance of shoring and bracing. 1.5 QUALITY ASSURANCE A. SHORING CONSULTANT The Contractor shall engage the services of a qualified Geotechnical Engineer and qualified Structural Engineer registered in the State of Washington to design temporary shoring and bracing when required by applicable regulations B SHORING DESIGN The Contractor shall provide layout and design drawings and specifications for shoring and bracing when a trench box is inadequate for the purpose or will not be used and trench depth exceeds 4 feet and back sloping will not be used. Temporary shoring and bracing system design and calculations shall be prepared, stamped, and signed by a Professional Engineer registered in the State of Washington. C REGULATIONS The Contractor shall design sheeting, shoring and bracing in accordance with the Washington State Safety Code and any local codes and ordinances of governing authorities having jurisdiction. 1.6 SUBMITTALS The Contractor shall submit shoring and bracing layout and design drawings, calculations and other backup data to the Owner for review in accordance with Section 01300 prior to the start of construction. 1.7 PROJECT CONDITIONS A. SOILS INFORMATION A geotechnical investigation has been conducted for this project and a copy of the report is included in the Appendix. (G&O#13001) 02250-2 B SITE SURVEY The background survey information provided on the Plans is shown for clarity only The Contractor shall determine, before commencing work, the exact location of all existing features that may be disrupted by new construction, including existing underground utilities The Contractor shall be fully responsible for any and all damages, which might be caused by the Contractor's failure to exactly locate and/or preserve existing site features Prior to commencing work, the Contractor shall check and verify governing dimensions and elevations The Contractor shall survey adjacent structures and facilities, establishing exact elevations at fixed points to act as temporary bench marks to monitor potential settlement from the contractor's ongoing operations Clearly identify temporary bench marks and record existing elevations from the control points shown on the Plans During excavation, the Contractor shall resurvey bench marks weekly The Contractor shall maintain and make available at the job site an accurate log of surveyed elevations for comparison with original elevations, and promptly notify the Owner if changes in elevations occur or if cracks, sags or other damage is evident. 1.8 EXISTING UTILITIES The Contractor shall protect existing active sewer, water, gas, electrical, and other utility services and structures that may be present. This shall also include all pipelines, services, and structures that are the property of the Owner PART 2 PRODUCTS The Contractor shall provide suitable shoring and bracing materials, which shall support loads imposed. PART 3 EXCAVATION 3.1 VERIFICATION OF CONDITIONS The Contractor shall notify the Owner immediately if, during construction, subsurface conditions are different from those encountered in the exploratory holes or as described in the Geotechnical Report. (G&O#13001) 02250-3 3.2 INSTALLATION AND APPLICATION The Contractor shall provide shoring systems adequately anchored and braced to resist earth and hydrostatic pressures at locations as needed to support excavations during construction. The Contractor shall locate required bracing to clear all permanent work. Bracing which must be relocated shall be installed prior to the removal of original bracing The Contractor shall not place bracing where it will be cast into or included in permanent concrete work, except as otherwise acceptable to the Owner The Contractor shall maintain bracing until structural elements are rebraced by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures 3.3 REMOVAL The Contractor shall remove shoring and bracing in stages to avoid disturbances to adjacent and underlying soils and damage to structures, pavements, facilities and utilities The Contractor shall repair or replace, as acceptable to the Owner, adjacent work damaged or displaced through the installation or removal of shoring and bracing work. 3.4 EXCAVATION SAFETY SYSTEMS All work shall be carried out with due regard for public safety Open trenches shall have proper barricades and at night they shall be distinctly indicated by adequately placed lights, as provided for elsewhere in the Specifications The Contractor is reminded that the Owner has not so delegated, and the Owner's Representative does not purport to be a trench or excavation system safety expert, is not so engaged in that capacity under this Contract, and 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 of trench or excavation safety The furnishing by the Owner of resident representation and inspection personnel shall not make the Owner responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Owner responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the work necessary for proper trench and excavation safety *** END OF SECTION *** (G&O#13001) 02250-4 SECTION 02300 EARTHWORK PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the earthwork, including trench excavation and backfill for piping, excavation and backfill for structures, and finish grading. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 01500 Temporary Facilities 02240 Dewatering 02250 Temporary Shoring and Bracing 02305 Wet Weather Earthwork 02370 Erosion Control 02700 Gravel Materials PART 2 PRODUCTS 2.1 GRAVEL MATERIALS All gravel materials shall conform to Section 02700 PART 3 EXECUTION 3.1 PREPARATION Excavation may commence once all erosion control measures are in place in accordance with the Plans and Section 02370 and to the satisfaction of the Owner (G&O#13001) 02300-1 3.2 GENERAL REQUIREMENTS Excavation, compaction and backfill for structures, pipelines and the final site contours shall be formed by either excavating or compacting fill, as required, to provide the cross-sections as shown on the Plans All excavation performed on this Project shall be considered unclassified. Excavation shall consist of the removal of any and all material encountered, including debris, rubble, concrete, tires, metal, topsoil, cutting and removal of existing surfacing, tree stumps, trees, logs, abandoned rail ties, abandoned piping, piling, riprap, etc Excavations shall be kept free of water, both surface water and groundwater, during the excavation, installation of pipelines and structures, and the placement of backfill For additional requirements see Section 02240 The Contractor's attention is also called to the depth of the structures and piping; for this reason, special shoring and bracing may be required. All shoring and bracing or sheeting required to perform and protect the excavation and to safeguard the employees, shall be furnished by the Contractor For additional requirements see Section 02250 No timber bracing, lagging, sheathing or other lumber shall be left in any excavation except with permission of the Owner and in the event such permission is granted, no separate payment shall be allowed for burying such material All stockpiles shall be covered with plastic and no stockpile shall be higher than 6 feet above existing grade 3.3 EXCAVATION AND BACKFILL FOR STRUCTURES Excavation and backfill for structures shall be in conformance with Section 2-09 of the WSDOT Standard Specifications, and as further described herein. All excavation for structures shall be done to the dimensions and levels indicated on the Plans or specified herein. Excavation shall be made to such width outside the lines of the structures to be constructed as may be required for proper working methods, the erection of forms and the protection of the work. Excavation shall consist of the removal of any and all material encountered to the elevations shown on the Plans Excavations for structures shall be continued down to the subgrade which is defined as 12 -inches below concrete mat foundations, concrete footings, and slab on grade floors for the installation of foundation gravel material, unless otherwise noted on the Plans (G&O#13001) 02300-2 Fill material placed under structures, including footings and floor slabs, shall be crushed rock free from debris and organics, as specified in Section 02700 In the event unsuitable material is encountered below the subgrade shown on the Plans and described herein, the Contractor, as required by the Owner, shall over - excavate a minimum of 3 -feet, or until a suitable foundation is reached. If over - excavation of unsuitable material is required by the Owner, it will be under the unit price bid item entitled "UNSUITABLE EXCAVATION," as described in Section 01200 The Contractor shall then replace the material with compacted structural fill, as specified in Section 02700 Quantities, if any, shall be calculated by neat line measurement to the depth agreed to in the field by the Owner The Contractor shall notify the Owner when excavation for compacted fill or structures is complete No forms, reinforcing steel, or concrete shall be placed until the excavation has been inspected by the Owner Backfill for structures shall be suitable native material, free of organics and particles greater than 4 inches or Gravel Backfill for Walls as specified in Section 02700 There is no warranty that the native material is suitable for backfill or is suitable, as excavated, for placement and compaction as required by these Specifications In the event that the Contractor is unable to find onsite, sufficient native material to accomplish the structure backfilling, the select material that he shall furnish and install shall be Gravel Backfill for Walls, as specified in Section 02700 3.4 PROTECTION OF FOUNDATION SURFACES Care shall be taken to preserve the foundation surfaces shown on the Plans in an undisturbed condition. If the Contractor unnecessarily over excavates or disturbs the foundation surfaces shown on the Plans or specified herein without written authorization of the Owner the Contractor shall replace such foundations with concrete fill or other suitable material approved by the Owner in a manner which will show by test an equal bearing capacity with the undisturbed foundation material No additional payment shall be made for the added quantity of concrete fill or other suitable material used because of unnecessary over excavation caused by the Contractor or his operations 3.5 EXCAVATION AND BACKFILL FOR TRENCHES Excavation and backfill for trenches shall be in conformance with Sections 7-08 and 7-09 of the WSDOT Standard Specifications, and as further described herein. The following pipe materials shall be considered flexible • PVC (G&O#13001) 02300-3 • Polyethylene Tubing • FRP • HDPE • Polyethylene • Corrugated Polyethylene All other pipe materials shall be considered rigid. Upon completion of work each day, all pipeline open trenches shall be completely backfilled, leveled, and temporarily patched or graveled, as herein specified. Under certain conditions, the trench may be left open at the last length of pipe laid during the day to avoid re -excavation the following morning, provided that the opening is adequately plated or covered for vehicle traffic Special attention shall be given to barricading to keep vehicular traffic away from newly -backfilled trench areas until restored for traffic The Owner reserves the right to restrict the Contractor in the amount of trench for pipeline that can be opened during the working day Should the Contractor, in the Owner's opinion, fail to diligently pursue backfilling, an allowable limit of open trench shall be 100 lineal feet and shall be strictly enforced. The width of the trench at or below a point 12 inches above the top of the outside diameter of the pipe shall be carefully controlled and maintained to ensure the strength of the pipe and prevent pipe failures Backfilling shall proceed as follows A. SUBGRADE PREPARATION The subgrade for piping is defined as the elevation of the bottom of the pipe bedding material as shown on the Plans In the event unsuitable material is encountered below the subgrade shown on the Plans and described herein, the Contractor, as required by the Owner, shall over -excavate a minimum of 3 -feet, or until a suitable foundation is reached. If over -excavation of unsuitable material is required by the Owner, it will be paid for under the unit price bid item entitled "UNSUITABLE EXCAVATION," as found in the Proposal The Contractor shall then replace the material with compacted structural fill, as specified in Section 02700 Quantities, if any, shall be calculated by neat line measurement to the depth agreed to in the field by the Owner (G&O#13001) 02300-4 B BEDDING FOR FLEXIBLE PIPE Above the foundation material, if any, gravel material for pipe bedding, as specified in Section 02700, shall be placed in lifts of approximately 8 inches up to a point 6 inches above the pipe This material shall be hand shoveled in place and carefully worked under and around the pipe C BACKFILL FOR TRENCHES Partial backfill to protect the pipe will be permitted immediately after the pipe has been properly laid in accordance with the Plans and these Specifications Complete backfilling of trenches will not be permitted until the section of pipe installed has been inspected by the Owner From the point 6 inches above the top of the pipe barrel, the backfill material to be used in the trench section shall be suitable native material free of organics and particles greater than 2 1/2 inches in diameter, or gravel material for trench backfill, as specified in Section 02700, except where required or shown on the Plans to use other material The Contractor shall place backfill in horizontal lifts not to exceed 12 inches in thickness All backfill shall be free of large rocks, organic matter, stumps, trees, pieces of pavement, broken concrete and other deleterious sub stances The Contractor shall remedy, at his expense, any defects that appear in the backfill prior to final acceptance of the work. Cleanup operations shall progress immediately behind backfilling to accommodate the return to normal use of the trench area. During placement of the initial lifts, the backfill material shall not be bulldozed into the trench or dropped directly over the pipe with less than 3 feet of backfill material above the top of the pipe 3.6 ROCK EXCAVATION It is not anticipated that solid rock will be encountered. Should such material be encountered, however, it will be paid for change order as directed by the Owner and approved by the Owner Boulders or broken rock less than 2 cubic yards in volume as measured in the field by the Owner, will not be classified as rock, nor will so-called "hard -pan" or cemented gravel, even though it may be advantageous to use explosives in its removal if blasting were allowed. For the purpose of this contract, rock excavation shall be defined as mineral matter in place and of such hardness and texture that, when it is encountered, cannot be loosened by three passes of a ripper tooth mounted on the larger of a tracked backhoe of at least 25,000 pounds operating weight and 75 horsepower or the (G&O#13001) 02300-5 largest backhoe being utilized on the job by the Contractor Where rocks occur as boulders that are smaller than the larger of (1) 2 cubic yards in volume, or (2) the volume that can be readily handled by the largest backhoe being utilized on the job by the Contractor, they shall be considered incidental to excavation. Where removal of a boulder results in a void below the desired elevation of the intended excavation, backfilling of the void shall be handled in the same manner as the replacement of unsuitable excavated material 3.7 REUSE AND DISPOSAL OF EXCAVATED MATERIAL Excavated materials shall be properly protected and reused where possible Excavated materials not used for fill shall be hauled to the area marked Habitat Mounds on sheet C9 of the Plans Exact placement of mounds and stockpiles shall be coordinated with the Owner 3.8 FINAL SITE GRADING The site shall be graded consistent with the elevations shown on the Plans The slopes between elevations shall be uniform or as shown on the Plans Excavations and backfill shall be to the elevations required for the placement of all surface restorations, such as asphalt, concrete, gravel surfacing, or landscaping. All areas shall be graded to provide proper drainage The final ground surface shall be smooth, raked free of debris and stones, and prepared for restoration as specified in Section 02900 3.9 STRUCTURE COMPACTION The foundation material and crushed rock placed underneath all structures shall be moisture conditioned to within 3 percent of optimum moisture content and shall be placed in loose, horizontal layers The thickness of layers placed before compaction shall not exceed 8 inches for heavy equipment compactors and shall not exceed 4 inches for hand -operated mechanical compactors Water settlement is not allowed for compaction. Layers shall be compacted to a dense state equaling at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 Prior to the placement of fill below structures, any and all groundwater and surface water shall be drained or pumped from areas to be filled. Wall backfill material shall be compacted to at least 90 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 within 5 feet of all walls and shall be compacted to at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 beyond 5 feet of all walls Any (G&O#13001) 02300-6 and all compaction within 5 feet of all walls shall be accomplished by means of hand -operated mechanical equipment rather than heavy equipment compactors 3.10 TRENCH COMPACTION Trench backfill materials shall be moisture conditions to within three percent of optimum moisture content. Water settlement is not allowed for compaction. Pipe bedding materials, for both rigid and flexible pipes, shall be compacted to at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 Compaction of the backfill above the bedding material in all trenches in non- structural and non -paved areas shall be performed by using mechanical equipment to at least 90 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 Compaction of the backfill above the bedding material in all trenches in structural or paved areas shall be performed by using mechanical equipment to at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 *** END OF SECTION *** (G&O#13001) 02300-7 SECTION 02305 WET WEATHER EARTHWORK PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the procedures to be followed if earthwork is to be accomplished in wet weather or in wet conditions where control of soil moisture is difficult. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 02300 Earthwork 02370 Erosion Control 02700 Gravel Materials PART 2 PRODUCTS The size or type of construction equipment shall be selected as required to prevent soil disturbance In some instances, it may be necessary to limit equipment size or to excavate soils with a backhoe, Gradall, or equivalent type of equipment to minimize subgrade disturbance caused by construction traffic Material used as structural fill during wet weather earthwork shall generally consist of clean granular material containing less than 5 percent fines (material passing the U S Standard No 200 sieve), based on wet sieving the fraction passing the 3/4 -inch sieve The fines shall be non -plastic PART 3 EXECUTION 3.1 WET WEATHER EXCAVATION AND FILL PLACEMENT QUALITY CONTROL Excavation and placement of fill or backfill material will be observed on a full-time basis by the Owner, to determine that all work is being accomplished in accordance with these Specifications (G&O#13001) 02305-1 3.2 WET WEATHER EARTHWORK PROTECTION The ground surface shall be sloped away from construction areas to promote the rapid runoff of precipitation and prevent ponding of water Earthwork shall be accomplished in small sections to minimize exposure to wet weather Excavation or the removal of unsuitable soil shall be followed immediately by the placement and compaction of a suitable thickness (generally 6 inches or more if approved by the Owner) of clean foundation gravel No soil shall be left uncompacted and exposed to moisture A smooth drum vibratory roller, or equivalent, shall be used to seal the ground surface after placement of fill or backfill materials All wet weather work shall meet local, state and federal codes as specified herein and as indicated on the Plans *** END OF SECTION *** (G&O#13001) 02305-2 SECTION 02315 CONVEYANCE CHANNEL AND PILOT CHANNEL EXCAVATION PART 1. GENERAL 1.1 SUMMARY Section includes Excavation for two conveyance channels and two pilot channels, placement and construction of on-site excavated material as habitat features, and placement of excess on-site excavated material placed as habitat mounds along the western edge of the project site Construction of the pilot channels, riffles and habitat shall be bid as Additive Item No 1, as described in Specification Section 01200 1.2 DEFINITIONS Excavation Excavation shall consist of removal of earth material to the lines described in the Plans and Specifications 1.3 SUBMITTALS FOR INFORMATION A. Provide all submittals, including the following, as specified in the General Conditions and Specification Section 01355 1 Necessary permit applications and approvals by the appropriate authority 1.4 DELIVERY, STORAGE, AND HANDLING Store excavated material in locations that will minimize the interference with operations, minimize environmental damage, and protect adjacent areas from flooding, runoff, and sediment disposition. 1.5 SCOPE OF WORK The work covered by this section consists of furnishing all equipment, labor, materials, and incidentals, and performing all operations necessary for the excavation of the conveyance and pilot channels, placement of fill and excavation for habitat features specified herein or indicated on the Plans, and for all other excavations incidental to the construction of channels as specified, and other incidental earthwork as may be necessary to complete the conveyance channel excavation, pilot channel excavation, habitat mounds and habitat features as specified herein and as shown on the Plans (G&O#13001) 02315-1 PART 2. PRODUCTS Not Used. PART 3. EXECUTION 3.1 SITE LAYOUT A. Verify that survey benchmarks, control elevations, and intended elevation and work extents for the Work are as described on the Plans B The Owner shall provide a construction survey as described in Specification Section 01300 The Contractor shall furnish, at its own expense, all stakes (beyond those provided by the Owner), templates, platforms, equipment, tools, materials, and labor required to lay out any part of the Work. C The Contractor shall be responsible for executing the Work to the lines and grades that may be established and indicated by the Owner's Representative D Notify the Owner's Representative immediately of discrepancies between survey information and information in Drawings, should any discrepancies be identified. Under this circumstance, commence earth work operation only as directed by contracting the Owner's Representative E The Contractor shall lay out its work from Owner's establish baselines and benchmarks indicated on the Plans, and shall be responsible for all measurements in connection with the layout. F The Contractor shall be responsible for maintaining and preserving all stakes, groundwater wells, and other marks established by the Owner's Representative until authorized to remove them If such marks are destroyed by the Contractor or through its negligence before their removal is authorized, the Owner's Representative may replace them and deduct the expense of replacement from any amounts due or to become due to the Contractor 3.2 EXCAVATION A. Channel Excavation 1 The two conveyance channels shall be excavated to the required grades as shown in the PLANS On-site native material shall be used as fill to achieve proposed grades unless material is deemed unsuitable by the Owner The Contractor should expect areas of (G&O#13001) 02315-2 highly saturated soils The Contractor shall be responsible for controlling surface/subsurface water and dewatering. B Pilot Channel Excavation 1 The two pilot channels shall be excavated to the required grades as shown in the PLANS On-site native material shall be used as fill to achieve proposed grades unless material is deemed unsuitable by the Owner The Contractor should expect areas of highly saturated soils The Contractor shall be responsible for controlling surface/subsurface water and dewatering. C Habitat Features 1 On-site boulders and cobbles unearthed during the channel excavation process may be set aside and used as boulders and cobble for constructed riffles and shall be approved by the Owner 3.3 HABITAT MOUNDS A. Once the conveyance channels, pilot channels and habitat features required grades are complete, on-site native material from the channel excavation shall be used as berm fill material as shown on the Plans Mounds shall be constructed of a streambed cobble core from excess streambed cobbles excavated from conveyance and pilot channels B Once cobble core has been placed the contractor shall use excess topsoil to bring the habitat mounds to finished grade as show on the Plans C Coordinate completion of the habitat mounds with the Owner's Representative D Material deemed unsuitable for the trench backfill or habitat features shall be used as fill material for the habitat mounds 3.4 EXCESS MATERIALS Contractor will stockpile excess material at a location on the project site as directed by Owner's Representative *** END SECTION *** (G&O#13001) 02315-3 SECTION 02370 EROSION CONTROL PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the Temporary Erosion and Sedimentation Control (TESC) in and around the site caused by the actions of the Contractor as shown on the Plans and as specified herein. Work under this Section shall be directed towards site areas disturbed during construction as well as all off-site storage and parking areas maintained by the Contractor 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01160 Regulatory Requirements 01200 Measurement and Payment 01300 Submittals 02240 Dewatering 02300 Earthwork 1.3 CERTIFIED EROSION AND SEDIMENT CONTROL LEAD (CESCL) The Contractor shall designate a Certified Erosion and Sediment Control Lead (CESCL) for this project. The CESCL shall have, for the life of this Contract, a current Certificate of Training in Construction Site Erosion and Spill Control signed by the WSDOT Water Quality Program Manager Duties of the CESCL shall include, but are not limited to A. Inspecting temporary erosion and spill control Best Management Practice (BMPs) for proper location, installation, maintenance, and repair Inspections shall be made as noted on the Plans and after each significant precipitation event, including those that occur during weekends and after working hours A Temporary Erosion and Spill Control Inspection Report shall be prepared for each inspection and shall be included in the Temporary Erosion and Spill Control file The inspection report shall include, but not be limited to 1 When BMPs are installed, removed or changed, (G&O#13001) 02370-1 2 Repairs needed or made, 3 Turbidity monitoring results, 4 Observations of BMP effectiveness and proper placement; 5 Recommendations for improving performance of BMPs B Prepare and maintain a Temporary Erosion and Spill Control file on site that includes but is not limited to 1 Temporary Erosion and Spill Control Inspection Reports, 2 Contractor's Stormwater Pollution Prevention Plan (SWPPP), 3 Spill Prevention, Control, and Countermeasures (SPCC) Plan, 4 All project permits, including but not limited to grading permits and Hydraulics Project Approval, 5 Manufacturer instructions for all products used for TESC BMPs, 6 Washington State Department of Ecology's Stormwater Management Manual for Eastern Washington, Chapter 7 1.4 STORMWATER POLLUTION PREVENTION PLAN The CESCL Contractor shall be responsible for preparing a Stormwater Pollution Prevention Plan (SWPPP) The intent of the SWPPP is to reflect the Contractor's operations by supplementing the TESC Drawings, details, and notes shown on the Plans to provide comprehensive pollution control at the construction site, staging areas, stockpiles, and borrow sites The SWPPP shall be prepared by the CESCL for the project and submittal in accordance with Section 01300 The SWPPP shall be submitted to the Owner for approval at the preconstruction conference No work shall begin until the Contractor's SWPPP, as approved by the Owner, is implemented. The SWPPP shall address, at least, the following items • Identification of construction haul routes and location of BMPs (e g., stabilized construction entrance, silt fences, storm drain inlet protection) • Waste disposal methods and locations (G&O#13001) 02370-2 • Detailed construction sequence and schedule, including identifying dates scheduled for BMP installation, removal, clearing, grading, seeding, and landscaping. • Details for any temporary flow diversions, dewatering systems, and BMPs (in accordance with the current edition of the Washington State Department of Ecology's Stormwater Management Manual for Western Washington) proposed by the Contractor • Calculations for temporary sedimentation ponds, if used • A list of products to be used, including Material Safety Data Sheets • Identification of stockpile and staging areas, and BMPs to be implemented at these locations The SWPPP shall be prepared in accordance with details shown on the Plans, these Specifications, and Chapter 4, Volume II Chapter 7— BMPs from the current edition of the Washington State Department of Ecology's Stormwater Management Manual for Eastern Washington, which are hereby referenced and made a part of the Contract Documents Only those sections of the Stormwater Management Manual for Western Washington that address preparation, implementation, and maintenance of permanent and temporary erosion and sedimentation control BMPs are applicable The SWPP shall include best management practices to control windblown dust. PART 2 PRODUCTS 2.1 SILT FENCES Silt fences shall conform to the details shown on the Plans and the fabric shall conform to the following properties Property Test Method Result Polymeric Mesh AOS ASTM D4751 0 6 mm max. for slit film wovens (#30 sieve) 0 3 mm max. for all other geotextile types (#50 sieve) 0 15 mm for all fabric types (#100 sieve) Water Permittivity ASTM D4491 0 02 sec -1 min. (G&O#13001) 02370-3 Property Test Method Result Grab Tensile Strength ASTM D4632 180 lbs min. for extra strength fabric 100 lbs min. for standard strength fabric Grab Elongation Tensile ASTM D4632 30% max. UV Resistance ASTM D4355 70% min. 2.2 STRAW BALES Straw bale dams shall conform to the details shown on the Plans 2.3 STORM DRAIN INLET (CATCH BASIN) PROTECTION Storm drain inlet protection shall be with a "silt sack," as manufactured by ACF Environmental or equal PART 3 EXECUTION 3.1 PREPARATION Site preparation work shall be performed only during periods when beneficial results can be obtained. When drought, excessive moisture or other unsatisfactory conditions prevail, the work shall be stopped. 3.2 BEST MANAGEMENT PRACTICES (BMPS) Silt fences and straw bale dams shall be constructed to control erosion and migration of soils disturbed during construction. The fences and dams shall provide temporary protection and shall be removed only upon approval of the Owner All areas or drainage ways downstream of the construction site shall have Best Management Practices (BMPs) installed prior to the beginning of any clearing activities Runoff from cleared or disturbed area shall be directed through the BMPs Disturbed ground shall be stabilized at the end of each work day Permanent soil stabilization and erosion and sedimentation control shall be implemented upon reaching finish grade Slope protection shall be immediately implemented upon any soils showing signs of erosion. This shall be done in a manner approved by the Owner All BMPs shall be inspected, maintained and kept in a condition sufficient to provide effective erosion and sedimentation control at all times The site shall be (G&O#13001) 02370-4 inspected to ensure the BMPs are properly located, constructed and operating as designed during the first storm. Any necessary adjustments or repairs shall be made immediately and be approved by the Owner The BMPs shall be inspected thereafter as noted on the Plans and after all significant storm events Turbidity monitoring will be held on a weekly basis at a minimum, or more frequently if necessary as determined by the CESCL All BMPs shall be removed no later than 30 consecutive calendar days after final site stabilization has been achieved as determined by the Owner BMPs such as storm drain inlet protection, straw bales, silt fences and supports and plastic coverings shall be removed and properly disposed of offsite by the Contractor Areas disturbed by removal of these BMPs shall be immediately stabilized in a manner approved by the Owner *** END OF SECTION *** (G&O#13001) 02370-5 SECTION 02371 LIGHT LOOSE RIPAP AND REMOVAL AND RELOCATING EXISTING RIPRAP PART 1 GENERAL 1.1 SUMMARY Section includes Installation of Materials for Light loose Riprap and Removal and Relocating Existing Riprap that shall be installed to the extents, area and locations as shown on the Plans The work shall consist of all labor, tools, materials, haul, placement and other related items necessary for the installation of Riprap 1.2 REFERENCES Codes and Standards referred to in this Section are A. Section 8-15 Riprap of the Washington State Department of Transportation Standard Specifications 2014 B Section 9-13 1 Loose Riprap of the Washington State Department of Transportation Standard Specifications 2014 1.3 SUBMITTALS FOR INFORMATION Provide all submittals, including the necessary permit applications and approvals by the appropriate authority, as specified in the General Conditions and Specification Section 01355 1.4 DELIVERY, STORAGE, AND HANDLING Store Riprap material in locations that will minimize the interference with operations, minimize environmental damage, and protect adjacent areas from flooding, runoff, and sediment disposition. 1.5 SCOPE OF WORK The work covered by this section consists of furnishing all equipment, labor, materials, haul, and incidentals, and performing all operations necessary for the placement of Loose Riprap and relocated riprap as specified herein and as shown on the Plans (G&O# 13001) 02371-1 PART 2 PRODUCTS 2.1 MATERIAL Light Loose Riprap size and quality shall conform to Section 9 13 1 (2) of the Washington State Department of Transportation Standard Specifications 2014 Remove and Relocate Existing Riprap shall conform to Section 9 13 1 (1) of the Washington State Department of Transportation Standard Specifications 2014 or shall be visually inspected and approved by Owner's Representative PART 3. EXECUTION 3.1 SITE LAYOUT Verify that survey benchmarks, control elevations, and intended elevation for the Work are as described on the Plans The contractor shall salvage existing riprap as shown on the plan and relocate to the extent and area shown on the Plans Final limits and locations, as well as quantities or rock to be re -located shall be as directed by the Owner's Representative 3.2 PLACEMENT Riprap shall be placed in such a manner that all relatively large stones shall be essentially in contact with each other, and all voids filled with the finer materials to provide a well graded compact mass The stone shall be dumped on the slope/toe/bottom in a manner that will ensure the riprap attains its specified thickness in one operation. When dumping or placing, care shall be used to avoid disturbing the underlying material Placing in layers parallel to the slope will not be permitted. A 12 -inch tolerance for loose riprap will be allowed from slope plane and grade line in the finished surface *** END SECTION *** (G&O#13001) 02371-2 SECTION 02530 UTILITY STRUCTURES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes precast concrete vaults, manholes, catch basins, castings, and steps for a complete installation as shown on the Plans and specified herein. Sixty -inch manholes shall be bid as Additive Item No 3, as described in Specification Section 01200 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 02300 Earthwork PART 2 PRODUCTS 2.1 GENERAL The exterior finish of all precast concrete utility structures shall be smooth with no imperfections larger than 1/8 inch in diameter The interior finish of all precast concrete utility structures shall be smooth and sacked with non -shrink cementitious materials and epoxy bonding agent. No bug holes, fins, projections, or other defects are acceptable Soil Foundations for manhole base shall be compacted to a density of 95 percent of the maximum density per ASTM D 1557 Compaction limits shall be one foot beyond the perimeter of the concrete base and shall be a minimum of one foot in depth. Invert elevation of the pipes entering or exiting the manhole and interior inverts shall not vary more than 0 05 feet from the elevation indicated on the construction plans The vertical precision of the coordinates shall be, at a minimum, accurate to within 0 05 feet. A report certified by the licensed Professional Surveyor shall be referenced on the Record Drawings (G&O#13001) 02530-1 2.2 PRECAST CONCRETE MANHOLES Precast components shall conform to the requirements of ASTM C478 All Portland cement used in the manufacture of the precast sections shall conform to the requirements of ASTM C150 and shall be Type II or Type V The vertical sections of the manhole may be of different dimensions in order that manholes of various depths can be readily assembled. Circular precast manhole sections shall be provided with mastic gasket to seal joints between sections All lifting holes and gaps at joints shall be filled with a non -shrink grout. Precast concrete manhole bases may be used with the understanding that the Contractor shall be responsible for placing the bases at the specified elevation, location, and alignment. Precast base sections shall conform to the requirements for precast riser sections The base shall be a minimum of 6 -inches thick underneath the pipe invert. Openings for pipe shall be circular, tapered toward the inside of the section, and shall be of the minimum size possible to accommodate the size of pipe to be inserted and to effectively seal the joint. The height of riser and base sections shall be arranged so no pipes pass through the joining surfaces The taper section (cone) shall be eccentric, tapering to 24 -inches inside diameter and shall be between 18 -inches and 36 -inches high. Joining to the riser sections shall be similar to joining between riser sections, but the top surface shall be flat and at least 5 -inches wide, radially, to receive grade rings Grade rings above the taper section shall be 24 -inches inside diameter and 4 -inches high. Grade ring height shall be a minimum of 8 inches, with a maximum of 20 inches Otherwise another section of manhole rings shall be installed. 2.3 RINGS AND COVERS Castings for manhole rings shall be gray -iron conforming to the requirements of ASTM A48/AASHTO M105, Grade 30B Covers shall be ductile iron conforming to ASTM A536, Grade 80-55-06 All rings and covers shall be of uniform quality, free from blowholes, porosity, shrinkage, distortion, cracks, or other defects Repair of defects shall not be permitted All mating surfaces shall be machined finished to ensure a nonrocking fit. All covers shall be interchangeable within the dimensions as shown on the Plans and markedCity of Yakima in accordance with the current, approved design. Locking/tamperproof covers shall be secured to the ring with three 5/8 -inch stainless steel Allen head cap screws When watertight covers are required the locking style ring and covers shall be used and include a machined groove in the seat of the ring or underside of the cover and a gasket installed to assure a watertight seal Covers (G&O#13001) 02530-2 shall be without pickholes The manufacturer's identification shall be cast with a minimum of 1/2 -inch letters on exposed surfaces Manhole rings and covers shall have a design wheel load conforming to AASHTO/ASTM A16 design loading HS20-44 The frames and covers shall be made by Olympic Foundry, Inc , D&L Foundry, East Jordan Iron Works, or Neenah. 2.4 STEPS Polypropylene manhole steps shall be made of a copolymer polypropylene, superior in its resistance to corrosion, meeting the requirements of ASTM 2146 Type II, Grade 16906, and shall completely encapsulate a deformed 1/2 -inch steel reinforcing rod conforming to ASTM A615, Grade 60 Polypropylene steps shall be factory installed in complete accordance with the manufacturer's instructions This shall be accomplished by predrilling two parallel 1 -inch holes, 3 -3/4 -inch deep, and 13 -inches on center in the cured concrete base, riser, and taper sections of the manhole The insertion ends of the step shall be fully coated with non - shrink epoxy grout then driven into the holes to the prescribed depth. In no case will the predrilled hole be allowed to penetrate through the wall of the manhole section. Steps shall be Lane International Corporation Manhole Step or equal 2.5 GASKETS AND MANHOLE ADAPTERS Pipe connections to new manholes or vaults shall utilize an adaptor coupling with gasket or watertight flexible rubber boot, Kor-n-Seal or equal The Contractor shall provide Kor-n-Seal cavity 0 -rings to fill the annular spaces between the pipe and the manhole or vault wall PART 3 EXECUTION 3.1 MANHOLES Manhole installation shall be as shown on the Plans Precast sections with damaged joint surfaces or with cracks or damage that would permit infiltration shall not be installed. Precast base sections shall be set on prepared bedding materials Before the precast base is set in place, the bedding material shall be carefully leveled to provide full bearing for the entire base section. Precast riser sections and cones shall be set using the specified joint sealant or gasket. Priming and preparation of surfaces and installation of jointing material shall be in strict conformance with the manufacturer's instructions Only one 12 -inch -high riser section shall be used per manhole and it shall be placed (G&O#13001) 02530-3 immediately below the cone Grade rings shall be set in a full bed of cement grout. All pipe connections to manholes shall be made with manhole adaptors Manhole frames shall be set carefully to the established surface grade in a full bed of cement grout. The manhole rim elevation shall be set flush with the existing pavement or grade in paved and improved areas In unimproved areas, manhole rim elevations shall be set 2 inches above grade unless otherwise shown on the Plans to be set higher After placement, channel decks shall be given a light broom finish and shall be sloped to drain into the channels Patch all lifters after removed picking eyes Patch all joints inside and outside flush with walls Steps shall be installed in base sections, riser sections and tapered sections so that the completed manhole will have a continuous vertical ladder with equally spaced rungs as shown on the Plans Steps shall be firmly cast or grouted in place Infiltration from or around steps will not be permitted. Exterior coating of manholes shall be required in areas where ground water is present. The coating shall be a waterproofing type of bitumastic or asphaltic material, as approved by the Owner Application shall be in accordance with the manufacturer's published recommendations 3.2 LEAKAGE TESTING OF SEWER MANHOLES All sanitary sewer manholes shall be tested for leakage by either a water exfiltration test or a vacuum test. Whichever leakage test is utilized, it is recommended that the test be performed prior to backfilling around the manhole and prior to placement of the manhole frame and cover All inlet and outlet lines shall be properly plugged and the lift holes and barrel joints filled and sealed as specified. The CONTRACTOR shall be responsible for all materials and equipment necessary to perform the test and shall conduct the test in the presence of the ENGINEER or his representative The CONTRACTOR has the option of performing a manhole test in increments appropriate to the depth of the manhole Under all circumstances, the CONTRACTOR shall be required to remove all plugs immediately after testing and prior to acceptance of the work. The City assumes no liability for damages caused by plugs inadvertently left in the line by the Contractor The CONTRACTOR shall certify in writing to the City the completion of the plug removal task. The certification shall include the locations of removed plugs and corresponding date of removal (G&O#13001) 02530-4 The water exfiltration test shall consist of filling the entire manhole with water to the bottom of the frame elevation. A stabilization period of one hour will be allowed for absorption, after which the manhole shall be refilled as necessary before starting the test. The test period shall be two (2) hours, after which the manhole shall be refilled, measuring the necessary quantity of water The allowable leakage shall be 0.25 gallons per foot diameter per vertical foot per day and is represented by the following formula V=025 DHT /24 Where V = Allowable loss in gallons D = Manhole diameter in feet H = Initial depth of water to invert in feet T = Duration of test in hours The vacuum test shall consist of utilizing an inflatable compression band, vacuum pump, gauges and appurtenances specifically designed for vacuum testing. Test procedures shall be in accordance with the manufacturer's printed recommendations The ENGINEER shall be the sole judge as to the adequacy of the equipment. A vacuum of 10" Hg shall be placed in the manhole and the time measured for a drop to 8 5" Hg. The test shall be considered to be successful if the measured time exceeds the test period. Should the test fail, the manhole shall be repaired as necessary and the test rerun. The test periods are Sixty (60) seconds for four (4) foot diameter manholes, Seventy-five (75) seconds for five (5) foot diameter manholes, Ninety (90) seconds for six (6) foot diameter manholes, and One hundred and twenty (120) seconds for eight (8) foot diameter manholes 3.3 FINAL ADJUSTMENT AND CLEANUP After installation is complete, the Contractor shall cleanout all precast structures prior to placing the new facilities into service The adjustment of castings shall be done in a manner satisfactory to the Owner Adjustment shall be done only with precast grade rings Bricks are unacceptable Grouting and final adjustment of castings shall be done with non -shrink grout. *** END OF SECTION *** (G&O#13001) 02530-5 SECTION 02700 GRAVEL MATERIALS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the various types of granular materials that are to be used in trenches and other excavations as shown on the Plans and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 02300 Earthwork 02305 Wet Weather Earthwork 02710 Gravel Surfacing 1.3 SUBMITTALS The Contractor shall provide certificates of laboratory tests in accordance with Section 01300, indicating particle size distribution for review for each type of granular material furnished and proctor test reports for all material to be placed as pipe bedding material, trench backfill, backfill under and around structures and underneath crushed surfacing and asphalt concrete pavements The certificates and proctor test reports shall be provided to the Owner at least five calendar days prior to placement. PART 2 PRODUCTS 2.1 CRUSHED ROCK Crushed rock shall be in conformance with Section 9-03 9(3), base course of the WSDOT Standard Specifications 2.2 GRAVEL BACKFILL FOR PIPE BEDDING Gravel backfill for pipe bedding shall meet the requirements of Section 9-03 12(3) of the WSDOT Standard Specifications except that the maximum aggregate size shall be one inch and no more than five percent passing shall pass the No 200 Sieve (G&O#13001) 02700-1 Native granular material shall not be utilized for gravel backfill for pipe bedding. 2.3 STRUCTURAL FILL Structural fill shall consist of clean, non -plastic, free -draining sand and gravel free from organic matter or other deleterious materials, in conformance with Section 9-03 14(1) of the WSDOT Standard Specifications The material shall contain particles less than 4 -inches maximum dimension with less than seven percent passing the U S No 200 size sieve During period of wet weather the allowable fines content of the structural fill materials shall be no more than five percent passing the U S Standard No 200 size sieve Alternatively, crushed surfacing base course, in conformance with Section 9-03 9 (3) of the WSDOT Standard Specifications may be used. 2.4 BANK RUN GRAVEL FOR TRENCH BACKFILL Bank run gravel for trench backfill shall be free from organic matter or other deleterious materials and in conformance with Section 9-03 19 of the WSDOT Standard Specifications 2.5 GRAVEL BACKFILL FOR WALLS Gravel backfill for walls shall conform to Section 9-03 12(2) of the WSDOT Standard Specifications 2.6 CRUSHED SURFACING Crushed surfacing base course and top course shall conform to Section 9-03 9(3) of the WSDOT Standard Specifications 2.7 MISCELLANEOUS GRAVEL If the Plans call for a gravel that is not herein specified than the gravel shall conform to the type of gravel called for as per the WSDOT Specifications PART 3 EXECUTION 3.1 CRUSHED ROCK Crushed rock shall be placed and compacted underneath all structures to a minimum depth of 12 inches, unless indicated otherwise on the Plans, and to a greater depth where foundations are unstable and excess suitable excavated material is unavailable to stabilize such foundations (G&O#13001) 02700-2 In the event the Contractor unnecessarily over -excavates the pipe trench or structure foundation, or if the width of the pipe trench becomes wider than the pay limit shown on the Plans, all material so placed shall be at the Contractor's sole expense 3.2 GRAVEL BACKFILL FOR PIPE BEDDING Bedding material shall be placed simultaneously on both sides of the pipe for the full width of the trench in lifts not exceeding 6 inches To assure uniform support, the material shall be carefully worked underneath the pipe haunches with a tool capable of preventing the formation of void spaces around the pipe In the event the Contractor over -excavates the pipe trench, or if the width of the pipe trench becomes wider than the pay limit shown on the Plans, all material so placed shall be at the Contractor's sole expense The minimum bedding material under the piping shall be 6 -inches or as shown on the Plans 3.3 STRUCTURAL FILL Provide structural fill as shown on the Plans or where excavated material is unsuitable as directed by the Owner Structural fill shall be installed in lifts not to exceed 8 to 10 inches maximum thickness Structural fill placed under structures shall be compacted to at least 95 percent of the maximum dry density as determined by the modified Proctor, per ASTM D1557 3.4 BANK RUN GRAVEL FOR TRENCH BACKFILL Bank run gravel for trench backfill shall be used where excavated material is unsuitable or unavailable for the backfill of trenches as approved by the Owner In the event the Contractor over -excavates the pipe trench, or if the width of the pipe trench becomes wider than the pay limit shown on the Plans, all material so placed shall be at the Contractor's sole expense 3.5 GRAVEL BACKFILL FOR WALLS Gravel backfill for walls shall be used where excavated materials are unsuitable for backfilling around the walls of structures, as approved by the Owner, as shown on the Plans and specified in these specifications 3.6 CRUSHED SURFACING Crushed surfacing base course and/or top course shall be placed underneath asphalt paving, to the lines and grades shown on the Plans or as required by the (G&O#13001) 02700-3 Plans and shall be compacted to a dense, unyielding state of at least 95 percent of the maximum dry density, using the modified Proctor, per ASTM D1557 3.7 MISCELLANEOUS GRAVEL Miscellaneous gravel shall be installed per the Plans *** END OF SECTION *** (G&O#13001) 02700-4 SECTION 02710 GRAVEL SURFACING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the installation of crushed surfacing materials 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 02300 Earthwork 02700 Gravel Materials 1.3 SUBMITTALS The Contractor shall provide the Owner with a certificate of laboratory test indicating gradation of each material provided in accordance with Section 01300 The certificate shall be provided to the Owner five days prior to placement of any materials PART 2 PRODUCTS 2.1 GRAVEL MATERIALS All gravel materials shall conform to the requirement of Section 02700 PART 3 EXECUTION 3.1 SUBGRADE PREPARATION The subgrade shall be prepared as per Section 2-06 3 of the WSDOT Standard Specifications As the rolling of the subgrade proceeds, all soft or spongy areas shall be removed and the resulting holes filled with ballast material or crushed surfacing base course as shown on the Plans The Contractor shall dispose of excess materials resulting from the preparation of the subgrade Rollers shall not be operated adjacent to structures where such use may cause damage Where the subgrade abuts structures and compaction with a roller is not possible for practical reasons, the area shall be compacted with mechanical tampers or other approved equipment. (G&O#13001) 02710-1 3.2 GRAVEL MATERIAL Gravel materials shall be placed in the layers and thickness as shown on the Plans Gravel materials shall be placed in accordance with Section 4-04 3 of the WSDOT Standard Specifications The Contractor shall place gravel materials in a uniform layer over the entire area to receive gravel materials without segregation of sizes, to such depth that when compacted with the power roller, the course shall have the required thickness The maximum layer thickness for compaction with a roller shall be 6 inches for ballast or base course and 4 inches for crushed surfacing. The gravel material shall be bladed with a grader and rolled while damp with a power roller until the course is thoroughly and uniformly compacted and until its surface is smooth and conforms to grade and crown requirements shown on the Plans The cross-section of the finished surface shall be subject to reasonable variations as approved by the Owner to meet the varying conditions encountered. The surface shall be maintained in its finished condition until the succeeding layer is placed The roller shall not be operated adjacent to structures where such use may cause damage Where the gravel materials abuts structures and compaction with a roller is not possible for practical reasons, the area shall be compacted with mechanical tampers or other approved equipment. 3.3 COMPACTION All materials shall be compacted to a dense, unyielding state of at least 95 percent of the maximum dry density, using the modified Proctor, per ASTM D1557 ***END OF SECTION*** (G&O#13001) 02710-2 SECTION 02740 HOT MIX ASPHALT PAVING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the construction of hot mix asphalt (HMA) paving. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 01400 Quality Control 02300 Earthwork 02530 Utility Structures 02700 Gravel Materials 02710 Gravel Surfacing 1.3 SUBMITTALS The Contractor shall provide certificates of laboratory tests indicating current sieve analysis data and mix design for asphalt -treated base and hot mix asphalt pavement mix designs in accordance with Section 01300 and as further specified herein. The certificates shall be provided to the Owner at least five consecutive calendar days prior to placement of any materials PART 2 PRODUCTS 2.1 HOT MIX ASPHALT PAVEMENT A. Hot mix asphalt pavement, HMA, CL 3/8" PG 64-28, shall conform to Section 5-04 2 of the WSDOT Standard Specifications Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732 Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03 8(2) and 9-03 8(6) of the WSDOT Standard Specifications Mix designs shall be accepted by commercial evaluation. The contractor shall only complete the first page of form 350- 042 The Contractor shall reference and utilize a mix design that has been (G&O# 13001) 02740-1 previously verified by the WSDOT Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. B Mix design verification is valid for one year from the date of verification. At the discretion of the Owner, the Owner may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. C In no case shall the paving begin before the determination of anti -strip requirements has been made Anti -strip requirements will be determined by 1 Testing by Contractor in accordance with WSDOT TM 718 2 Historical aggregate source anti -strip use provided by WDOT 3 If the determination of anti -strip requirements has not been made through Item a. or b above, then a minimum of 0 25 percent anti - strip will be used. D The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Owner and may be made per WSDOT Standard Specifications Section 9-03 8(7) PART 3 EXECUTION 3.1 GENERAL The contractor shall maintain access to the facility at all times The Contractor shall coordinate all work with the Owner to insure his paving plan does not interfere with the Owner's ongoing operations The Contractor shall provide, place and maintain all temporary markings and signage as required to warn and direct facility traffic as necessary during his paving operations 3.2 ASPHALT CONCRETE PAVEMENT PLACEMENT Asphalt concrete pavement materials shall be placed on compacted subgrade materials, as shown on the Plans, as indicated elsewhere in these Specifications, and in conformance with Sections 5-04 3(1), 5-04 3(2), 5-04 3(3), 5-04 3(4), 5-04 3(9), 5-04 3(10), 5-04 3(11), 5-04 3(12), 5-04 3(13), 5-04 3(14) 5-04 3(16) and 5-04 3(20) of the WSDOT Standard Specifications (G&O# 13001) 02740-2 No material transfer devices or vehicles shall be used on this project. 3.3 ASPHALT JOINTS All joints of hot mix asphalt pavement shall be sealed with hot poured sealant meeting the requirements of WSDOT Standard Specification 9-04 2 3.4 QUALITY CONTROL The Contractor shall be responsible for testing the ATB and HMA paving in accordance with the WSDOT Standard Specifications as specified herein, and with Section 01400 Testing shall include asphalt content and grading testing of hot mix asphalt mix samples, aggregate void content, fracture, and equivalence testing, and in-place density testing. 3.5 SAW CUTTING Where shown on the Plans or where directed in the field by the Owner, the Contractor shall make a neat vertical saw cut at the boundaries of the area to be removed. Care shall be taken during saw cutting so as to prevent damage to the existing asphalt concrete, or concrete, to remain in place Any pavement or concrete damaged by the Contractor outside the area scheduled for removal due to the Contractor's operations or negligence shall be repaired or replaced to the Owner's satisfaction by the Contractor at no additional cost to the Owner All cuts shall be continuous, full depth, and shall be made with saws specifically equipped for this purpose No skip cutting, wheel cutting or jack hammering will be allowed unless specifically approved otherwise in writing by the Owner The location of all pavement cuts shall be preapproved by the Owner in the field before cutting commences All water and slurry material resulting from saw cutting operations shall not be allowed to enter the storm drainage or sanitary sewer system and shall be removed from the site and disposed of in accordance with the Washington State Department of Ecology regulations All existing asphalt concrete pavement edges shall be saw cut back to sound material, in uniform lines immediately prior to paving operations Any edges broken between the time of cutting and placement of new paving shall be recut to the satisfaction of the Owner at no additional cost to the Owner All excess excavated materials shall be hauled to waste *** END OF SECTION *** (G&O# 13001) 02740-3 SECTION 02820 CHAIN LINK FENCE AND GATES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the furnishing and installing of chain link fencing and gates conforming to the lines, grades, and details and at the locations as shown on the Plans The furnishing, installing, maintaining, and removing of temporary fencing and gates shall be provided to provide site safety, security, and protection at the project site The temporary fencing is required to stay in place until the permanent fence is installed. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 01300 Submittals 03300 Cast -in -Place Concrete PART 2 PRODUCTS 2.1 FENCING The fence shall have continuous chain link wire, tension wire and three strands of barbed wire supported on angled extension arms The chain link shall have a 2 -inch diamond mesh and 9 -gauge core wire, meeting ASTM 668, Class 2b The total height of the fence shall be as shown on the Plans The fence shall be heavy steel guard fence with top rail and bottom tension wire Top and bottom selvages of chain link fabric are to have a twisted and barbed finish. Chain link fencing shall conform to Section 9-16 of the WSDOT Standard Specifications The posts shall be equipped with extension arms, designed to carry three strands of barbed wire at an angle of 45 degrees The topmost barbed wire shall be located approximately 12 inches above the fabric, and approximately 12 inches out from the fence line Extension arms for line posts shall be of 14 -gauge (minimum) pressed steel, provided with slots for securely fastening the barbed wires Corner and fence post arms are to be of similar construction, and shall be constructed from a minimum of 12 -gauge strip steel or heavy malleable iron, and shall be designed to provide sufficient strength to support the barbed wire (G&O#13001) 02820-1 The barbed wire shall be of the 4 -point pattern, each wire to be composed of two strands of No 12 -1/2 -gauge wire, galvanized after weaving. 2.2 GATES Gates shall be installed for the full opening shown on the Plans as per the manufacturer's recommendations The Contractor shall furnish padlocks and keys for gates, which comply with Owner standards Gates shall conform to WSDOT Standard plan L-30, the Plans, and ASTM F900 Gate posts shall be provided in accordance with ASTM F900 and have a ball top PART 3 EXECUTION 3.1 TEMPORARY FENCING The Contractor shall furnish and install temporary fencing around the site in active construction areas so as to protect the site and prevent unauthorized entry into active construction areas The Contractor shall also maintain the temporary fencing throughout the course of the construction and provide any and all security necessary for site safety and protection during periods when sections of the fence may be down or open. Temporary fencing shall be removed by the Contractor only after receiving written authorization from the Owner for its removal 3.2 FENCING INSTALLATION The chain link fencing shall be erected in straight lines between angle points by skilled workmen experienced in this type of construction, in accordance with the manufacturer's recommendations and these Specifications The new fence installation shall not commence until final grading is complete and finish grade elevations are established. The new fence shall be constructed to provide security for the site There shall not be any gaps between finish elevations and the bottom links of the fence, which would allow entrance into the site The site fence shall be constructed in conformance with Section 8-12 of the WSDOT Standard Specifications The maximum spacing for line posts shall be 10 -feet on center Post holes shall be a minimum depth of 3 feet below finished grade, holes for line posts shall be 10 inches in diameter; holes for gate, corner, and pull posts shall be 12 inches in diameter Posts shall be set plumb in true line and to the depth of three feet and the remainder of the hole filled with concrete that must extend around the posts to a point two inches above finished grade The top surface shall have a crowned watershed finish. Concrete shall be proportioned to provide at least 2,500 psi strength at 28 days Materials, methods of proportioning, mixing, transporting and placing shall (G&O#13001) 02820-2 conform to Section 03300 After the concrete has set, accessories shall be installed, chain link fabric shall be fastened to end posts with stretcher bars and clamps and to line posts and top rail with wire or bands at approximately 14 -inch centers and 24 -inch centers, respectively Three lines of barbed wire shall be installed on the extension arms and drawn taut and secured at each bracket. 3.3 GATE INSTALLATION Install gateposts in accordance with manufacturer's instructions Gate posts shall be diagonally braced to adjacent line posts to ensure stability Gates shall be hung and all hardware adjusted so that gates operate satisfactorily from open or closed position. Concrete set gateposts Drill holes in firm, undisturbed or compacted soil Holes shall have diameter four times greater than outside dimension of post, and depths approximately 6 -inches deeper than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads Set post bottom 36 inches below surface when in firm, undisturbed soil Place concrete around posts in a continuous pour, tamp for consolidation. Trowel finish around post and slope to direct water away from posts Check each post for vertical and top alignment, and maintain in position during placement and finishing operations Install gates plumb, level, and secure for full opening without interference Attach hardware by means which will prevent unauthorized removal Adjust hardware for smooth operation. *** END OF SECTION *** (G&O#13001) 02820-3 SECTION 02900 HYDROSEEDING PART 1. GENERAL 1.1 SUMMARY This section includes installation of the Hydroseed as shown on the Plans and/or specified in the Specifications 1.2 REFERENCED STANDARDS A. References 1 Section 8-01 3(2) Seeding, Fertilizing, and Mulching; of the Washington State Department of Transportation (WSDOT) Standard Specifications 2014 2 Section 9-14 4(2) Hydraulically Applied Erosion Control Products (HECPs), of the Washington State Department of Transportation (WSDOT) Standard Specifications 2014 1.3 ALTERNATIVE GRASS SEEDING METHODS A. The Contractor may provide an alternative grass seeding strategy to the Owner Contractor must notify the Owner of the use of an alternative grass seeding strategy and must submit in written form the intent, strategy and terms of guarantee of establishment success Submission of alternative grass strategy must be made to the Owner before work is to begin. PART 2. PRODUCTS 2.1 HYDROSEED A. Hydroseed application shall include a minimum of 1,500 pounds per acre of mulch with three percent tackifier Mulch shall be HECP Type 2 mulch (previously named BFM) (G&O#13001) 02900-1 B Seed Mix COMMON NAME % OF TOTAL Intermediate Wheatgrass 23 Hycrest Crested Wheatgrass 23 Sherman Big Bluegrass 13 Basin Wild Rye 13 Sodar Streambank Wheatgrass 28 C Seeding Rate 5 lbs./ 1000 square -feet D Coordinate any changes to the hydroseed with the Owner before applying hydroseed. PART 3. EXECUTION 3.1 GENERAL A. All areas shall be finish graded and approved by the Owner before commencement of hydroseeding. B All disturbed areas shall be hydroseeded. The seeding may be accomplished by approved hand methods when impractical to perform by hydroseeding. The Contractor shall submit the proposed plan for hand seeding to the Engineer for approval five days prior to any seeding. 3.1 CLEANUP A. Areas to be kept clean during progress of work and until completion. Water, dirt and rubbish are to be kept off of all paved areas Leave project in first quality condition. 3.2 FINAL ACCEPTANCE A. Final acceptance of all hydroseeding work described in this Specification section, including the two (2) year maintenance period, shall be made by the Owner to determine 100 percent completion of the Contract work. This review shall be made upon written request to the Owner no less than forty-eight (48) hours prior to the anticipated date of inspection. *** END SECTION *** (G&O#13001) 02900-2 SECTION 02950 LARGE WOODY DEBRIS AND CONSTRUCTED RIFFLES PART 1. GENERAL 1.1 SUMMARY This section includes providing and installing Large Woody Debris (LWD) and Constructed Riffles as shown on the Plans The LWD and Constructed Riffles shall be installed to grades and conform to areas and locations as shown on the Plans A. Furnish all materials, equipment, labor and related items necessary to complete the work shown on the Plans and shall consist of all labor, tools, materials, tests, permits and other related items necessary for the installation of all LWD and Constructed Riffles 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 02315 — CONVEYANCE CHANNEL AND PILOT CHANNEL EXCAVATION 1.3 REFERENCES Streambed Boulders (Size specified on the plans) Section 9-03 11(3) in the WSDOT Standard Specifications Streambed Cobbles (Size specified on the plans) Section 9-03 11(1) in the WSDOT Standard Specifications 1.4 DEFINITIONS Large Woody Debris (LWD) whole trees with rootwad and limbs attached placed in -stream channels to provide enhanced aquatic habitat and stream processes such as localized scour Constructed Riffle low profile in -stream structures comprised of boulders and cobbles that are collectively placed spanning the stream as shown on the Plans The riffles will increase stream flow depth by slowing stream flow over the rocks and cobbles (G&O#13001) 02950-1 1.5 SUBMITTALS The source of supply of LWD shall be approved by the Engineer and Owner before delivery to the site The source of the boulders and cobbles for constructed riffle shall be approved by the Engineer before delivery to the site Boulders and cobbles unearthed during the channel excavation process may be set aside and used as boulders and cobbles for constructed riffle and shall be approved by the Engineer PART 2 PRODUCTS 2.1 LWD A. All LWD shall consist of conifer species B LWD shall be sound and free of rot, insect damage, or any preservative such as creosote Logs shall not be incrusted with silt and fines The log diameter shall be a minimum of 18 inches in diameter as measured at 4 5 feet from the base end of the log. C Crunch broken ends to disguise saw cuts at the exposed end of the log. Exposed ends of logs shall have no blunt ends D Root wads shall be a minimum of 4 feet in diameter, as measured at the shortest spread between root ends 2.2 CONSTRUCTED RIFFLE All materials for the Constructed Riffle shall be as specified in the plans Streambed boulders will be visually accepted by the Engineer in the conveyance vehicle at the point of delivery Boulders unearthed during the channel excavation process may be set aside and used as boulders for Constructed Riffle and shall be approved by the Engineer (G&O#13001) 02950-2 PART 3 EXECUTION 3.1 LWD The Contractor shall notify the Engineer and Owner at least 24 hours prior to any log structure installation activities Logs shall be approved on site by the Engineer and/or Owner prior to installation. Care shall be taken to protect all logs during log installation. During placement of log structures, the engineer may require the Contractor to adjust the placement to fit the field conditions Backfill and compact any open trenches as required per Section 2-09 3(1)E of the WSDOT Standard Specifications to return the site to the design grade 3.2 CONTRUCTED RIFFLE Final location and placement of streambed boulders and cobbles will be as directed by the Engineer The Engineer may direct that the streambed boulders and cobbles be installed in conjunction with other stream construction features such as LWD During placement of the constructed riffles, the Engineer may require the Contractor to adjust the placement to fit the field conditions * * * END SECTION (G&O#13001) 02950-3 DIVISION 3 CONCRETE SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes reinforcement and associated items for all concrete, including, but not necessarily limited to reinforcing steel bars and accessories for cast -in-place concrete 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 03300 Cast -in -Place Concrete 1.3 REFERENCES This Section references the latest revisions of the following documents Reference Title ACI 301 Structural Concrete for Buildings ACI 318 Building Code Requirements for Structural Concrete ACI SP -66 (04) American Concrete Institute - Detailing Manual ANSI/ASTM A82 Cold Drawn Steel Wire for Concrete Reinforcement ANSI/AWS D1 4 Structural Welding Code for Reinforcing Steel ASTM A615 Deformed and Plain Billet Steel Bars for Concrete Reinforcement 1.4 SUBMITTALS Submit in accordance with provisions of Section 01300 A. SHOP DRAWINGS Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices B MANUFACTURER'S CERTIFICATE Certify that reinforcing bar meet or exceed specified requirements (G&O #13001) 03200-1 Submit certified copies of mill test reports of reinforcement materials analysis 1.5 QUALITY ASSURANCE Perform Work in accordance with ACI 301 1.6 COORDINATION Coordinate with placement of formwork, formed openings, and other Work. PART 2 PRODUCTS 2.1 REINFORCING STEEL ASTM A615, deformed bars Grade 40 for #3 bars and smaller, Grade 60 for #4 bars and larger, unless noted otherwise on the Plans 2.2 ACCESSORY MATERIALS A. TIE WIRE Minimum 16 -gauge annealed type B CHAIRS, BOLSTERS, BAR SUPPORTS, SPACERS Sized and shaped for strength and support of reinforcement during concrete placement conditions including load-bearing pad on bottom where required to prevent vapor barrier puncture C SPECIAL CHAIRS, BOLSTERS, BAR SUPPORTS, SPACERS ADJACENT TO WEATHER EXPOSED CONCRETE SURFACES Plastic -coated steel type, size and shape as required. D MECHANICAL BAR SPLICES Comply with ACI 318 requirement of minimum tensile strength of 125 percent of specified yield for reinforcement. Subject to compliance with the requirements and approval of the Engineer, products, which may be incorporated into the work include, but are not limited to, the following (G&O #13001) 03200-2 BAR -LOCK (MBT) Coupler Systems "ERICO" REBAR SPLICING E ADHESIVE ANCHORS Injection adhesive system shall consist of a dual -cylinder adhesive refill pack, a mixing nozzle, and dispenser The adhesive shall be formulated to include resin and hardeners 1 Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to, the following a. HIT- RE 500 -SD Adhesive Anchor System, Hilti, Inc b HIT- HY 150 MAX -SD Adhesive Anchor System, Hilti, Inc c Power -Fast, Powers Fasteners, Inc 2.3 FABRICATION Fabricate concrete reinforcing in accordance with ACI SP -66(04) Obtain written approval from the Owner prior to welding reinforcing steel Weld reinforcement in accordance with ANSI/AWS D1 4 PART 3 EXECUTION 3.1 PLACEMENT Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars" for details and methods of reinforcement placement and supports, and as herein specified. Avoiding cutting or puncturing vapor barrier during reinforcement placement and concreting operations Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations Locate and support reinforcing by metal/plastic chairs, runners, bolsters, spacers, and hangers, as required. Install reinforcing bars with clearance indicated on the Plans Provide laps as shown and stagger locations to minimize the concentration of multiple reinforcing at joints Unless noted otherwise on the Plans, provide two #5 minimum trim bars (G&O #13001) 03200-3 around all openings and penetrations Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces *** END OF SECTION *** (G&O #13001) 03200-4 SECTION 03300 CAST -IN-PLACE CONCRETE PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes schedules, notes, and details for the construction of cast -in-place concrete structures, landings, equipment piers, housekeeping pads and slabs on grade 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 01310 Project Meetings 01400 Quality Control 03200 Concrete Reinforcement Division 5 Metals 1.3 REFERENCES This Section references the latest revisions of the following documents Reference Title ACI 117 Specifications for Tolerances for Concrete Construction and Materials and Commentary ACI 212 3 Chemical Admixtures for Concrete ACI 301 Specifications for Structural Concrete ACI 304 Guide for Measuring, Mixing, Transporting, and Placing Concrete ACI 305 Hot Weather Concreting ACI 306 Cold Weather Concreting ACI 309 Guide for Consolidation of Concrete ACI 318 Building Code Requirements for Structural Concrete and Commentary ACI 350 Code Requirements for Environmental Engineering Concrete Structures and Commentary ACI 347 Guide to Formwork for Concrete ACI 3501 Tightness Testing of Reinforced Engineering Concrete Structures and Commentary ASTM C31 Making and Curing Concrete Test Specimens in the Field ASTM C33 Concrete Aggregates ASTM C39 Compressive Strength of Cylindrical Concrete Specimens (G&O #13001) 03300-1 ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C94 Ready -Mixed Concrete ASTM C131 Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C138 Standard Test Method for Deign (Unit Weight). Yield. and Air ( (intent (( ha\ inietric) or oucrete ASTM C143 Slump of Hydraulic Cement Concrete ASTM C150 Portland Cement ASTM C172 Sampling Freshly Mixed Concrete ASTM C173 Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Air -Entraining Admixtures for Concrete ASTM C309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Chemical Admixtures for Concrete ASTM C535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C881 Epoxy -Resin -Base Bonding Systems for Concrete 1.4 SUBMITTALS Submittals shall be in accordance with Section 01300 A. GENERAL The submittal for each included concrete mix shall include, as a complete package, the following as defined below. 1 Concrete Mix Design 2 Certified Test Results 3 Sieve Analysis 4 Product Data An incomplete concrete mix submittal package may render a rejection of the mix or could delay the review process (G&O #13001) 03300-2 B CONCRETE MIX DESIGN Submit mix design for the proposed mix to be used on the Project, indicating components, and proportions by weight, including any admixtures Mix design shall state chloride content. Mix designs to be provided are 1 Unspecified Concrete for Liquid Containment Structures 2 Unspecified Concrete 3 Lean Concrete 4 Cement Grout C CERTIFIED TEST RESULTS Submit laboratory test results indicating compressive strength of concrete in compliance with requirements specified herein and in accordance with ACI 301 D SIEVE ANALYSIS Submit sieve analysis for proposed coarse and fine aggregates indicating components, source, gradation, and WSDOT aggregate source approval report, including WSDOT Aggregate Source ID E PRODUCT DATA Provide product data on all proposed admixtures, accessories, and embedded items to be used on the Project, including, but not limited to 1 Cement; source and type 2 Air Entraining Agent 3 Water Reducing Admixtures 4 Pozzolans 5 Bonding Agents 6 Curing Compounds 7 Non -Shrink Grout; Non-metallic and Metallic (G&O #13001) 03300-3 8 Waterstops 9 Plastic Joint Formers 10 Stair Nosings For admixtures other than those proposed for air entrainment, submit a letter from the manufacturer describing the benefits of its use for the project and effect of its use on the properties of the concrete Product data shall expressly state admixtures are chloride free, or the manufacturer shall submit a letter certification stating the same F MATERIAL DELIVERY TICKETS Provide copies of all concrete and grout material delivery tickets for the Project to the Owner 1.5 QUALITY ASSURANCE Perform work in accordance with ACI 301 Acquire cement and aggregates from same source for all work performed on the Project. Conform to ACI 305 when concreting during hot weather Conform to ACI 306 when concreting during cold weather Provide or coordinate field and laboratory testing as described later in this Section and under provisions of Section 01400 1.6 COORDINATION Coordinate work in accordance with provisions of Section 01310 Coordinate the placement of embedded items with erection of concrete formwork and placement of form accessories PART 2 PRODUCTS 2.1 FORM MATERIALS A. FORMS FOR EXPOSED FINISH CONCRETE Plywood, metal, metal -framed plywood faced, or other acceptable panel - type materials, to provide continuous, straight, smooth, exposed surfaces Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on the Plans B FORMS FOR UNEXPOSED FINISH CONCRETE Plywood, lumber, metal, or other acceptable material Provide lumber dressed on at least two edges and one side for tight fit. (G&O #13001) 03300-4 C FORM COATINGS Provide commercial formulation form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces D FORM TIES Factory -fabricated, adjustable -length, removable or snapoff metal form ties, designed to prevent form deflection and to prevent spalling of concrete upon removal Provide units, which will leave no metal closer than 1-1/2 inches to surface Unless noted otherwise on Plans, provide ties with plastic cone devices which, when removed, will leave holes not larger than 1 -inch diameter in concrete surface 2.2 CONCRETE MATERIALS A. CEMENT ASTM C150, Type II — Moderate or Type I - II. Use one brand of cement throughout the project, unless otherwise approved by the Owner Provide low alkali cement where Alkali -Silica Reaction (ASR) mitigation measures are required by WSDOT Aggregate Source Approval B FINE AND COARSE AGGREGATES Comply with ASTM C33 Provide aggregates from a single source Coarse aggregate shall be size designation 467 (Nominal size 1-1/2 inch to No 4 sieve) for all liquid containing structures, and size designation 67 (Nominal size 3/4 -inch to No 4 sieve) for all other concrete Aggregates shall show a loss of weight not exceeding 35 percent after 500 revolutions in a Los Angeles wear machine, when tested in accordance with ASTM C131 or ASTM C535 Aggregates shall be from a WSDOT approved source C WATER Clean, potable, and not detrimental to concrete, in compliance with ASTM C94 (G&O #13001) 03300-5 2.3 ADMIXTURES Except for air entrainment, use of all other admixtures used shall be subject to approval of and at no additional cost to the Owner Only admixtures expressly stated by the manufacturer as being chloride -free shall be used Subject to compliance with requirements, products, which may be incorporated into the work include, but are not limited to, the following A. AIR ENTRAINMENT ASTM C260 certified by manufacturer to be compatible with other proposed admixtures Master Builders MB AE 90 or MICRO -AIR Sika AER W.R. Grace Daravair or Darex Series B WATER REDUCING ADMIXTURE ASTM C494 Type A. Master Builders PolyHeed Sika Plastocrete 161 W.R. Grace WRDA Series C ACCELERATING ADMIXTURE ASTM C494 Type C Master Builders Pozzolith NC534 Sika Plastocrete 161 FL W.R. Grace Polarset or DCI D WATER REDUCING, RETARDING ADMIXTURE ASTM C494, Type D Master Builders Pozzolith 100XR Sika Plastiment W.R. Grace Daratard Series (G&O #13001) 03300-6 E WATER REDUCING, ACCELERATING ADMIXTURE ASTM C494, Type E Euclid Chemical Co Accelguard 80 Master Builders Pozzutec 20 W.R. Grace Daraccel F HIGH RANGE WATER REDUCER (HRWR) ASTM C494, Type F Master Builders Rheobuild 1000/3000 FC Sika Sikament 10 ESL W.R. Grace ADVA 100 G HIGH RANGE WATER REDUCER AND RETARDER ASTM C494, Type G Master Builders Pozzolith 440N W.R. Grace Daracem-100 H. POZZOLAN ASTM C618 - CLASS F, with a CaO maximum content of 10 percent. 2.4 ACCESSORIES A. BONDING AGENT ASTM C881, Type I and II, Grade 2, Class C, Epoxy Resin. Subject to Contract requirements, provide one of the following or equal Sika Armatec 110 Conspec SpecBond 100 W.R. Meadows Sealtight Rezi Weld 1000 B CURING COMPOUND ASTM C309, Type I, Class A and B Subject to Contract requirements, provide one of the following or equal W.R. Meadows Sealtight 1100 -Clear Conspec RX cure Chemrex, Inc Masterkure (G&O #13001) 03300-7 Burke Spartan -Cote WB C GENERAL PURPOSE NON -SHRINK NON-METALLIC GROUT Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 2,400 psi (17 Mpa) in 48 hours and 7,000 psi (48 Mpa) in 28 days Subject to Contract requirements, provide one of the following or equal Sika SikaGrout 212 Conspec 100 Non Metallic Chemrex, Inc Masterflow 928 Grout W.R. Meadows Sealtight 588 D WATERSTOPS Provide waterstop of type and size at construction joints and other joints as indicated on the Plans 1 PVC (Polyvinyl Chloride) Serrated (ribbed), 3/8 of an inch minimum thickness for 6 inches and larger and 3/16 of an inch minimum thickness for 4 inches Comply with Corps of Engineers CRD -C-572 No reclaimed PVC will be allowed in waterstop Subject to compliance with requirements, manufacturers offering products, which may be incorporated in the work, include, but are not limited to, the following Greenstreak Vinylex Corporation W.R. Meadows 2 Cold Joint Waterstop Install where shown on the Plans or at locations approved by the Owner or Engineer Cold joint waterstop shall be certified by the manufacturer to be compatible for use in wastewater (sewage) containment structures Subject to compliance with requirements, manufacturers offering products, which may be incorporated in the work, include, but are not limited to, the following (G&O #13001) 03300-8 Hydrotite, Greenstreak E PLASTIC JOINT FORMER Provide and install, per manufacturer's recommendations, where shown on the Plans or at locations approved by the Owner or Engineer Subject to compliance with requirements, manufacturers offering products, which may be incorporated in the work, include, but are not limited to, the following Greenstreak Vinyl ex Corporation W.R. Meadows F STAIR NO SINGS American Safety Tread Co , Inc , Style 816 with steel wing anchors with nuts and anchor bolts or equal 2.5 CONCRETE MIX A. GENERAL Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301 If trial batch method is used, use an independent testing facility acceptable to the Owner or Engineer for preparing and reporting proposed mix designs The testing facility shall not be the same as that used for field quality control testing. The maximum water soluble chloride ion content, expressed as a percent of the cement, contributed from all ingredients of the concrete mix, including water, aggregates, cementitious materials, and admixtures, shall not exceed 0 10 percent. Pozzolans may be counted as part of the total cementitious material in the concrete mix design. The cementitious material is the "minimum cement content" specified in the mix design for each type of concrete When pozzolans are used as part of this "cement content," the minimum content shall be 15 percent by weight of the total cementitious materials (Portland cement and pozzolans) and not more than 20 percent. Where ASR mitigation measures are required by WSDOT, provide a minimum of 15 percent pozzolan included in the cementitious material in the design mix. (G&O #13001) 03300-9 B MIX DESIGNS Provide normal weight concrete with the following properties, unless noted otherwise on the Plans 1 Unspecified Concrete for Liquid Containment Structures Structural concrete of general use in liquid containment structures Minimum compressive strength @ 28 days Minimum cement content Maximum water cement ratio by weight Nominal coarse aggregate size 2 Unspecified Concrete 4,000 psi 6 sacks per cubic yard 0 45 1-1/2" to No 4 (size designation 467) Structural concrete of general use in structures, sidewalks, and where no specific class of concrete is designated. Minimum compressive strength @ 28 days 3,500 psi Minimum cement content 5 5 sacks per cubic yard Maximum water cement ratio by weight 0 45 Nominal coarse aggregate size 3/4" to No 4 (size designation 67) 3 Lean Concrete Concrete for pipe thrust blocks or for use as noted as "Concrete Fill" on the Plans Minimum compressive strength @ 28 days 2,500 psi Minimum cement content 5 sacks per cubic yard 4 Cement Grout Material for filling guard posts, grouting of clarifier bottoms or for other uses as shown on the Plans Cement grout shall be sand and cement only and shall not contain coarse aggregate Minimum compressive strength @ 28 days 2,500 psi Minimum cement content 6 5 sacks per cubic yard Maximum water cement ratio by weight 0 54 (G&O #13001) 03300-10 C ADMIXTURES 1 Air Entrainment Use air -entraining admixture in all exterior exposed concrete Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement in accordance with ASTM C173 or C231 having total air content with a tolerance of plus or minus 1 percent within the following limits 5 5 percent for 1 5 inch max. coarse aggregate size 6 0 percent for 1 0 inch max. coarse aggregate size 7 0 percent 0 50 inch or less max. coarse aggregate size 2 Other Admixtures Use of all other admixtures shall be subject to the approval of the Owner and shall be in accordance with ACI 212 3 and Manufacturer's recommendations Only admixtures stated by the manufacturer to be chloride free shall be used. D SLUMP LIMITS Proportion and design mixes to result in concrete slump (1 inch ± of the maximum) at the point of placement in accordance with ASTM C143 as follows Ramps, slabs, and sloping surfaces 3 inches Reinforced foundation systems 3 inches Other concrete 4 inches Concrete containing HRWR admixture (super -plasticizer) Not more than 8 inches after addition of HRWR to site -verified 2- to 3 -inch slump concrete E CONCRETE MIXING Comply with requirements of ASTM C94, and as herein specified. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than that specified in ASTM C94 may be required. (G&O #13001) 03300-11 PART 3 EXECUTION 3.1 GENERAL Coordinate the installation of joint materials with placement of forms and reinforcing steel 3.2 FORMS Design, erect, support, brace, and maintain formwork to support vertical and lateral, static, and dynamic loads that might be applied until such loads can be supported by concrete structure Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances complying with ACI 347 Design formwork to be readily removable without impact, shock, or damage to cast -in-place concrete surfaces and adjacent materials Construct forms to sizes, shapes, lines, and dimensions shown, and to obtain accurate alignment, location, grades, level and plumb work in finished structures Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the work. Use selected materials to obtain required finishes Solidly butt joints and provide back up at all joints to prevent leakage of cement paste Fabricate forms for easy removal without hammering or prying against concrete surfaces Provide crush plates or wrecking plates where stripping may damage cast -in-place concrete surfaces Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only Provide Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete Securely brace temporary openings and set tightly to forms to prevent loss of concrete mortar Locate temporary openings in forms at inconspicuous locations Chamfer all exposed corners and edges and other areas shown on the Plans, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints Provisions for Other Trades Provide openings in concrete formwork to accommodate work of other trades Determine size and location of openings, recesses, and chases from trades providing such items Accurately place and securely support items built into forms (G&O #13001) 03300-12 3.3 JOINTS AND WATERSTOPS A. CONSTRUCTION JOINTS Locate and install construction joints where indicated, or locate so as not to impair strength and appearance of the structure, as acceptable to the Engineer Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints, except as otherwise shown on the Plans B WATERSTOPS Provide waterstops in construction joints of all water containment structures and where shown on the Plans Install waterstops to form continuous diaphragm in each joint in accordance with manufacturer's recommendations Make provisions to support and protect exposed waterstops during progress of work. Fabricate field joints in waterstops in accordance with manufacturer's printed instructions and recommendations All waterstops shall be tied into place using hog rings and/or tie wire to keep the waterstop from moving during placement of concrete Provide manufacturer's written warranty for all waterstop installations C ISOLATION JOINTS IN SLABS -ON -GRADE Unless otherwise noted, construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and elsewhere as shown on the Plans Joint filler and sealant materials are specified in Division 7 D SLAB (CONTROL) JOINTS Construct joints in slabs -on -grade as shown on the Plans Use saw cuts 1/8 of an inch wide x 1/4 of the slab depth or inserts 1/4 -inch wide x 1/4 of the slab depth. E PREMOLDED (CONTROL) JOINTS Insert premolded plastic, hardboard or fiberboard strip into fresh concrete until top surface of strip is flush with slab surface Tool slab edges round on each side of insert. After concrete has cured, remove inserts and clean groove of loose debris (G&O #13001) 03300-13 F EDGE FORMS AND SCREED STRIPS FOR SLABS Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface Provide and secure units sufficiently to support types of screed strips by use of strike -off templates or accepted compacting type screeds 3.4 INSTALLATION OF EMBEDDED ITEMS: A. GENERAL Set and build into work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in-place concrete Use installation drawings, diagrams, instructions, and directions provided by suppliers of items to be embedded. B CLEANING AND TIGHTENING Thoroughly clean forms and adjacent surfaces to receive concrete Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms and bracing after concrete placement as required to eliminate mortar leaks and maintain proper alignment. C REGLETS Install reglets to receive top edge of foundation sheet waterproofing, and to receive thru-wall flashing as shown at lintels, relieving angles, and other conditions 3.5 PLACING REINFORCEMENT See Section 03200 3.6 PREPARATION OF FORM SURFACES Clean reused forms of concrete matrix residue, repair and patch as required to return forms to acceptable surface condition Coat contact surfaces of forms with a form -coating compound before reinforcement is placed. Thin form coating compounds only with thinning agent of type, amount, and under conditions of form -coating compound manufacturer's directions Do not allow excess form -coating material to accumulate in forms or to come into contact with in-place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions (G&O #13001) 03300-14 Coat steel forms with a non -staining, rust -preventative form oil or otherwise protect against rusting. Rust -stained steel formwork is not acceptable 3.7 CONCRETE PLACEMENT A. GENERAL Comply with ACI 304 and as herein specified. Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit installation of their work; cooperate with other trades in setting such work. Apply temporary protective covering to lower 2 feet of finished walls adjacent to poured floor slabs and similar conditions, and guard against spattering during concrete placement. B PLACING CONCRETE IN FORMS Deposit concrete in forms in horizontal layers not deeper than 24 inches and in a manner to avoid inclined construction joints Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete in accordance with ACI 309 Do not use vibrators to transport concrete inside forms Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing segregation of mix. C PLACING CONCRETE SLABS Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners Bring slab surfaces to correct level with straightedge and strikeoff Use bull floats or darbies to smooth surface, free of humps or hollows Do not disturb slab surfaces prior to beginning (G&O #13001) 03300-15 finishing operations Maintain reinforcing in proper position during concrete placement operations D COLD WEATHER PLACING Protect concrete work from physical damage or reduced strength, which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. When air temperature has fallen to or is expected to fall below 40 degrees F (4 degrees C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 degrees F (10 degrees C), and not more than 80 degrees F (27 degrees C) at point of placement. Do not use frozen materials or materials containing ice or snow Do not place concrete on frozen subgrade or on subgrade containing frozen materials Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs E HOT WEATHER PLACING When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F (32 degrees C) Mixing water may be chilled, or chopped ice may be used to control temperature provided water equivalent of ice is calculated to total amount of mixing water Use of liquid nitrogen to cool concrete is at Contractor's option. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedment in concrete Fog spray forms, reinforcing steel, and subgrade just before concrete is placed. Upon approval, water - reducing retarding admixture (Type D) may be used when required by high temperatures, low humidity, or other adverse placing conditions 3.8 FINISH OF FORMED SURFACES Provide smooth form finish for all formed concrete surfaces exposed -to -view including all surfaces exposed to water or wastewater, or that are to be covered with a coating material applied directly to the concrete, or a covering material (G&O #13001) 03300-16 applied directly to concrete, such as veneer plaster, painting, or other similar type of system Provide smooth form finish for surfaces to be waterproofed or dampproofed. Surfaces must comply with recommendations of the manufacturer of the product being utilized. Provide rough form finish for formed concrete surfaces not exposed -to -view in the finished work or by other construction, unless otherwise indicated. A. SMOOTH FORM FINISH This is to be the as -cast concrete surface obtained utilizing selected form facing material, arranged orderly and symmetrically with a minimum of seams, and as specified herein. Repair and patch tie holes and defective areas, with all fins or other projections completely removed and smoothed, by one of the following methods 1 Provide smooth rubbed finish to concrete surfaces after form removal Moisten concrete surfaces and rub with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process 2 Provide grout "sacked" cleaned finish. The sacking grout shall be one part Portland cement to 1-1/2 parts fine sand by volume, and mixed with water to consistency of thick paint. Proprietary additives such as epoxy bonding agents or adhesives may be used at Contractor's option. Blend standard Portland cement and white Portland cement, amounts to be determined by trial patches, so that final color of dry grout matches adjacent surfaces Thoroughly wet concrete surfaces and apply grout to coat surfaces and fill small holes Remove excess grout by scraping and rubbing with clean burlap Keep sacked surfaces damp by fog spray or other acceptable method so surfaces do not dry out. B ROUGH FORM FINISH This is the concrete surface having texture imparted by form facing material used, with tie holes and defective areas repaired and patched and fins and other projections exceeding 1/8 of an inch in height rubbed down or chipped off All "bug holes" exceeding 1/2 inch in diameter and exceeding 1/4 -inch depth shall be repaired or filled in. (G&O #13001) 03300-17 C RELATED UNFORMED SURFACES At tops of walls, horizontal offsets, and similar unformed surfaces occurring at adjacent formed surfaces, continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. D TOLERANCES FOR FORMED SURFACES 1 Variations from the plumb a. In the lines and surfaces of columns, pier, walls and in arises b For exposed corner columns, control -joint grooves, and other conspicuous lines 2 Variations from level or from the grades indicated on the Plans a. In slab soffits, ceilings, beam soffits, and in arises, measured before removal of supporting shores b In exposed lintels, sills, parapets, horizontal grooves, and other conspicuous lines 3 Variations in the linear building lines from the established position in plan view 4 Variations in distance between walls, columns and partitions (G&O #13001) 03300-18 In any 10 feet of length — 1/4 inch Maximum for entire length — 1 inch In any 20 feet of length — 1/4 inch Maximum for entire length — 1/2 inch In any 10 feet of length — 1/4 inch. In any bay or opening, or in any 20 feet of length — 3/8 of an inch. Maximum for entire length — 3/4 inch In any bay or opening, or in any 20 feet of length — 1/4 inch. Maximum for entire length — 1/2 inch In 20 feet of length — 1/2 inch. Maximum for entire length — 1 inch In any 10 feet of distance — 1/4 inch. In any bay or opening — 1/2 inch. Maximum total variation — 1 -inch. 5 Variations in the sizes and locations of sleeves, floor openings and wall openings 6 Variations in cross-sectional dimensions of columns and beams and in the thickness of slabs and walls 7 Variations in footings a. Variation from dimensions on Plans when formed or plus 3 -inches when placed against unformed excavations b Misplacement of eccentricity Minus — 1/4 inch Plus — 1/2 inch Minus — 1/4 inch Plus — 1/2 inch Minus — 1/2 inch Plus — 2 inches 2 percent of the footing width in the direction of the misplacement, but not more than 2 inches c Reduction in thickness Minus — 5 percent of specified thickness 8 Variations in steps a. In a flight of stairs Riser — 1/8 of an inch Tread — 1/4 inch b In consecutive steps Riser — 1/16 of an inch Tread — 1/8 of an inch 3.9 MONOLITHIC SLAB FINISHES: A. FLOAT FINISH Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo, and as otherwise indicated. (G&O #13001) 03300-19 After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power -driven floats, or by hand -floating if area is small or inaccessible to power units Check and level surface plane Cut down high spots and fill low spots Uniformly slope surfaces to drains Immediately after leveling, refloat surface to a uniform, smooth, granular texture B TROWEL FINISH Apply trowel finish to monolithic slab surfaces to be exposed to view After floating, begin first trowel finish operation using a power -driven trowel Begin final troweling when surface produces a ringing sound as trowel is moved over surface Consolidate concrete surface by final hand - troweling operation, free of trowel marks and uniform in texture and appearance Grind smooth surface defects that would telegraph up through applied floor covering system. C TROWEL AND FINE BROOM FINISH Where ceramic or quarry tile is to be installed with thin -set mortar, apply trowel finish as specified, then immediately follow with slightly scarifying surface by fine brooming. D NON -SLIP BROOM FINISH Apply non -slip broom finish to exterior concrete platforms, landings, steps, and ramps, sidewalks and elsewhere as indicated. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route Coordinate required final finish with Owner before application. E CHEMICAL -HARDENER FINISH Apply chemical -hardener finish to interior exposed concrete floors and steps, unless noted otherwise Apply liquid chemical -hardener after complete curing and drying of the concrete surface Evenly apply each coat, and allow 24 hours for drying between coats Apply proprietary chemical hardeners, in accordance with manufacturer's printed instructions After final coat of chemical -hardener solution is applied and dried, remove surplus hardener by scrubbing and mopping with water F TOLERANCES FOR MONOLITHIC SLAB FINISHES The flatness of the concrete shall be carefully controlled and the tolerances shall be measured by the straight edge system as specified in (G&O #13001) 03300-20 paragraph 4 5 7 of ACI 117, using a 10 -foot straight edge, within 72 hours after floor slab installation and before shores and/or forms are removed. The listed tolerances shall be met at any and every location at which the straight edge can be placed. Bullfloated 1/2 inch Float Finish 3/16 inch Trowel Finish 1/8 inch Straightedges 5/16 inch 3.10 CONCRETE CURING AND PROTECTION A. GENERAL Protect freshly placed concrete from premature drying and excessive cold or hot temperatures Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep concrete continuously wet for not less than 7 days Begin final curing procedures immediately following initial curing and before concrete has dried out. Continue final curing for at least 7 days in accordance with ACI 301 curing methods Avoid rapid drying of concrete at the end of final curing period. B CURING METHODS Perform curing of concrete by use of curing and sealing compound, by moist curing, by moisture -retaining cover curing, or by combinations thereof, as herein specified. Provide moisture curing by the following methods Keep concrete surface continuously wet by covering with water, or provide continuous water -fog spray Covering concrete surface with absorptive cover, thoroughly saturating cover with water and keeping continuously thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4 -inch lap over adjacent absorptive covers Provide moisture -cover curing as follows Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in wide as practicable width with sides and ends lapped at least 3 inches and sealed by waterproof tape or adhesive Immediately repair any holes or tears during curing period using cover material and waterproof tape (G&O #13001) 03300-21 Provide curing and sealing compound to exposed interior slabs and to exterior slabs, walls, sidewalks, and curbs, as follows Apply curing and sealing compound to concrete slabs and walls as soon as initial curing operations are complete or immediately after the forms have been stripped (within 2 hours) Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's directions Completely cover the concrete surfaces with curing and sealing compound. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair any damage during curing period. Do not use membrane curing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring (such as ceramic or quarry tile, glue -down carpet), painting, and other coatings and finish materials, unless otherwise acceptable to the Engineer C CURING FORMED SURFACES Cure formed concrete surfaces, including undersides of beams, supported slabs, and other similar surfaces by moist curing with forms in place for full curing period and until forms are removed. When forms are removed, continue curing by methods specified above, as applicable D CURING UNFORMED SURFACES Cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by application of an appropriate curing method. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture retaining cover 3.11 SHORES AND SUPPORTS A. GENERAL Comply with ACI 347 for shoring, and as herein specified. Extend shoring from ground to roof for structures four stories or less, unless otherwise permitted. Remove shores and reshore in a planned sequence to avoid damage to partially cured concrete Locate and provide adequate reshoring to safely support work without excessive stress or deflection. Keep reshores in place a minimum of 15 days after placing upper tier, and longer if required, until all concrete has attained its required 28 day (G&O #13001) 03300-22 strength and heavy loads due to construction operations have been removed. B REMOVAL OF FORMS Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F (10 degrees C) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. Formwork supporting weight of concrete, such as beam soffits, joints, suspended slabs, and other structural elements, may not be removed in less than 14 days and until concrete has attained 70 percent of the design minimum compressive strength at 28 days Determine potential compressive strength of in-place concrete by testing field -cured specimens, representative of concrete location or members Form facing material may be removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form facing material without loosening or disturbing shores and supports 3.12 REUSE OF FORMS Clean and repair surfaces of forms to be reused in work. Split, frayed, delaminated, or otherwise damaged form facing material will not be acceptable for exposed surfaces Provide new form facing material Apply new form coating compound as specified for new formwork prior to reuse of forms When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints Align and secure joint to avoid offsets Do not use "patched" forms for exposed concrete surfaces, unless approved by the Owner 3.13 MISCELLANEOUS CONCRETE ITEMS A. FILLING-IN Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place Mix, place, and cure concrete as herein specified, to blend with in-place construction. Provide other miscellaneous concrete filling shown or required to complete work. Fill-in all form tie holes and other forming system holes with non -shrink grout. (G&O #13001) 03300-23 B CURBS Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C BASE PLATE, EQUIPMENT BASES AND FOUNDATIONS Provide machine and equipment bases (housekeeping pad/pier) and foundations, as shown on the Plans Set anchor bolts for machines and equipment with template at correct elevations, complying with certified diagrams or templates of manufacturers furnishing machines and equipment. Provide 4 -inch -high, square or rectangular concrete pad around all conduits and small diameter pipes that penetrate through floor slabs Provide leveling grout under base plates and equipment frames using non- metallic, non -shrink grout. Minimum thickness for leveling grout shall be 1/2 inches unless noted otherwise on the Plans or specified by equipment manufacturer D STAIR NO SINGS Provide stair nosings at all exterior cast -in-place concrete stairs or steps The stair nosings shall be installed in accordance with the manufacturer's written instructions 3.14 CONCRETE SURFACE REPAIRS A. PATCHING DEFECTIVE AREAS Repair and patch defective areas immediately after removal of forms Cut out honeycomb, rock pockets, voids or bugholes over 1/4 inch in any dimension, and holes left by tie rods and bolts, down to solid concrete but, in no case to a depth of less than 1 inch. Make edges of cuts perpendicular to the concrete surface Thoroughly clean, dampen with water, and brush -coat the area to be patched with specified bonding agent. For water and wastewater containment structures, utilize an epoxy resin bonding agent. Place patching mortar after bonding compound has dried. For exposed -to -view surfaces, blend white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface (G&O #13001) 03300-24 B REPAIR OF FORMED SURFACES Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of the Engineer Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, bug holes, honeycomb, rock pockets, fins and other discolorations that cannot be removed by cleaning. Flush out form tie holes and form bolt holes, fill with non -shrink grout, or precast concrete cone plugs or rubber plugs secured in place with bonding agent or epoxy adhesive Repair concealed formed surfaces, where possible, that contain defects that affect the durability of concrete All repairs shall be approved by the Engineer If defects cannot be repaired, the Contractor shall remove and replace the concrete C REPAIR OF UNFORMED SURFACES Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness using a template having required slope Repair finished unformed surfaces that contain defects, which affect durability of concrete Surface defects, as such, include crazing, cracks in excess of 0 01 inches wide or which penetrate to reinforcement or completely through non -reinforced sections regardless of width, spalling, pop -outs, honeycomb, rock pockets, and other objectionable conditions Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days Correct low areas in unformed surfaces during or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete Finish repaired areas to blend into adjacent concrete Proprietary patching compounds may be used when acceptable to the Owner Repair defective areas, except random cracks and single holes not exceeding 1 -inch diameter, by cutting out and replacing with fresh concrete Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3 inches of clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete Place, compact, and finish to blend with adjacent finished concrete Cure in same manner as adjacent concrete (G&O #13001) 03300-25 Repair isolated random cracks and single holes not over 1 inch in diameter by dry -pack method. Groove top of cracks and cutout holes to sound concrete and clean off dust, dirt, and loose particles Dampen cleaned concrete surfaces and apply bonding agent. Mix dry -pack, consisting of one part Portland cement to 2-1/2 parts fine aggregate passing a No 16 mesh sieve, using only enough water as required for handling and placing. Place dry pack after bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete Keep patched area continuously moist for not less than 72 hours Perform structural repairs with prior approval of the Engineer for method and procedure, using specified epoxy adhesive and mortar Repair methods not specified above may be used, subject to approval of the Engineer If acceptable repairs cannot be made, the Contractor shall remove and replace the concrete at no cost to the Owner 3.15 QUALITY CONTROL TESTING DURING CONSTRUCTION A. GENERAL Sampling and testing for quality control during placement of concrete shall meet the frequency described in Section 01400 Part 3 1D and shall include the following 1 Sampling Fresh Concrete ASTM C172, except modified for slump to comply with ASTM C94 2 Slump ASTM C143 Additional tests beyond specified frequency may be required when concrete consistency seems to have changed. 3 Air Content ASTM C173, volumetric method for lightweight or normal weight concrete, ASTM C231 pressure method for normal weight concrete, one for each day's placement of each type of air - entrained concrete, one for each set of compression test specimens (G&O #13001) 03300-26 4 Concrete Temperature ASTM C1064, Test hourly when air temperature is 40 degrees F (4 degrees C) and below, and when 80 degrees F (27 degrees C) and above, and each time a concrete is sampled. 5 Unit Weight ASTM C138, One for each day's placement; one for every Air Content Test, one for each set of cylinders to be strength tested. 6 Compression Test Specimen ASTM C31, one set of four standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimens are required. 7 Compressive Strength Tests ASTM C39, one set for each day's placement plus additional sets for each 50 cubic yards over and above the first 25 cubic yards of each concrete class placed in any single day, one specimen tested at seven days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. When total quantity of a given class of concrete is less than 50 cubic yards, Owner may waive strength test if, in his judgment, adequate evidence of satisfactory strength is provided. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in- place concrete Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength, and no individual strength test result falls below specified compressive strength by more than 500 psi Test results will be reported in writing to Owner and Contractor within 24 hours after testing. FAX or email in .PDF format of test results is acceptable, however, mailing hard copies of test results is also required. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and (G&O #13001) 03300-27 class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength and type of break for both 7 day tests and 28 -day tests 8 Nondestructive Testing Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection of concrete 9 Additional Tests The testing service will make additional tests of in-place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in a structure, as directed by the Owner Testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42, or by other methods as directed. Contractor shall pay for cost of such tests when unacceptable concrete is verified. 3.16 WATERTIGHTNESS All water and wastewater holding tanks, basins and structures listed on the Structural Plans shall be tested for watertightness Each tank, structure or basin shall be tested independently Watertightness tests shall be made after the concrete has obtained at least 90 percent of its required 28 -day compressive strength, but in no case sooner than 20 days after placement. Watertightness shall conform to the requirements of ACI 350 1 Leakage testing shall not be conducted during periods of time with measurable precipitation. Evaporation correction shall be made on the basis of an evaporation pan. Suitable evaporation pan shall be approved by Owner and shall be provided by Contractor Watertightness testing may follow backfill of the structure, at the Contractor's option. However, if the structure does not pass the test, re -excavation to locate leaks shall be required All costs associated with location (re -excavation and backfilling) and repair of leaks shall be borne by the Contractor *** END OF SECTION *** (G&O #13001) 03300-28 SECTION 03350 CONTROLLED DENSITY FILL (CDF) PART 1 GENERAL 1.1 SCOPE The work specified in this Section provides all materials, labor, and equipment for installation of Controlled Density Fill (CDF) as shown on Plans and/or in lieu of imported backfill material and compacted structural fill where approved by the Owner 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 03300 Cast -in -Place Concrete 1.3 REFERENCES This Section references the latest revisions of the following documents Reference Title ASTM C94 Specification for Ready -Mixed Concrete WSDOT Standard Specifications for Road, Bridge, and Municipal Construction ASTM C33 Concrete Aggregate ASTM C150 Portland Cement ASTM C618 Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete 1.4 SUBMITTALS Comply with provisions of Section 01300 A. CERTIFICATE OF COMPLIANCE Certificate shall verify that the delivered material is in compliance with mix design and shall include Project Contract No , Date, Truck No , and Batched Weights of each ingredient. The certification shall be signed by a representative of the CDF producer, and shall be someone other than the truck driver (G70# 13001) 03350-1 B DELIVERY TICKETS Provide copies of delivery tickets to the Owner 1.5 DELIVERY AND HANDLING Comply with requirements of ASTM C94 PART 2 PRODUCTS 2.1 MATERIALS A. PORTLAND CEMENT Type I, II, or III comply with ASTM C150 or State of Washington, Standard Specifications for Road, Bridge, and Municipal Construction Article 9-01, Current Edition. B FLY ASH (POZZOLAN) ASTM C618, Class F or Class C C AGGREGATES ASTM C33 or State of Washington, Standard Specifications for Road, Bridge and Municipal Construction, Current Edition, Articles 9-03 1 or 9-03 14 D WATER Clean, potable and free from oil or other contaminants E ADMIXTURES State of Washington, Standard Specifications for Road, Bridge and Municipal Construction, Current Edition, Article 9-23 6 2.2 CDF MIX DESIGN AND PROPORTIONING Controlled Density Fill (CDF) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non -segregating self - consolidating, free-flowing and excavatable material which will result in a hardened, dense non -settling fill Unconfined compressive strength 100 psi minimum (G70# 13001) 03350-2 Gallons of water per cubic yard Pounds of cement per cubic yard Pounds of fly ash per cubic yard Pounds of aggregate per cubic yard 300 psi maximum 35 gallons 50 lbs 250 lbs 3,200 lbs Flowability Slump Low 6 inches or less Normal 6 to 8 inches High 8 inches + Total water and aggregate quantities may be adjusted for yield if air entraining or water -reducing admixtures are used for flowability Use 3/8 inch minus aggregates or sand for flowable or excavatable CDF materials PART 3 EXECUTION Verify site and excavations for conditions acceptable to receive CDF Ensure all inspections and approvals for substrate surfaces and utilities have been made and are complete before CDF placement. Trench sections to be filled with CDF shall be contained at either end of the trench section by use of a bulkhead or earth fill prior to CDF placement. CDF placement may be started if weather conditions are favorable, and when the temperature is at least 34 degrees F and rising. At the time of placement, the CDF shall have a temperature of at least 40 degrees F Mixing and placing shall stop when the temperature is 38 degrees F or less, and falling. CDF shall not be placed on frozen ground. Each filling stage shall be as continuous of an operation as is practicable Remove displaced groundwater by either dewatering or pumping. Provide for proper disposal of displaced or dewatered groundwater in compliance with local regulations Provide steel plates to span utility trenches and prevent traffic contact with CDF for at least 24 hours after placement or until CDF has compacted or hardened enough to prevent rutting by construction equipment or traffic *** END OF SECTION *** (G70# 13001) 03350-3 DIVISION 5 METALS SECTION 05500 MISCELLANEOUS METAL FABRICATIONS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the miscellaneous metal fabrication work including, but is not limited to, the following preassembled stairs, ladders, handrails, railings, grating, stair tread and nosing, plates, custom fabricated pipe brackets, supports, pipe sleeves and structural steel work, as shown on the Plans 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 03300 Cast In Place Concrete 09900 Painting 1.3 REFERENCES This section references the latest revisions of the following documents Reference Title ASTM A36 Structural Steel ASTM A53 Hot -Dipped, Zinc -coated Welded and Seamless Steel Pipe ASTM A123 Zinc (Hot -Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip ASTM A153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A240 Heat -Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels ASTM A283 Carbon Steel Plates, Shapes, and Bars ASTM A307 Carbon Steel Externally Threaded Standard Fasteners ASTM A325 High Strength Bolts for Structural Steel Joints ASTM A500 Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes ASTM A501 Hot -Formed Welded and Seamless Carbon Steel Structural Tubing ASTM A653 Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy - Coated (Galvannealed) by the Hot -Dip Process ASTM A992 High -Strength Structural Steel (G&O #13001) 05500-1 ASTM B221 Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes ASTM B241 Aluminum -Alloy Seamless Pipe and Seamless Extruded Steel Tube NAAMM National Association of Architectural Metal Manufacturers, "Metal Bar Grating Manual" AISC American Institute of Steel Construction AWS D1 1 Structural Welding Code - Steel AWS D1 2 Structural Welding Code - Aluminum SSPC Steel Structures Painting Council 1.4 SUBMITTALS Submit under provisions of Section 01300 A. SHOP DRAWINGS Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories Include erection drawings, elevations, and details where applicable Indicate profiles, sizes, spacing, locations, and complete details of structural members, to include openings, cuts, camber, fasteners, connections, and other pertinent data. Indicate welded connections with AWS A2 4 welding symbols Indicate net weld lengths Provide setting drawings, templates, and directions for installation of anchor bolts and other anchorages to be installed as work of other sections B WELDER'S CERTIFICATES Submit under provisions of Section 01300 Manufacturer's Certificates, certifying welders employed on the Work, verifying AWS qualifications within the previous 12 months PART 2 MATERIALS AND PRODUCTS 2.1 MATERIALS A. STRUCTURAL STEEL SHAPES, PLATES AND BARS ASTM A36, unless noted otherwise, as ASTM A992, High- Strength Structural Steel B STEEL CASTINGS Comply with ASTM A27, Grade 65-35, medium strength carbon steel (G&O #13001) 05500-2 C CAST IRON Comply with ASTM A48, Class 20 D STAINLESS STEEL Comply with ASTM A276, Type 316 E ALUMINUM ALLOY EXTRUDED BARS, RODS, WIRE, SHAPES AND TUBES Comply with ASTM B221, Alloy 6061-6 F WELDING MATERIALS AWS A5 1 or A5 5, E70XX, AWS A5 17, E70S-X, AWS A5.20, E7OXT-X. Comply with AWS code G ZINC COATING Comply with ASTM A123 or ASTM A153 H. HEADED STUD -TYPE CONNECTORS ASTM A108, Grade 1015, forged steel, uncoated. I. ANCHOR BOLTS AND THREADED RODS ASTM F1554, Grade 36, unless noted otherwise ASTM A276, stainless steel J UNFINISHED THREADED FASTENERS ASTM A307, Grade A, regular low -carbon steel bolts and nuts Provide hexagonal heads and nuts for all connections K. ADHESIVE ANCHORS 1 Adhesive capsules shall be self-contained two-part component consisting of a vinyl urethane resin with a Dibenzoyl Peroxide Hardener (G&O #13001) 05500-3 Subject to compliance with the requirements products, which may be incorporated in the work include, but are not limited to the following HVU Adhesive capsule, Hilti, Inc Chem -Stud Capsule, Powers Fasteners, Inc 2 Injection adhesive system shall consist of a dual -cylinder adhesive refill pack, a mixing nozzle, and dispenser The adhesive shall be formulated to include resin and hardeners Subject to compliance with the requirements products, which may be incorporated in the work include, but are not limited to, the following HIT- RE 500 —SD Adhesive Anchor System, Hilti, Inc HIT- HY 150 MAX Adhesive Anchor System, Hilti, Inc Power -Fast, Powers Fasteners, Inc L PAINTING Comply with Section 09900 M. GROUT MATERIALS As specified in Section 03300 2.2 PRODUCTS A. HANDRAILS AND RAILINGS Handrails and railings shall be clear satin finish, anodized 1 -1/2 -inch nominal diameter Schedule 40 extruded aluminum tubing conforming to ASTM B241, Alloy 6063 with concealed aluminum spigot splice connectors and fasteners countersunk and flush. Fasteners shall be 316 stainless steel Maximum post spacing shall be 6'-0" on center Post connections shall be cast aluminum R&B Wagner Interna -Rail or approved equal Mounting shall be cast aluminum R&B Wagner -Interna - Rail drive on flange or approved equal, other acceptable manufacturers are Golden Railings, Inc , or Alumaguard Corporation. (G&O #13001) 05500-4 B GRATING AND STAIR TREADS Grating and stair treads shall be serrated, hot dip galvanized steel (ASTM A-1011 mild carbon steel), rectangular bar grating complying with the requirements of NAAMM "Metal Bar Grating Manual", in addition stair treads shall be provided with 1-1/4" corratred nosings Unless noted otherwise on the Plans, minimum size of steel grating shall be 1-3/4" x 3/16" bearing bars at 1-3/16 inch on center with cross bars at 4 inches on center Stair treads shall be designed for 300 pound concentrated load with 33 1/3 percent impact. Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to the following AMICO Bar Grating IKG Borden McNichols Co Grating Pacific Inc 2.3 FABRICATION Fit and shop assemble components in the largest practical size for delivery and installation at site A. STRUCTURAL STEEL MEMBERS AND SECTIONS Fabricate and assemble structural assemblies in shop to greatest extent possible Fabricate items of structural steel in accordance with AISC Specifications and as indicated on final shop drawings Provide camber in structural members where indicated. Properly mark and match -mark materials for field assembly Fabricate for delivery sequence, which will expedite erection and minimize field handling of materials Where finishing is required, complete assembly, including welding of units, before start of finishing operations Provide finish surfaces of members exposed in final structure free of markings, burrs, and other defects Provide galvanized fasteners with zinc coated items, except as noted below For all items installed in submerged, intermittently submerged, or areas subject to splash and spill, or corrosive atmospheres, fasteners shall be 316 stainless steel The term fasteners includes nuts, bolts, washers, leveling nuts, and U -bolts (G&O #13001) 05500-5 B CONNECTIONS Weld or bolt shop connections, as indicated on the Plans or as specified. Bolt field connections, except where welded connections or other connections are indicated. C WELDED CONSTRUCTION Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. Assemble and weld built- up sections where indicated by methods which will produce true alignment of axes without warp D ZINC COATING Unless noted otherwise, where structural steel (ferrous metal) is exposed to weather, it shall be zinc coated or galvanized by the "hot -dip" method in accordance with ASTM A123 Provide the following minimum coating weight per square foot of actual surface 1 Steel 1/8 inch and 3/16 inch 2 Steel 1/4 inch and heavier 2 0 Ounces Average 1 8 Ounces Minimum 2 3 Ounces Average 2 0 Ounces Minimum Provide galvanized fasteners with zinc -coated items E HANDRAIL AND RAILINGS Unless noted otherwise, handrail and railing assemblies shall include a minimum 1/4" x 4" aluminum kick plate Fabricate components with joints tightly fitted and secured. Fabricate anchors and related components of the same material and finish unless noted otherwise Coordinate and accurately form components to suit stairs, landings and building structure All stair stringers shall have handrail installed on them, unless noted otherwise F GRATING AND STAIR TREADS Fabricate with bearing bars placed edgewise and joined by straight cross bars Do not notch, slot or cut bearing bars to receive cross bars Cross bars shall be secured to the main bearing bars to prevent turning, twisting, or coming loose Each of the cross bars shall be trimmed flush with (G&O #13001) 05500-6 outside face of bearing bars Grating shall be fully banded at ends and at all openings Provide anchorage as indicated on the Plans F ACCESSORIES Provide necessary accessories as required for complete installation of products Provide anchors, anchor bolts, plates, angles, hangers, struts, and other items required for connecting product to structure G ANCHORAGE TO SUPPORTING STRUCTURES For anchorage to supporting structures, provide 316 stainless steel fasteners for all aluminum items Provide tapered washers where required to avoid point loading of structural members PART 3 EXECUTION 3.1 EXAMINATION Verify that field conditions are acceptable and are ready to receive the work. 3.2 PREPARATION Clean and strip primed steel items to bare metal where site welding is required. Supply items required to be cast into concrete or embedded in masonry with setting templates Paint embedded aluminum items in accordance with Section 09900 3.3 ERECTION A. GENERAL Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads Remove temporary members and connections when permanent members are in place and final connections are made Provide temporary guy lines to achieve proper alignment of structures as erection proceeds B SETTING BASES AND BEARING PLATES Clean concrete bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces Clean bottom surface of base and bearing plates (G&O #13001) 05500-7 Set loose and attached base plates and bearing plates for structural members on wedges or other adjusting devices Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. Pack non -shrink grout solidly between bearing surfaces and bases or plates to ensure that no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure For proprietary grout materials, comply with manufacturer's instructions C FIELD ASSEMBLY Set structural frames accurately to lines and elevations indicated Align and adjust various members forming part of complete frame or structure before permanently fastening. Clean bearing surfaces and other surfaces that will be in permanent contact before assembly Perform necessary adjustments to compensate for discrepancies in elevations and alignment. Level and plumb individual members of structure within specified AISC tolerances Splice members only where indicated and accepted on shop drawings D ERECTION BOLTS On exposed welded construction, remove erection bolts, fill holes with plug welds, and grind smooth at exposed surfaces Comply with AISC Specification for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds Do not enlarge unfair holes in members by burning or by use of drift pins, except in secondary bracing member Ream holes that must be enlarged to admit bolts E REPAIR OF GALVANIZED WORK Galvanized work damaged during installation shall be repaired with a "hot stick method" using "Galv-bar " 3.4 INSTALLATION A. TOLERANCES (G&O #13001) 05500-8 Install items plumb and level, accurately fitted, free from distortion or defects Comply with the following tolerances Maximum Variation From Plumb 1/4 inch (6 mm) per story, non -accumulative Maximum Offset From True Alignment 1/4 inch (6 mm) Allow for erection loads, and provide sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments Handrail installation shall be sturdy and without play B BOLTING AND WELDING Field bolt and weld to match shop bolting and welding. Conceal bolts and screws whenever possible Field weld components as indicated on the Drawings Perform field welding in accordance with AWS D1 1 or AWS D1.2 Obtain Owner's approval prior to field cutting or making adjustments not scheduled on the shop drawings C COATINGS After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete complying with Section 09900 Field galvanizing shall be done by the "hot -stick method" utilizing "Galv-bar", or equal Spray -on zinc paint is not acceptable D DISSIMILAR MATERIALS Avoid direct fastening of dissimilar metals to one another Connections shall include means as required to isolate dissimilar metals from one another Possible methods of isolation include, but are not limited to, non- metallic bushings/washers at bolts, and epoxy paint coating of contact surfaces Intended means of isolation shall be noted on the submitted shop drawings See Section 09900 for epoxy paint requirements E ANCHORING GRATING All grating shall be mechanically fastened into place Provide plate fasteners or clips fasteners, as recommended by the manufacturer Where removable grating is specified on the Plans, fasteners shall be provided and installed to allow for easy removal of the grating. (G&O #13001) 05500-9 3.5 QUALITY CONTROL A. SHOP -BOLTED CONNECTIONS Inspect in accordance with AISC specifications B SHOP WELDING Inspect during fabrication of structural steel assemblies, as follows Certify welders and conduct inspections as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies Perform visual inspection of all welds C FIELD -BOLTED CONNECTIONS Inspect in accordance with AISC specifications D FIELD WELDING Inspect during erection of structural steel as follows Certify welders and conduct inspections as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies Perform visual inspection of all welds *** END OF SECTION *** (G&O #13001) 05500-10 DIVISION 7 THERMAL AND MOISTURE PROTECTION SECTION 07900 CAULKING AND SEALANTS PART 1 GENERAL 1.1 SCOPE The work specified in this Section applies to the furnishing of all labor, materials, tools, and equipment required to install caulking and sealants as called for on the Plans and as specified herein. All exterior wall joints and interior and exterior joints between all differing or dissimilar materials shall receive sealants to make the joint air and watertight. This includes concrete to concrete, concrete to sheet metal, etc 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 01740 Cleanup 03300 Cast -in -Place Concrete PART 2 PRODUCTS 2.1 POLYURETHANE SEALANT Provide two -component urethane elastomeric compound with 100 percent solids content and the following performance characteristics 150 psi tensile strength, when tested in accordance with ASTM D412, not more than 45 Shore "A" Hardness, 400 percent ultimate elongation, no apparent change and no increase in hardness, when exposed for a minimum of 3,000 hours in twin arc weatherometer with ultraviolet and water cycles Provide at expansion, construction, and control joints in exterior and interior concrete slabs or other horizontal or vertical surfaces where indicated on the Plans, and as specified Subject to Contract requirements, provide one of the following manufacturer's products Sika. ‘vww.sikaconstruction.com BASF Construction Chemicals, LLC Building Systems www.Buildin,System s.BASF.coin Tremco Commercial Sealant and Waterproofing ‘vww.tremcosealants corn (G&O #13001) 07900-1 2.2 PRIMERS Provide primer materials made by or recommended by the various Sealant or Caulking Manufacturers, 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. 2.3 JOINT BACKING MATERIALS A. FILLER FOR EXPANSION JOINTS IN EXTERIOR SLABS Provide preformed non-absorbent resilient material conforming to ASTM D1752, Type I, 1/2 -inch width X depth required to bring the top surface to within 1/2 inch of the slab surface, or as indicated on the Plans. B FILLER FOR EXTERIOR JOINTS Provide Sandell Manufacturing Company, "Polytite-B," or equal Provide backing material as required for sealants at exterior joints 2.4 WALL JOINTS (HORIZONTAL AND VERTICAL) Backer rod or backing material shall be closed cell PVC foam or expanded urethane, "Sonofoam" by Sonneborn, "Expandofoam" by Williams or equal Sealant primers, where required, shall be obtained from the same manufacturer (See requirements for primer compatibility with concrete curing compound in Part 3 below ) Provide polyurethane sealant at all wall and slab joints PART 3 EXECUTION 3.1 GENERAL Contractor shall confirm that these sealant and primer materials are compatible with the concrete curing compound used, or Contractor shall lightly sandblast and thoroughly clean concrete prior to application of caulking and sealant materials Exterior priming or sealant work shall not be done when it is raining or snowing, or when moisture therefrom, or dew, is present on surfaces All exterior dissimilar materials shall be sealed with elastomeric sealants at the joints between the different materials (G&O #13001) 07900-2 3.2 APPLICATION OF SEALANTS A. PREPARATION OF JOINTS Inspect surfaces of joints prior to application. Joint sealants shall be installed before other surface finishes are applied. All joints must be solvent cleaned, free of dust, oils and grease before receiving backing materials and sealant. Floor joints must be wire brushed, free of laitance or other residues Joints shall be completely dry before sealant work is done 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. With two component sealants, mask both sides of joints with masking tape to prevent soiling floor, slab, or wall beyond limits of the joint. 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, 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. Provide rope yarn in joints to receive caulking compound. Install foil or other suitable bond breaker between backing materials and sealant. C MIXING Where sealing materials require mixing, carefully mix components in strict accordance with the manufacturer's recommendations 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. (G&O #13001) 07900-3 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. Do not apply sealants to wet or damp surfaces nor in temperatures below 50 degrees F 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. Any joints over 1/2 -inch wide shall be reported to the Owner and instructions for correcting the applications will be given. 3.3 FINISHING OF JOINTS Before applying any sealing materials, verify that all contact surfaces have been uniformly coated with primer Replace any maskings that have been torn or damaged. Apply in continuous beads over backing, using only tools and equipment designed for application of the materials Fill all joints solid, with no voids Superficial pointing with skim bead shall not be acceptable 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. Finish by tooling, as necessary for watertight, clean, neat, uniform joints When applying sealant, do not permit thickness of sealant to exceed 1/2 of the width of the joint. 3.4 CLEANUP Upon completion, the Contractor shall remove and dispose of masking materials Remove any excess materials and clean adjacent surfaces free from any soil or stain resulting from sealing and caulking operations *** END OF SECTION *** (G&O #13001) 07900-4 DIVISION 9 FINISHES 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. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 03300 Concrete 07900 Caulking and Sealant Division 5 Metals Division 15 Mechanical Division 16 Electrical 1.3 REFERENCED STANDARDS The following standards are referenced and shall be considered a part of these Specifications American National Standards Institute (ANSI) A159 1, Surface Preparation Specifications, Z53 1, Safety Color Code for Marking Physical Hazards (G&O#13001) 09900-1 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. 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 (G&O#13001) 09900-2 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 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 Owner to determine that the coatings proposed are equivalent to 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. (G&O#13001) 09900-3 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 Owner 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 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, (G&O#13001) 09900-4 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 unless specified otherwise 2 Surface Preparation Near -white blast cleaning, SSPC-SP-10 3 Coatings Shop Primer System Coat One Product Omnithane Series 1 MDFT 2 5 to 3 5 mils Field Finish System Coat One Product PermaShield Tnemec Series 446-1222 Gray MDFT 6 to 9 mils Coat Two (G&O#13001) 09900-5 Product PermaShield Tnemec Series 446-1222 Gray MDFT 6 to 8 mils Total MDFT 15 0 mils B NON -SUBMERGED METAL - MILD CONDITIONS 1 Scope This Section shall apply to all metal which is not submerged but is located indoors which is not subject to splashing from sewage, water, sludge, oil and grease or other corrosive materials unless specified otherwise 2 Surface Preparation Commercial blast cleaning, SSPC-SP-6 3 Coatings Shop Primer System Coat One Product Omnithane Series 1 MDFT 2 5 to 3 5 mils Field Finish System Coat One Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Coat Two Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Total MDFT 11 0 mils C 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, sludge, oil and grease or other corrosive materials unless specified otherwise (G&O#13001) 09900-6 2 Surface Preparation Near -white blast cleaning, SSPC-SP-10 3 Coatings Shop Primer System Coat One Product Omnithane Series 1 MDFT 2 5 to 3 5 mils Field Finish System Coat One Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Coat Two Product Endura -Shield III Tnemec Series 73 MDFT 3 to 5 mils Total MDFT 10 0 mils D COATING OF FACTORY NON -APPROVED FINISHES 1 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 2 Surface Preparation Factory coating is to remain. Provide clean surfaces, lightly sand 100 percent of the surfaces, then provide solvent cleaning, SSPC-SP-1 3 Coatings Primer System Coat One Product Typoxy Tnemec Series N27 MDFT 2 to 3 mils Finish System Coat One Product Endura -Shield III Tnemec Series 73 (G&O#13001) 09900-7 MDFT 3 to 5 mils Total MDFT 5 0 mils E STRUCTURAL STEEL - MILD CONDITIONS 1 Scope This Section shall apply to all interior structural steel Items which are interior but may be exposed to splashing of liquids or corrosives shall be coated for severe conditions 2 Surface Preparation Commercial blast cleaning, SSPC-SP-6 3 Coatings Shop Primer System Coat One Product Omnithane Series 1 MDFT 2 5 to 3 5 mils Field Finish System Coat One Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Coat Two Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Total Field applied MDFT 11 0 mils F STRUCTURAL STEEL - SEVERE CONDITIONS 1 Scope This Section shall apply to all exterior structural steel components and structural steel items which are interior but may be exposed to splashing of liquids or corrosives 2 Surface Preparation Near -white blast cleaning, SSPC-SP-10 (G&O#13001) 09900-8 3 Coatings Primer System Coat One Product Series 1 Omnithane MDFT 2 5 to 3 5 mils Finish System Coat One Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Coat Two Product Endura -Shield III Tnemec Series 73 MDFT 3 to 5 mils Total MDFT 10 0 mils G 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, or similar type of structure Non - immersion service is covered elsewhere in this Specification. 2 Surface Preparation Provide surface profile in accordance with ASTM D 4417, Method C 3 Coatings Primer System Coat One Product Omnithane Series 1 MDFT 2 5 to 3 5 mils Finish System Coat One Product Hi -Build Epoxoline Tnemec Series 446 MDFT 8 to 10 mils (G&O#13001) 09900-9 Coat Two Product Hi -Build Epoxoline Tnemec Series 446 MDFT 8 to 10 mils Total field applied MDFT 16 0 mils H. 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 2 Surface Preparation Provide surface profile in accordance with ASTM D 4417, Method C 3 Coatings Primer System Coat One Product Omnithane Series 1 MDFT 2 5 to 3 5 mils Finish System Coat One Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Coat Two Product Endura -Shield III Tnemec Series 73 MDFT 3 to 5 mils Total MDFT 10 0 mils I. GALVANIZED SURFACE TOUCHUP 1 Scope This Section shall apply to all galvanized surfaces, which have received minor damage to the galvanized surface during construction. (G&O#13001) 09900-10 2 Surface Preparation Power tool cleaning, SSPC-SP-3 3 Coatings Paint System Product Tnemec-Zinc Tnemec Series 90-97 MDFT 3 to 5 mils Total MDFT 3 5 mils J ALUMINUM BURIED IN CONCRETE - DISSIMILAR METALS 1 Scope This Section shall apply to all surfaces, which are conducive to corrosion due to interactions between dissimilar metals, or to chemical reactions, to include embedments in cast -in-place or precast concrete or masonry grout. This Section applies to aluminum, hot -dipped galvanized steel, and any other metals that have a dissimilar metals or chemical reaction concern when installed or embedded in concrete, or against concrete, mortar or grout. 2 Surface Preparation Lightly sand with 150 grit sandpaper to degloss and roughen surfaces Solvent cleaning, SSPC-SP-1 3 Coatings Finish Coat Product Hi -Build Epoxoline Tnemec Series N69 MDFT 4 to 6 mils Total MDFT 4 0 mils K. BURIED CONCRETE EXTERIOR SURFACES 1 Scope This Section shall apply to buried exterior concrete surfaces where noted on the Drawings Coat following installation of pipe penetrations and grout, and prior to caulking. (G&O#13001) 09900-11 2 Surface Preparation Concrete surfaces shall be clean and dry Allow 28 days cure time for concrete, or until surface passes the ASMT D4263 Plastic Mat test (may be less than 28 days for various grout mixes) SSPC SP13 preparation of concrete surfaces to a standard profile of ACRI CSP 3-5 on all concrete surfaces to be coated. For recoating and repair, mechanically abrade coating surface to provide the ACRI CSP 3-5 standard profile Grout all joints, pipe penetrations, lift holes, and hardware pockets with Tnemec Series 218 MortarClad, prior to providing surface filler coat. 3 Coatings Surface Filler. Product Tnemec Series 218 Mortar Clad MDFT 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. Finish System (1) Product Tnemec Series 141 PotaPox MDFT 16 mils DFT High Water Table Alternative Finish System (2) Product Tnemec Series 264 Elasto-Shield MDFT 70 to 80 mils DFT (G&O#13001) 09900-12 2.3 COLORS A. GENERAL Paint colors used for the finish coatings on process equipment, piping and building surfaces shall conform to the following schedules 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 Owner, shall be recoated in the field in accordance with these Specifications Color samples shall be submitted to the Owner for approval prior to application of any field coatings Electrical conduit shall be painted to match adjacent ceiling or wall surfaces as approved by the Owner Vent lines shall be painted to match surfaces they adjoin, otherwise gray 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 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 Owner 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 (G&O#13001) 09900-13 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 Owner 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 Owner 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 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 (G&O#13001) 09900-14 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 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 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 (G&O#13001) 09900-15 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 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 Owner 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 AND CONCRETE BLOCK MASONRY The Contractor shall allow new concrete and concrete block masonry 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 (G&O#13001) 09900-16 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 and shall fill concrete block masonry surface with an epoxy block filler as specified. As a minimum, the Contractor shall brush off blast clean surfaces The Contractor shall prepare the surface as specified elsewhere in these Specifications E PREPARATION BY SANDBLASTING The Contractor shall not sandblast surfaces that will be wet after blasting and before painting. The Contractor shall apply primer to sandblasted 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 sand 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 sandblasted surfaces shall be not less than 1 mil or greater than 2 mils, unless required otherwise 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 sandblast sand to the area being blasted, shall provide shields of polyethylene sheeting or other such barriers to confine sand and shall plug pipes, holes or openings before sandblasting and keep them plugged until the sandblasting operation is complete and the sand is removed. The Contractor shall protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from sandblasting. The Contractor shall reblast surfaces not meeting the requirements of these Specifications (G&O#13001) 09900-17 3.4 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 is of uniform finish and color The Contractor shall not apply consecutive coats until the Owner 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 Owner All pipe, pipe supports, and pipe hangers that will be painted shall have surface preparation and coatings applied prior to installation. (G&O#13001) 09900-18 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 Owner, 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 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 (G&O#13001) 09900-19 9 New machinery and equipment except: a. Electrical panels, b Switchboards, c Switchgear; d. Safety switches, e Motor starter equipment; 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 (G&O#13001) 09900-20 6 Ferrous metals 7 Exposed wood. 8 Plaster surfaces 9 Concrete block to be sealed, paint interior surfaces only 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. (G&O#13001) 09900-21 3.5 FIELD QUALITY CONTROL The Contractor shall be responsible for performing, testing and assuring conformance with all requirements of these Specifications 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 Owner 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 Owner showing the above information plus results of wet film and dry film thickness tests Provide four copies of final test report. 3.6 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 (G&O#13001) 09900-22 3.7 PAINT THICKNESS All paint thicknesses specified herein are minimum dry film thickness (NIDFT) 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 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 *** END OF SECTION *** (G&O#13001) 09900-23 DIVISION 15 MECHANICAL 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 02300 Earthwork 09900 Painting Division 15 Mechanical Division 16 Electrical 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 (G&O#13001) 15050-1 1.4 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 Execution of this Section. 2.2 DUCTILE IRON PIPE AND FITTINGS A. GENERAL 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 fittings Fittings shall not be "Tyton" or other push -on type joint. (G&O#13001) 15050-2 The exterior of buried ductile iron pipe and pipe in contact with concrete shall be coated with an asphaltic coating. All bolts, buried and unburied, shall be coated with Armite Anti -Seize Compound No 609, or equal, prior to installation. 2.3 CERTIFICATION: The Contractor shall submit certification from the manufacturer of the pipe as to the pipe material and that the pipe meets or exceeds the required testing to include any catalog literature on the pipe Only pipe manufactured in the United States of America will be acceptable 2.4 POSITIVE IDENTIFICATION: All PVC pipe shall be coded in accordance with the applicable material standard to eliminate future confusion and prevention of accidental damage and service interruption of the facilities PVC pipe used for sanitary sewer collection lines shall be green in color 2.5 PIPE STORAGE: All types of plastic pipe shall be stored in a manner that the pipe will not be deformed as recommended by the manufacturer PVC pipe is subject to potential degradation when exposed to prolonged periods of sunlight. Material degradation is generally indicated by a discoloration of the pipe PVC pipe shall be stored inside a building, under a cover or covered up totally All discolored pipe shall not be installed and shall be immediately removed from the project. 2.6 PVC PIPE AND FITTINGS All PVC pipe shall be PVC, Cast Iron pipe equivalent OD, Class 125, D.R. 32 5, conforming to the requirements of AWWA C905 Pipe joints shall be Basketed. Solvent -cement joints will not be acceptable Fittings for PVC pipe 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. 2.7 MISCELLANEOUS FITTINGS (G&O#13001) 15050-3 A. 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. 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 appurtenances shall be new and unused. The type of pipe to be installed shall be as approved by these specifications or unless otherwise shown on the project construction drawings Pipe and appurtenances shall be handled in such a manner as to ensure delivery to the trench in sound, undamaged condition. Particular care shall be taken to prevent damage to any pipe coating. 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 interior of the pipe shall be thoroughly cleaned of foreign material before being lowered into the trench and shall be kept clean during construction operations When work is not in progress, the open ends of pipe shall be securely closed so that no foreign materials will enter the pipe Any section of pipe found to be defective before or after installation, shall be replaced with sound pipe, or repaired in a manner satisfactory to the Owner, without additional expense to the Owner Pipe shall be laid to line and grade as shown on the project construction plans The bedding of the trench shall be graded and prepared to provide a firm and uniform bearing throughout the entire length of the pipe barrel Suitable excavation shall be made to receive the bell of the pipe and the joint shall not bear upon the bottom of the trench. All adjustment to the line and grade shall be made by scraping away or filling in with pipe zone material under the body of the pipe, and not by wedging or blocking. When existing underground improvements may reasonably be expected to conflict with (G&O#13001) 15050-4 the line or grade established for the new sewer line, the Owner shall request the Contractor to excavate as necessary to expose and locate such potentially conflicting underground improvements prior to laying the new pipe Any adjustment in line or grade which may be necessary to accomplish the intent of the construction plans will be made, and the Contractor will be paid for any additional work resulting from such change in line or grade in the manner provided for in the General Conditions 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. Pipe shall be laid upgrade in a continuous operation from structure to structure, with the bell end of the pipe upgrade unless otherwise permitted by the Owner 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 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 LINE LOCATOR. (G&O#13001) 15050-5 Prior to completely backfilling the sewer excavation, install a green metalized detectable warning tape 12" to 18" below finished grade The tape shall be detectable with a standard metal pipe locator The tape shall be a minimum of 2 inches wide and inscribed at 10 -foot intervals with the words, "CAUTION BURIED SEWER LINE BELOW" The tape shall be constructed of material that is impervious to alkalis, acids, chemical reagents, and solvents found in the soils 3.2 PIPE JOINING A. All plastic pipe which is connected to a manhole, junction box, inlet or similar structure shall be installed with an approved manhole connection adapter or water -stop such that each connection is leak -free and that there is no detrimental affect resulting from the material property characteristic differences between the plastic pipe and the structure B Prior to the laying of pipe, each pipe component shall be inspected for damage and cleaned. Damaged components shall be rejected or repaired. C If unusual joining resistance is encountered or if the insertion mark does not reach the flush position, disassemble the joint components and repeat the assembly steps Note that fitting bells may permit less insertion depth than pipe bells When mechanical equipment is used to assemble joints, care should be taken to prevent over insertion. Mechanical joint piping shall be installed in best trade practice with torque wrenches used to avoid overstressing bolts 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. 3.3 PIPE BEDDING All pipe shall be bedded as specified in Section 02300 3.4 TESTING A. GENERAL 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 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 Owner After compliance with test requirements and approval of (G&O#13001) 15050-6 the Owner, 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. 1 Air Testing An Air Test may be conducted under all conditions of groundwater levels surrounding the sanitary sewer pipe If the groundwater is above the crown of the pipe, the air pressure shall be increased by an increment equal to the pressure exerted by the groundwater over the pipe The procedure for conducting an Air Test shall be as follows a. Clean the pipe section (manhole to manhole reach of sewer) being tested by propelling a snug -fitting inflated ball, or other adequate method, through the pipe with water It is important that the pipe is thoroughly wetted if consistent results are to be expected. b Plug all pipe outlets with pneumatic plugs The pneumatic plugs shall be able to resist internal testing pressures without requiring external bracing. Give special attention to house laterals c Determine the groundwater level surrounding the section of sewer under test. If the groundwater level is above the crown of the pipe, the test pressures shall be increased by 0 43 psig for each foot of water above the average elevation of the crown of the pipe If the average vertical height of groundwater above the pipe invert is more than 12 7 feet, the section so submerged shall be tested using 9 0 psig as the starting test pressure In no case should the starting test pressure exceed 9 psig. d. Introduce air slowly to the section of pipe under evaluation until the internal air pressure is raised to 4 0 psig plus any increase required by a high groundwater level Allow the air pressure to stabilize Air may be added slowly to maintain a pressure in the 3 5 to 4 0 psig (plus groundwater allowance) for two minutes (G&O#13001) 15050-7 e After the stabilization period, when the pressure reaches exactly 3 5 psig (plus groundwater allowance) the stopwatch is started and when the pressure reaches exactly 2 5 psig (plus groundwater allowance) the stopwatch is stopped. f If there has been no leakage (zero psi drop) after one hour of testing, the test section shall pass the leakage test. If the time required for a one pound pressure drop is not less than the allowable time for the pipe section under test to lose air, the section shall pass the leakage test. In all cases where an Air Test is conducted, the manholes shall be tested separately as previously specified. g. All persons conducting an Air Test must be aware that an Air Test may be dangerous if improperly conducted. It is extremely important and essential that all plugs be properly installed and braced by the CONTRACTOR in such a way that blowouts are prevented. h. The following table will be used to determine the required test duration for the section of line being tested. Pipe Diameter (inches) Minimum Time (min.sec) Maximum Length for Minimum Time (feet) Time for Longer Length (seconds) 42 48 00 57 41 883*L 2 Televised Inspection After the gravity sewer lines have been cleaned, flushed and manhole channeled, the Contractor shall provide a complete televised inspection. Television inspection and documentation is considered incidental and shall be included in the construction item's unit cost unless otherwise specified in the Bid Proposal The Contractor shall perform a complete televised inspection of the sewer pipe and appurtenances and shall provide to the Owner, a DVD color audio-visual recording of the inspections together with a written log of the television inspection. The camera shall be a pan and tilt type equipped with adequate light and focusing to allow inspection of sewer mainand full circumference inspection (G&O#13001) 15050-8 of main line joints and fittings The Owner shall determine if the quality of the televising is acceptable Immediately prior to the televised inspection, the Contractor shall run water through each sewer line for 5 to 10 minutes to provide water for detection of any adverse grade sections visible by the presence of ponded water The camera shall be stopped periodically at the ponded areas and the depth of water shall be measured with a ball of known diameter on the pull line During the inspection, all fittings shall be logged as to exact location within 1 percent maximum error in measurement, wherein accuracy is checked with various fittings and the terminating manhole The Owner shall be notified 48 hours prior to any television inspection and this work shall be performed on a schedule to allow the Owner to witness the inspection. The Contractor shall be responsible for subsequent televising when line repairs are required or when the previous televising is not satisfactory to the Owner *** END OF SECTION *** (G&O#13001) 15050-9 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 01600 Materials and Equipment 01800 Testing, Commissioning, and Training 09900 Painting 15050 Piping Systems 15100 Valves 15400 Plumbing 16050 Basic Electrical Materials and Methods 16130 Raceways and Boxes 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 UPC Uniform Plumbing Code (G&O#13001) 15066-1 1.4 SUBMITTALS In accordance with the requirements of Section 01300, submit the following project data prepared by a licensed Professional Engineer. 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 6 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. (G&O#13001) 15066-2 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 316 stainless steel for outdoor use and submerged application. Pipe and conduit clamps and hangers shall be as manufactured by Anvil or approved equal and shall be as follows Type Pipe Size (In.) Pipe Material Grinnell Figure Split Ring 3/4 to 6 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 4 to 30 All type 260 Pipe Clamp 4 to 18 All type 216 Socket Clamp 4 to 24 Cast Iron 590 Stanchion Saddle 4 to 12 All type 259 Adjustable Saddle Support 3 to 24 All type 264 Riser Clamp 2 to 8 All type 40 Adjustable Pipe Roll 6 to 12 Stainless Steel 174 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 (G&O#13001) 15066-3 C Power -Fast, Powers Fasteners, Inc 2.6 PROTECTION SADDLES Protection saddles shall be used for protecting pipe insulation against damage at pipe supports or as shown on the Drawings 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 162 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 Section 1613 Seismic Design Category D with Ss=0 503 and S1=0 207g additional seismic information can be found in the Plans 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 (G&O#13001) 15066-4 induced into the pipe or connected equipment. Allow clearances for pipe expansion and contraction. 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 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 *** (G&O#13001) 15066-5 SECTION 15120 GATES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the sluice gates 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 11000 General Equipment Requirements 15121 Gate Electric Motor Operators 1.3 SUBMITTALS The Contractor shall submit certified shop and erection drawings, produce information and calculations in accordance with Section 01300 verifying that the product provided meets the requirements set forth in the Specifications 1.4 QUALITY ASSURANCE The gates, operators, operating stems, and appurtenances specified under this section shall be furnished by a single manufacturer who has been building said equipment for a minimum of 10 years The gate assemblies, including stems, stem guides, and manual operators shall be a standard product of the gate supplier and shall be manufactured and assembled at the gate suppliers manufacturing facility PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS A. SLUICE GATES The sluice gates shall be Rodney Hunt, Whipps, or Hydro Gate No other gate manufacturers shall be allowed. (G&O#13001) 15120-1 The structural, mechanical and electrical designs shown on the Plans are based on the equipment manufactured by Rodney Hunt. Any modifications to the mechanical, structural, electrical, instrumentation and control, and other portions of the work that may be required to adapt the general layout, motor and control wiring and details shown on the Plans to the equipment actually furnished shall be at no additional cost to the Owner All necessary design revisions shall be made at the Contractor's sole expense All redesign information prepared by the Contractor shall be submitted for review prior to incorporating the redesign into the work. 2.2 GENERAL A. SLUICE GATES Sluice gates will be cast iron, fully bronze mounted, and will have side wedges for seating head conditions and side, top, and bottom wedges for unseating head conditions All gate components will be designed to safely withstand the heads listed in the Sluice Gate Schedule Leakage shall be no more than 0 1 gpm per perimeter foot for seating heads up to 50 feet, and for unseating heads up to 30 feet. B FRAME The frame will be of cast iron with mounting flange and rectangular or circular opening as indicated on the plans All contact surfaces of the frame will be machined. The frame will have machined dovetailed grooves on the front face into which bronze seat facings shall be driven and machined to a 63 micro -inch finish. The back of the frame will be machined to bolt directly to the machined face of a wall thimble, pipe flange, or for mounting on the concrete Frames for sluice gates, greater than 24" wide, subject to unseating heads will have integrally cast pads machined with keyways to receive top and bottom wedge seats C DISC OR SLIDE The disc will be of cast iron, one-piece construction, rectangular with integrally cast vertical and horizontal ribs A reinforcing rib along each side will be provided to insure rigidity between the side wedges The disc will have machined dovetailed grooves on the seating face into which bronze seat facings shall be driven and machined to a 63 micro -inch finish. A tongue on each side, extending the full length of the disc, will be machined on all sides with a 1/16" clearance maintained between the disc tongue and gate guide groove Wedge pads for side, top, and bottom wedges, when required, will be cast integrally on the disc and machined to receive adjustable bronze wedges A heavily reinforced nut pocket will be (G&O#13001) 15120-2 cast integrally on the vertical centerline and above the horizontal center, and be of such shape to receive the square -backed thrust nut. D GUIDES The guides will be cast iron, one-piece, designed to withstand the total thrust due to water pressure and the wedging action. The guides will be machined on all contact surfaces, and a groove will be machined the entire length of the guide to allow 1/16" clearance between the disc tongue and guide groove The guides will be of such length as to retain and support at least one half the disc in the full open position. The guides will be integrally cast with or attached to the frame with silicon bronze or stainless steel studs and nuts, and will be dowelled to prevent any relative motion between the guides and frame On sluice gates over 48" wide, a reinforcing rib extending from the guide flange over the top of the wedge seat will be provided. Bronze wedge seats will be securely attached to machined pads on the guides E WEDGES The wedges will be solid cast bronze, machined on all contact surfaces They will be attached to the disc with studs and nuts and will have adjusting screws with lock nuts F SEAT FACINGS All seat facings will be malleable extruded bronze of a composition which will increase in wearing ability with cold working. The extruded seat facings will be of special shape to fill and permanently lock in the machined dovetailed grooves when driven into place Attaching pins and screws will not be allowed. The installed seat facings will be machined to a 63 micro -inch finish or better G STEMS The operating stem will be of a size to safely withstand, without buckling or permanent distortion, the stresses induced by normal operating forces The operating stem will be stainless steel In addition, the stem will be designed to transmit in compression at least 2-1/2 times the rated output of the floor stand or bench stand with a 40 pound effort on the crank or hand wheel The threaded portion of the stem will have machine cut threads of the 29° Acme type Stems of more than one section will be joined by bronze couplings threaded and keyed to the stems All threaded and keyed couplings of the same size will be interchangeable Manually operated, rising stem gates will be provided with an adjustable stop collar on the (G&O#13001) 15120-3 stem above the floor stand lift nut. H. STEM GUIDES Stem guides will be cast iron, bronze bushed, mounted on cast iron brackets They will be adjustable in two directions and will be spaced at sufficient intervals to adequately support the stem. Stem guide spacing will not exceed and L/r ratio of 200, and will not be spaced greater than 10 feet except where required by gate travel I. MANUALLY OPERATED OFF SET FLOORSTAND Manual operation will be by hand wheel, as indicated on the plans and specified in the Gate Schedule Hand wheel operator type will be without gear reduction. Hand operator type will be provided with a threaded cast bronze lift nut to engage the operating stem Roller bearings will be provided above and below a flange on the operating nut to support both opening and closing thrusts Offset floor stands will operate the gates under the specified operating head with not greater than a 40 pound pull on the hand wheel Gears, where required, will be steel with machine -cut teeth designed for smooth operation. The stainless steel pinion shafts on crank operated floor stands, whether single or double ratio, shall be supported on tapered roller bearings or needle bearings All components will be totally enclosed in a cast iron case and cover Positive mechanical seals will be provided on the operating nut, and the pinion shaft is to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. Lubricating fittings will be provided for the lubrication of all gears and bearings Removable hand wheel or crank will be designed for rough treatment and minimum weight. Floor stands will include a high strength pedestal designed offset to position the input, shaft, or hand wheel approximately 36" above the operating floor An arrow with the word "open" will be permanently attached or cast on the floor stand, or hand wheel indicating the direction of rotation to open the gate Note that the base bid shall include the manual operator as described herein for the 12 -inch outfall pipes Electric motor operators shall be provided as additive bid item No 2 Refer to specification 01200 for more information on additive bid items J SELF-CONTAINED GATES The self-contained sluice gate will have extended side guides to allow the gate to fully open. The heavily designed cast iron or structural steel yoke, (G&O#13001) 15120-4 attached to machined pads on the side/guides, will have a machined bearing surface for the stem thrust collar or a mounting plate for the operator The gate operating thrust will be transferred to the yoke by the stem thrust collar or operator The threaded operating stem will be stainless steel and furnished as part of the sluice gate assembly Large self-contained sluice gates or self-contained sluice gates with extreme operating thrust will be arranged for rising stem operation. Operation will be by hand wheel A bronze thrust nut in a nut pocket at the top of the disc shall engage in the stem threads and open and close the gate disc as it travels up or down the operating stem The stem will not project into the clear opening of the sluice gate K. ANCHOR BOLTS All necessary attaching bolts and anchors bolts shall be stainless steel and shall be furnished by the slide gate manufacturer 2.3 PAINTING Gates shall be painted in accordance with Section 09900 - 2.2A and 09900 — 2 2C of these Specifications Nameplates, drain holes, vent openings, or lubrication fittings shall not be permitted. *** END OF SECTION *** (G&O#13001) 15120-5 DIVISION 16 ELECTRICAL SECTION 16010 BASIC ELECTRICAL REQUIREMENTS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes 1 General requirements for electrical work. a. Systems Descriptions b Area classifications c Submittals d. Records e Coordination B Related Sections include but are not necessarily limited to 1 General Conditions 2 Division 1 - General Technical Requirements 3 Division 2 - Site work. 4 Division 3 - Concrete 5 Division 11 - Equipment. 6 Division 13 - Special Construction. 7 Division 14 - Conveying Systems 8 Division 15 - Mechanical C Installation of systems and equipment is subject to clarification as indicated in reviewed shop drawings and field coordination drawings 1.3 WORK DESCRIPTION A. Provide the labor, materials, and equipment necessary to furnish, install, and place into operation the power, lighting, instrumentation, control, alarm, and associated electrical systems of this Contract. B Provide functioning systems in compliance with manufacturer's instructions, performance requirements specified or indicated, and modifications resulting from reviewed shop drawings and field coordinated drawings C Provide electrical connections to motors, instrumentation, controls, meters, and any other electrical device installed or provided as part of the project. 16010-1 D Test, adjust and calibrate equipment and start-up all electrical equipment, instrumentation equipment, and its associated mechanical attachments as necessary to place the project into operation. E Mark and identify circuits, equipment, and enclosures with wire numbers, nameplates, and warning signs 1.4 SYSTEMS DESCRIPTIONS A. Provide complete 480Y/277 and 208Y/120 volt power distribution systems including raceways, wiring, and power supply to equipment B Provide complete area lighting and site lighting system including all lighting fixtures, raceways, wiring, poles, pole foundations, photoelectric and switching/control equipment. 1.5 AREA CLASSIFICATIONS A. Areas of the project are classified as "damp" or "wet" as defined in Article 100 - Definitions of the NEC For the purposes of this specification, areas considered as damp under the NEC shall be considered wet. Areas are also classified as wet as listed below. 1 Areas outdoors or underground. 2 Areas in below grade vaults, manholes, or pullholes 3 Areas in buildings or structures that are below grade B Corrosive Areas Corrosive areas are those areas where equipment or devices will be exposed to gases, fumes, vapors, liquids, or other agents that have a deteriorating effect on the device or equipment. Corrosive areas are generally indicated on the drawings and/or noted in these specifications The following shall be considered Corrosive Locations a. Outdoor areas b Areas below grade in vaults, structures, manholes, pullholes, junction boxes etc C Process Areas 1 Discharge Structure 2 Diversion Structure 1.6 DEFINITIONS A. Outdoor Areas 1 Those locations on the Project site where the equipment is normally exposed to wind, dust, rain, snow, or similar natural environmental conditions B Indoor Areas 1 Those locations on the Project site where the equipment is normally protected from wind, dust, rain, snow, and similar natural environmental conditions by a building or structure with a complete floor-wall-roof/ceiling enclosure 16010-2 C Shop Fabricated 1 Manufactured or assembled equipment for which a NRTL test procedure has not been established. D NRTL Nationally Recognized Testing Laboratory E NEC National Electrical Code F NFPA. National Fire Protection Association G NECA. National Electrical Contractors Association 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910 7, or a full member company of the InterNational Electrical Testing Association (NETA) 1 Testing Agency Field Supervision Use persons currently certified by NETA or the National Institute for Certification in Engineering Technologies, or equal, to supervise on-site testing specified in Part 3 2 Comply with NEC for components and installation. 3 Comply with WAC and RCW requirements B Listing and Labeling: Provide products specified in these specifications that are listed and labeled. 1 The Terms "Listed and Labeled" As defined in the NEC, Article 100 2 Listing and Labeling Agency Qualifications A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910 7 3 Comply with WAC and RCW requirements C Electrical Component Standard Provide components that comply with NFPA 70 D When a specific code or standard has not been cited, the applicable codes and standards of the following code -making authorities and standards organizations apply 1 American Association of State Highway and Transportation Officials (AASHTO) 2 American Iron and Steel Institute (AISI) 3 American National Standard Institute (ANSI) 4 American Society for Testing and Materials (ASTM) 5 ETL Testing Laboratories, Inc (ETL) 6 Insulated Cable Engineers Association (ICEA) 7 Institute of Electrical and Electronic Engineers (IEEE) 8 Illuminating Engineering Society of North America (IES) 9 Instrument Society of America (ISA) 16010-3 10 Joint Industrial Council (JIC) 11 Lightning Protection Institute (LPI) 12 National Electrical Manufacturers Association (NEMA) 13 National Fire Protection Association (NFPA) 14 Occupational, Health and Safety Administration (OSHA) 15 Underwriters Laboratories, Inc (UL) E In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, plans and specifications, or within either document itself, the more stringent condition governs 1.8 SUBMITTALS A. See Section 01300 B Make submittals as soon as practicable after the date of notice to proceed, but prior to purchase, fabrication, or installation of materials or equipment Make submittals as a single package for each specification section or group related sections in one submittal, with proposed products and materials grouped according to the sections specified in Division 16 Do not split submittals having a common bill of materials Group Division 16 submittals with Division 13 submittals where submittals have related items C Submit short circuit report, and arc flash studies with or before the submittal information for panelboards and circuit breakers and similar items that may affect or be affected by each study D Product Data. 1 Provide manufacturer's product technical data, including, but not limited to a. Identification of the manufacturer b Manufacturer's product descriptive bulletin. c Current, voltage, nameplate, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Plans d. Equipment weights and dimensions 2 Clearly indicate by using arrows or brackets precisely what is being submitted on. Designate optional accessories, which are being included and those which are excluded in the submittal E Shop Drawings Submit Shop Drawings containing detailed drawings, diagrams and instructions for installing, operating and maintaining the material and equipment proposed for installation in the electrical work. 1 See individual Division 16 sections for specific additional requirements 2 Prior to submittal, coordinate the electrical equipment (particularly switchgear, motor control equipment, switchboards, control panels, and instrumentation) and materials, with other applicable 16010-4 equipment and systems of the contract documents, particularly process equipment and systems Any modifications to the electrical equipment or other equipment, due to the use or submittal of process or other equipment which is different from that specified, shall be reflected in the submittal of the electrical equipment so affected. (Refer also to section 01300, 1 1 SCOPE) a. Where electrical equipment submitted by the Contractor is a different size than the scaled dimensions shown on the plan, section or elevation drawings of the Contract Documents or requires clearance (for Code compliance, ventilation or other reasons), the Contractor shall mark and submit copies of the Contract Documents (or provide a modified AutoCAD drawing) showing the actual size of the proposed equipment, its placement drawn to scale in red pencil on the copies and any necessary clearances which demonstrate the suitability of the proposed equipment for the conditions of installation i e adequate space, clearance etc Submittals which do not meet this requirement will be rejected as incomplete b Where equipment dimensions, layout, conduit connection routing, or conductor and conduit quantities, sizes or types are required to be different than indicated on the Contract Plans to accommodate the submitted equipment, the submittal shall clearly indicate the required changes (increased sizes, ratings of equipment or devices) and shall note that they are being provided to accommodate the submitted equipment without additional cost. The submittal shall indicate increased ratings, sizes Submittals which do not meet this requirement will be rejected as incomplete c Enclosures for equipment submitted by the Contractor shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans Submittals which do not meet this requirement will be rejected. d. Lugs or connections for equipment submitted by the Contractor shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans Submittals which do not meet this requirement will be rejected. 3 Provide technical drawings as follows a. Provide diagrams and drawings similar to the Contract Plans and named in a similar fashion for all technical drawings submittals b Use diagrams and symbols for shop drawings that conform to Joint Industry Conference (JIC) Electrical Standards for Industrial Equipment and/or NEMA, Industrial Control Systems, ANSI and IEEE standards, latest revisions Prepare drawings on size A, B or D sheets in a format similar to the 16010-5 Contract Plans or other nationally recognized drawing standard. F Clearly indicate on submittals that equipment or material is NRTL listed or is constructed utilizing listed or recognized components Where a NRTL standard has not been established clearly identify that no NRTL standard exists for that equipment. G Operation and Maintenance Manuals 1 See specific sections for information specific to each type of equipment which is to be included in O&M manuals 2 Provide preliminary manuals of each equipment item to the Owner for review no later than when the electrical equipment is submitted for approved and final copies before the equipment is shipped to the job site Drawings and Bill of Materials included in final manuals shall show "as shipped" wiring and components Provide updates to the final manuals with Record Drawings of the work upon completion of the work, folded and punched for insertion into the manual after they are reviewed by the Owner 3 Clearly indicate by using arrows or brackets precisely what has been provided. Designate optional accessories, which are being included and those which are excluded in the manual 4 Final manuals for the electrical system shall consist of 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. a. Provide manufacturer's installation, operation, maintenance, and service information for each item of equipment furnished under Division 16 b Assemble and index each section listing the contents individually on the tab divider for that section. c Compile a spare parts list and a suppliers index for each section and assemble in the section provided. d. Assemble records of tests, measurements, and calibration settings made for each device Provide Record Drawings of the work upon completion of the work. Fold, punch, and insert these records into the manual after they are reviewed by the Owner 1.9 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions Show changes from the Contract Documents plan drawings including routing of raceways, stubups, actual equipment and fixture locations, equipment sizes and dimensions and building or structure outline changes Review the drawings with the Owner as the work progresses whenever requested and provide color copies of record drawings when requested. 16010-6 At the end of the end of the project, forward to the Owner a complete set of drawings marked in red pencil in a manner consistent with the Contract Plans, indicating the changes made on the job Equipment furnished under this Contract for use on future work and all concealed materials, including conduits, shall be dimensioned from visible and permanent building/structure features or drawn to scale on the record drawings B Record voltage, current, and megohmeter and ground ohmer resistance test measurements made on the electrical work, the size, type and settings of trip units, fuses, and overload relay elements installed in the equipment. Record the setting of all pressure, temperature, level, and similar instrumentation and control devices When the project is operating, turn over these records to the Owner C Digital Record Photographs 1 Requirements for the Photographs a. Digital photographs shall be at the native resolution of the camera. The file format of the photographs shall be JPEG using the modest compression. (Where the compression levels are described, the typical description of the compression level might be "good" ) b JPEG files shall be stored so that the EXIF (Exchangeable Image File Format) data is maintained. Prior to taking any photographs, the camera time should be set so that EXIF data includes the time and date of the photograph. The JPEG files shall be stored so that the creation (or modification) time and date of the file also reflect the time and date of the photograph. (The EXIF data should be viewable under Windows 7 ) c The camera shall have a native resolution of at least 8 0 megapixels d. Photographs of signs, nameplates, or labels shall be taken using macro modes The photographs shall be taken so that text is legible If required, the photographs of reflective items may be taken at an angle to the item to reduce glare 2 Take photographs of electrical equipment possibly requiring coordination when the equipment arrives on site The photographs shall include nameplates and labels if available The equipment shall include but not necessarily be limited to, the following: a. 480 VAC Motors b Motorized actuators 3 Take photographs of conduits prior to concealing them The photograph files shall be labeled with location or shall contain adequate context to determine location such as a tape measure 16010-7 showing distance from a wall or depth below grade The photographs shall include the following a. Conduit placement prior to pouring concrete or backfilling 4 Take photographs of electrical equipment following installation or modification. The photographs shall include nameplates, labels, and similar identifiers The equipment shall include but not necessarily be limited to, the following a. Motorized actuators b Panelboards 5 Photographs shall be supplied to the Owner at least once every week. Photographs shall be supplied to the Owner no later than one week after they are taken. Photographs shall be emailed or supplied on optical media (CD -R, DVD -R, or DVD+R) or by another method by prior arrangement with the Owner 1.10 COORDINATION A. Coordinate and schedule connecting electrical systems with exterior underground and overhead utilities and services Comply with requirements of governing regulations, franchised service companies, and controlling agencies B Coordinate the interruption of electrical systems to any part of the facility in use by the Owner at least 48 hours before interruption of the system C Coordinate the cutting of existing structures with the new and existing electrical systems Identify, locate, and protect existing and underground, underslab or embedded conduits/cables where excavation or cutting of existing structures is to be performed. D Coordinate installing electrical identification after completion of finishing where identification is applied to field -finished surfaces E Coordinate requirements for access panels and doors where electrical items requiring access are concealed by finished surfaces F Coordinate the electrical work with the requirements of equipment provided under other Divisions Portions of the electrical design are based upon the equipment specified in other Divisions Where modifications to the specified electrical systems or equipment devices or materials are required to accommodate actual electrical requirements of equipment which is specified under other Divisions of the Contract but which has electrical requirements different from those specified under those Divisions for the equipment, make modifications to the electrical system or systems required to accommodate the equipment, and pay for all such changes No additional payment or "extras" are allowed for changes required to accommodate substitutions or changes proposed by the Contractor 16010-8 G Where changes in the work, or substitutions in material or equipment specified under this Division are proposed, ensure that sizes, weights, openings, etc , are provided that do not require changes in the work outside this Division. If changes to work outside this Division are required to accommodate substitutions or changes proposed by the Contractor, submit complete descriptions of these changes for approval by the Owner, and pay for all such changes No additional payment or "extras" are allowed for changes required to accommodate substitutions or changes proposed by the Contractor H. Coordinate the installation of electrical equipment with other trades 1 Arrange for the building -in of equipment and materials during structure construction. Arrange for the building in of anchors, supports, sleeves, or other equipment and materials during concrete placement, framing, precasting or other structure construction. Coordinate installing required supporting devices and set sleeves in poured -in-place concrete and other structural components as they are constructed. Install sleeves for cable and raceway penetrations of concrete slabs and walls, except where core -drilled holes are used. Install for cable and raceway penetrations of masonry and gypsum walls and of all other fire -rated floor and wall assemblies Install sleeves during erection of concrete and masonry walls Gypsum wall sleeves may be cut -in after erection if desired. 2 Where equipment or materials cannot be built-in during construction, arrange for chases, slots, box -outs or other openings in the structure, as required to allow installation of equipment after structure construction is complete 3 Where penetration of completed or permanent construction elements such as walls, beams, ceilings, floors, etc is required, obtain approval from Owner for penetration (drilling, cutting, shooting, punching) of structural components prior to penetrating the element or component. 4 Accurately locate panelboards, outlets, switches, control stations and similar devices with respect to equipment and the finished work of others Verify dimensions and locations with the general, civil, structural, mechanical, process, architectural and other Contract plans as well as shop drawings/supplier's drawings and trades 5 Coordinate installing large equipment requiring special access openings or positioning prior to closing in the building. I. Coordinate electrical work with work under other Divisions Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Cooperate in locating equipment to avoid interference with work of others, and plan this work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible No extras are allowed because of moving 16010-9 work required to avoid interference with work of other trades or contractors J Coordinate connecting electrical circuits to components furnished under other Divisions Coordinate the location of motors, switches, panel connections and other points of connection with the equipment manufacturers or vendors prior to conduit installation, and route circuits to the actual connection point. Remove and reinstall conduit, outlet boxes and other electrical connections, even if removal and reinstallation of building materials is necessary, where electrical connections are not made to the appropriate equipment location. 1.11 DELIVERY, STORAGE, AND HANDLING A. See Section 01600 B Receive, handle, and store electrical materials and equipment in accordance with the manufacturer's instructions C Protect materials and equipment from damage, corrosion, or disfiguring; protect nameplates on electrical equipment from defacing. Deliver equipment to their final locations in protective wrappings, containers, and other protection that will exclude dirt and moisture and prevent damage from construction operations Remove protection only after equipment is safe from such hazards Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable D Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner E Provide dry, heated storage for materials and equipment intended to be installed indoors which is not protected by packaging suitable for outdoor storage by the manufacturer and for equipment that requires an electrical connection or heater to mitigate water condensation and like hazards F Keep electrical equipment rooms clean and vacuumed after each day when work is performed in the area. Do not place electrical equipment rated for indoor installation into its final location until this location is weathertight and heated with openings to the outside closed with temporary weather barriers or with the installation of permanent doors, fans, and ducts (The final location shall be the electrical equipment location shown on the Contract Plans or otherwise described in the Contract Documents ) G Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage - either inside or on top of enclosures H. Protect nameplates on electrical equipment from defacing. I. Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner 16010-10 PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Refer to individual Division 16 sections 1 Provide equipment, which is of a similar type, made by one manufacturer throughout the project unless otherwise noted in the Specifications B Submit requests for substitution in accordance with Specification Section 01300 2.2 MATERIALS A. Except as otherwise indicated, provide new materials and equipment which are standard products of manufacturers regularly engaged in production of such equipment. Provide similar items of equipment of the same manufacturer and quality Where systems are specified, provide components of the system from one manufacturer B Trade names and catalog numbers may be used in the Plans or Specifications to establish quality standards and basis of design 1 Other listed manufacturers in the applicable specification sections with equal equipment may be acceptable 2 If no other manufacturer is listed then any manufacturer of equal equipment may be acceptable C Provide material or equipment approved and labeled for the purpose for which it is to be used by a nationally recognized electrical testing laboratory (NRTL) or other organization acceptable to the State of Washington Department of Labor and Industries 1 Where NRTL test procedures have been established for the product type, provide electrical equipment approved under that procedure and bearing the NRTL label D Where voltage, current, power, temperature or other ratings are specified that do not correspond to standard ratings of the manufacturer selected by the Contractor, furnish the next rating level which increases the capacity of the device or material in question. E Furnish materials, devices, equipment or supplies of materials that are inherently non -corrosive or are coated or covered in a manner, acceptable to the Owner, which renders them non -corrosive Do not provide materials which contain polychlorinated biphenyls, asbestos or other hazardous or detrimental materials Do not install materials in a manner, location or construction that produces galvanic action or any other materials corroding or eroding action. Material that may cause rusting or streaking on a building/structure surface shall not be used. 16010-11 F Fabricate equipment or devices in the field equivalent in every respect to manufactured items used for the same purpose Where cutting, drilling, grinding, or similar actions are performed on galvanized or painted metal, regalvanize or repaint, respectively, to match original finish. G When equipment is shop fabricated for the Project, use electrical devices and enclosures which are NRTL listed and labeled or recognized. 2.3 SHORT CIRCUIT REPORT AND ARC FLASH STUDY A. Create reports for existing, new and modified electrical distribution equipment and submit reports of equipment submittals for approval Distribution equipment shall include panelboards, motor control centers, dry type transformers etc B Short circuit report studies, or arc flash studies shall be stamped and signed by an Electrical Engineer registered in the State of Washington. C As a minimum, include the following in the report 1 Utility source information including primary system & service transformer impedance, X/R ratio, symmetrical and asymmetrical fault currents for 3 phase, line -to -line and line -to -neutral faults 2 Equipment manufacturer's information used to prepare the study 3 Assumptions made during the study 4 Short circuit calculations listing short circuit levels at each bus 5 Evaluation of the electrical power system and the model numbers and settings of the protective devices associated with the system 6 Time -current curves including the instrument transformer ratios, model numbers of the protective relays or trip devices, and the relay or trip device settings associated with each breaker 7 Comparison of short circuit duties of each bus to the bracing and interrupting capacity of the equipment connected to that bus D Elements of Short Circuit Study 1 One -line Diagram a. Location and function of each protective device in the system, such as relays, direct -acting trips, fuses, etc b Type designation, current rating, range or adjustment manufacturer's style and catalog transformers c Power, voltage ratings, impedance, primary and secondary connections of all transformers d. Nameplate ratings of all motors and generator with their subtransient reactances e Transient reactances of generator and synchronous reactances of generator f Sources of short circuit elements such as utility ties, generators, and induction motors g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc 16010-12 h. Standby as well as normal switching conditions 2 Impedance Diagram a. Available MVA or impedance from the utility company b Bus impedance c Transformer and/or reactor impedances d. Cable impedances e Equipment impedances f System voltages g. Grounding scheme (solid grounding, resistance grounding, or no grounding) 3 Calculations a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line -to -ground short circuits of each case b Calculate the maximum and minimum ground -fault currents E Arc Flash Study 1 Prepare a report summarizing the arc flash study and conclusions or recommendations which may affect the integrity of the electric power distribution system. 2 Determine the incident energy, arc flash boundary, and minimum PPE requirements for locations throughout the studied portions of the power system. Arc flash warning labels are to be produced and attached to the electrical equipment. These labels must indicate approach boundaries, incident energy level, and the minimum PPE that is required when servicing the equipment within the arc flash boundary 3 As a minimum, include the following in the report a. Assumptions made during the study b Reduced copy of the one line drawing. c Arc flash evaluations summary spreadsheet 1) Bus name 2) Upstream protective device name, type, settings 3) Bus line to line voltage 4) Bus bolted fault. 5) Protective device bolted fault current. 6) Arcing fault current. 7) Protective device trip/delay time 8) Breaker opening time 9) Solidly grounded column. 10) Equipment type 11) Gap 12) Arc flash boundary 13) Working distance 16010-13 14) Incident energy 15) Required protective fire rated clothing type and class d. Arc flash warning labels printed in color on adhesive backed labels 4 Provide the arc flash warning labels containing information required by NFPA 70E and affix warning labels to each piece of electrical equipment evaluated in the Arc Flash Study F It is acceptable to use calculations from recent SHORT CIRCUIT REPORT AND ARC FLASH STUDIES provided all of the following are true 1 Contractor verifies all relevant information contained within report and provides corrected information if affected by work. 2 The reused reports were signed by a Professional Engineer licensed to provide Professional Engineering services in the State of Washington. 3 The reports were delivered to the Owner no more than 4 years ago PART 3 — EXECUTION 3.1 INSTALLATION A. Make arrangements for and pay for necessary permits, licenses, and inspections B Equipment shall be installed in accordance with the requirements of the National Electrical Code, National Electrical Safety Code, and applicable state and local regulations and ordinances C Install equipment in accordance with the manufacturer's instructions and the NECA "NEIS" (National Electric Installation Standards) D Provide on-site testing as listed in individual specification sections Test results shall be in writing. E Equipment Dimensions and Clearances 1 Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions Verify that equipment will fit within the indicated locations and spaces Do not use equipment that impinges upon the required clearance, reduces actual clearance, or exceeds the indicated dimensions a. Except as approved in writing by the Owner 2 Do not use arrangements of equipment that impinge upon the required clearance, reduce actual clearances or exceed the space allocation. F Equipment Access 16010-14 1 Install equipment so it is readily accessible for operation and maintenance 2 Access to equipment shall not be blocked or concealed by conduits, supporting devices, boxes, or other items 3 Do not install electrical equipment such that it interferes with normal maintenance requirements of other equipment. G Install materials and equipment in a manner, location and construction that does not produce galvanic action or any other materials corroding or eroding action. Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete H. Screen or seal all raceways and openings into equipment to prevent the entrance of moisture, rodents and insects I. Plans indicate the approximate location and arrangement of electrical equipment and the approximate location of other equipment requiring electrical work. The general arrangement of panelboards, outlets and other equipment is diagrammatic and approximate as to locations To avoid interference with structural members and equipment of other trades, it may be necessary to adjust the intended location of electrical equipment. Where minor changes are required because of structural or finish conditions or for the convenience of the Owner, provide such changes without additional expense to the Owner Unless specifically dimensioned or detailed, the Contractor may, at his discretion, make minor adjustments in equipment location without obtaining the Owner's approval Minor adjustments are defined as a distance not to exceed 1 1 FT at grade, floor and roof level in any direction in the horizontal plane 2 1 FT for equipment other than lighting at ceiling level in any direction in the horizontal plane 3 1 FT for lighting fixtures at ceiling level in any direction in the horizontal plane 4 1 FT on walls in a horizontal direction within the vertical plane 5 Changes in equipment location exceeding those defined above require the Owner's approval 6 Particular attention shall be paid to door swings, piping, radiation, ductwork, and structural steel a. In general, waste and vent lines and large pipe mains and ductwork shall be given priority for the locations and space shown. b Electrical lighting fixtures shall, in general, be given priority for ceiling space c No additional compensation will be allowed for the moving of misplaced outlets, wiring, or equipment. 16010-15 3.2 DEMONSTRATION A. Demonstrate equipment in accordance with Section 01800 B Demonstrate to the Owner that the electrical installation is working by operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests Adjust installed equipment for proper operation of all electrical and mechanical components 3.3 ASSISTANCE A. Provide assistance to the Owner during the demonstration or testing of equipment by operating devices and equipment, during construction observation by opening enclosures for inspection, checking record drawing information, and similar tasks, as necessary, in the Owner's judgment to verify all work provided. * * * END OF SECTION 16010-16 SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B Section 15066, "Pipe and Conduit Support", applies to the raceway supporting methods 1.2 SUMMARY A. This Section includes the following 1 Supporting devices 2 Electrical identification. 3 Electrical demolition. 4 Cutting and patching 5 Cleaning and finish touchup painting. 6 Testing 1.3 SUBMITTALS A. General Submit each item in this section according to the Conditions of the Contract and Division 1 Specification Sections B Test reports 1.4 QUALITY ASSURANCE A. Refer to Section 16010 paragraph 1 7 PART 2 — PRODUCTS 2.1 SUPPORTING DEVICES A. Provide tubing, channel and angle support systems, hangers, sleeves, brackets, fabricated items, and fasteners for secure support of electrical equipment, devices, components and materials 1 Material a. Wet locations (including outdoors and in below -grade structures) Stainless steel or hot -dipped galvanized. b Class I Hazardous locations and/or Corrosive areas 304 stainless steel or 40 mil PVC coated galvanized steel c Other locations Steel, except as otherwise indicated, protected from corrosion with zinc coating, cadmium plating, or with treatment of equivalent corrosion resistance using 16050-1 approved alternative finish or inherent material characteristics B Conduit clamps one hole or beam clamps 1 Rigid Steel Conduit cast iron hot dipped galvanized clamps with cast iron hot dipped galvanized clamp back (AKA foot or spacer) 2 PRMC cast iron PVC coated or stainless steel clamps with cast iron PVC coated or stainless steel clamp back (AKA foot or spacer) 3 EMT stamped steel clamps — cad plated or galvanized. C Anchors stainless steel in wet, hazardous or corrosive areas, cadmium plated or galvanized steel in dry areas 1 lag screws or Type A tapping screws for wood. 2 Toggle bolts with springhead for light loads in masonry 3 thru-bolt with fender washers for loads in masonry 4 toggle bolts with springhead for hollow partitions 5 epoxy set or self -drilling anchors with threaded studs for concrete 6 clamps or U -bolts for structural steel 7 Epoxy set or self -drilling anchors with extension rods for hollow tile over concrete 8 hanger rods 1/4 -inch diameter or larger threaded steel, except as otherwise indicated. D Sleeves 1 Wet, hazardous or corrosive areas a. ASTM A 53, Type E, Grade A, Schedule 40, hot dipped galvanized steel, plain ends b Hot dipped galvanized cast iron, with weep rings 2 Dry Areas a. PVC, schedule 40 b 0 0276 -inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. 2.2 ELECTRICAL ENCLOSURES A. Enclosures for use with Electrical Equipment 1 Standards a. NEMA ICS -6, Enclosures for Industrial Controls and Systems b UL 508, Industrial Control Equipment. c UL 698, Industrial Control Equipment for Use in Hazardous Locations 16050-2 2 Provide NEMA enclosure types as indicated on the Contract Documents Where the enclosure type is not indicated by the Contract Documents provide enclosures as follows a. NEMA 1 Use in electrical rooms and in dry indoor finished areas b NEMA 12 Use in unclassified (non -hazardous and non- corrosive) indoor locations which are neither wet nor damp c NEMA 4X. Use in all non -hazardous wet or corrosive locations d. NEMA 7 Use in all hazardous locations B Shop or Factory Finishes 1 Exteriors of painted enclosures shall be ANSI gray 2 Interiors of painted enclosures shall be either white or light gray 2.3 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products Where more than one type is listed for a specified application, selection is Contractor's option, but provide single type for each application category Use colors prescribed by ANSI A13 1, NEC and these Specifications B Colored Adhesive Marking Tape for Raceways, Wires, and Cables Self-adhesive vinyl tape not less than 3 mils thick by 1 inch wide C Underground Line Warning Tape Permanent, bright -colored, continuous -printed, vinyl tape with the following features 1 Size Not less than 4 mils thick by 6 inches wide 2 Compounded for permanent direct -burial service D Color -Coding Cable Ties Type 6/6 nylon, self-locking type Colors to suit coding scheme E Engraved, Plastic -Laminated Labels, Signs, and Instruction Plates Engraving stock, melamine plastic laminate punched for mechanical fasteners 1/16 inch minimum thick for signs up to 20 sq in., 1/8 inch thick for larger sizes Engraved legend in white letters on black face F Fasteners for Plastic -Laminated and Metal Signs Self -tapping stainless- steel screws or stainless-steel No 10/32 machine screws with nuts and flat and lock washers G Wire markers machine printed, black ink, alpha -numerical identifiers on yellow polyolefin shrink tubing. Kroy K4350 Shrink Tube, or approved equal 1 Where it is not possible to use shrink tubing (i e on pre -terminated cables) it is acceptable to use the following a. Tape Markers Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters 16050-3 2.4 TOUCHUP PAINT A. For Equipment Provided by equipment manufacturer and selected to match equipment finish. B For Non -equipment Surfaces Matching type and color of undamaged, adjacent finish. C For Galvanized Surfaces Zinc -rich paint recommended by item manufacturer PART 3 — EXECUTION 3.1 INSTALLATION A. Comply with NECA's "Standard of Installation." B Install the equipment and materials in a neat and workmanlike manner employing workmen skilled in the particular trade and in accordance with the manufacturer's instructions and industry standards Maintain adequate supervision of the work by a person in charge at the site during any time that work under this division is in process or when necessary for coordination with other work. C Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. Mount enclosures for individual units at fifty-four inches above floors to centerline of controls D Install items level, plumb, parallel and perpendicular to other building systems and components, except where otherwise indicated. E Install equipment to facilitate service, maintenance, and repair or replacement of components Connect for ease of disconnecting, with minimum interference with other installations F Give right of way to raceways and piping systems installed at a required slope G Make all penetrations of electrical work through floors, walls and roofs water, rodent, insect and weather -tight. 3.2 ELECTRICAL SUPPORTING METHODS A. Support electrical equipment, devices and materials from framing members or structure with sufficient clearance for maintaining and servicing. 1 Provide backing plates, and/or framing material to support equipment, devices and materials which are located between the framing members which are part of the building or facility structure 2 Provide metal structure fabricated of structural shapes such as C - channel or square tubing (not strut channels, unistrut, b -line, etc ) 16050-4 for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes, junction boxes, transformers, and other equipment and devices except where components are mounted directly to structural features of adequate strength. B Fastening and Supports Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building/structure/support. 1 Use supports as detailed on the Plans and as specified a. Where not detailed on the Plans or specified, use supports and anchoring devices rated for the equipment load and as recommended by the manufacturer 2 Attach enclosures mounted on equipment with machine screws or clamps as required. Do not drill equipment frames or sheets without permission of the equipment supplier/manufacturer and the Owner Do not mount safety switches or external equipment to other equipment enclosures, unless enclosure mounting surface is adequately reinforced structurally to accept mounting of external equipment. 3 Base rating and size of supports and anchoring devices on dimensions and weights verified from approved equipment submittals Attach wall mounted enclosures with a minimum of three fasteners, and more if the manufacturer so recommends 4 Standoff outdoor wall -mounted equipment and indoor equipment mounted on earth or water bearing walls a minimum of one-quarter inch where enclosures are mounted on walls in wet areas (outdoors, below grades, etc) Use corrosion resistant spacers such as neoprene, or fiberglass or plastic shim washers to maintain 1/4 inch separation between the equipment and the wall 5 Do not cut, or weld to, building structural members without permission of the owner Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items 6 Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof -test load. C Raceway Supports Comply with NEC and the following requirements 1 Conform to manufacturer's recommendations for selecting and installing supports 2 Install individual and multiple raceway hangers and riser clamps to support raceways Provide U bolts, clamps, attachments and other hardware necessary for hanger assembly and for securing hanger rods and conduits 3 Support parallel runs of horizontal raceways together on trapeze - or bracket -type hangers 16050-5 4 Spare Capacity Size supports for multiple conduits so capacity can be increased by a 25 percent minimum in the future 5 Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps 6 In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports, with no weight load on raceway terminals 7 Use double nuts or jam nuts with regular nuts on threaded rods and bolts 8 Trim rod ends to within 1/4 inch after installation of last nut, clamp or similar hardware, smooth cut ends or install cap nut. D Provide concrete foundations or pads required for electrical equipment 1 Floor -mounted equipment shall be mounted on a concrete base except the concrete base shall be shortened in height by the thickness of the channel base when the equipment is provided with channel bases such as can be provided with control panels, motor control centers and switchboards Pad shall be poured on top of the finished floor or slab 2 Install concrete pads and bases according to requirements of Division 3 and per structural plans and specifications E Install hangers, inserts, supports, and anchors prior to installation of fireproofing. F Cable supports - provide cable ties and straps for clamping, tying, securing and banding wires and cables in all junction boxes, panelboards and terminal cabinets Support each circuit independently; group phases of three phase circuits 3.3 IDENTIFICATION A. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. B Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Plans or required by codes and standards Use consistent designations throughout the Project. C Self -Adhesive Identification Products Clean surfaces of dust, loose material, and oily films before applying. D Tag or label power circuits in enclosures using tags or adhesive marking tape Identify source and circuit numbers in each cabinet, pull box, pull hole, vault, maintenance hole, junction box, and outlet box. Color coding may be used for voltage and phase indication. 16050-6 E Identify Paths of Underground Electrical Lines During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above power and communication lines Where multiple lines installed in a common trench or concrete envelope do not exceed an overall width of 16 inches, use a single line marker F Provide engraved phenolic name plates (white with black background) on equipment enclosures giving the name and circuit identification (Panel/MCC/Enclosure served from and circuit location or ID) of the enclosed device/equipment in one-quarter inch letters G For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker H. Provide electrical danger, caution, warning or safety instruction signs including arc flash signs in accordance with WAC/RCW, WISHA/OSHA and other applicable state/federal safety requirements 3.4 DEMOLITION A. Demolish all existing electrical devices and circuits which are noted for demolition. Demolition includes, but is not limited to 1 Remove all conduit, conductors, fittings, device boxes, hangers, panels, devices, etc , which are not concealed in the building structure or below grade/slab B Do not remove or damage fireproofing materials Repair or replace fireproofing removed or damaged. C Locate, identify, and protect electrical equipment and materials to remain. Where existing work to remain is damaged in the course of the work, remove damaged portions and install new products of equal capacity, quality, and functionality at no additional cost to the Owner D Remove existing conductors from conduits or other enclosures, unless otherwise indicated, where existing work is to be abandoned in place Cut and remove buried cable or raceway indicated to be abandoned in place at the point where it stubs up or emerges from burial 12 inches below the surface of adjacent grade or construction, cap and patch surface to match existing finish. E Remove demolished material from the Project site and legally dispose of demolished material by waste haul to approved landfill or recycling facility F Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation and/or reconnection. Coordinate the process, mechanical, HVAC, and other equipment scheduled to be relocated and/or reused with other Divisions, and disconnect the equipment from and reconnect the equipment to the electrical systems 16050-7 3.5 TEMPORARY POWER A. Provide temporary power to existing branch circuit panels, branch circuits, and/or directly to electrical devices as required to keep all portions of the existing facility, which are occupied by the Owner, or required for facility operation, in operation at all times Obtain approval by all appropriate code authorities, including the Department of Labor & Industries Electrical Inspection Department, for any temporary connections provided. 3.6 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations Perform cutting by skilled mechanics of the trades involved. B Repair disturbed surfaces to match adjacent undisturbed surfaces 3.7 CLEANING AND TOUCHUP PAINTING A. Clean dirt and debris from all surfaces Thoroughly vacuum the interior of enclosures to remove dirt and debris B Replace nameplates damaged during installation. C Apply touch-up paint as required to repair scratches, etc Field paint in accordance with Section 09900 Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats 3.8 TESTING A. Testing shall be performed by a person currently certified by the InterNational Electrical Testing Association. B Additional testing requirements specific to other sections are specified in those sections C Test electrical equipment as described in individual specification sections after installation but before it is energized and placed in service All equipment shall be tested as recommended by the manufacturer Report all test results in writing. Where tests disclose a defect in the work, rework or repair equipment which performs unsatisfactorily during or as a result of system testing at no additional expense to the Owner and retest to confirm the rework or repair until retesting confirms that the defect has been corrected. Test in accordance with the manufacturer's installation and testing instructions and the applicable electrical standards (i e , NEMA, IEEE, ISA, ANSI, or other) for the class of equipment. If equipment or system fails retest, replace it with products which conform with Contract Documents Continue remedial 16050-8 measures and retests until satisfactory results are obtained. Remedial measures and retests will be done at no cost to the Owner D Test motor driven equipment motors before energization. Insulation test shall consist of megohmeter check phase—to—ground, per IEEE Standard 43, and polarization index test manufacturer's recommendations 1 Perform load tests of each motor and prepare a written report of the findings showing the following: a. Nameplate Ratings (horsepower), (speed), (voltage), (phase), (ampere rating of motor at full load) b Measured Load in amperes on each phase at full speed. 2 For load tests for each pump/blower/ process equipment motor. a. Note the operating conditions at the time of the test. b Note the suction and discharge conditions (pressure, water level, temperature, humidity, where such conditions affect load) 3.9 DEMONSTRATION A. Demonstrate equipment in accordance with Section 16010 * * * END OF SECTION 16050-9 SECTION 16060 GROUNDING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes grounding of electrical systems and equipment and basic requirements for grounding for protection of life, equipment, circuits, and systems Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications B Related Sections The following Sections contain requirements that relate to this Section 1 Section 16120 for grounding conductor requirements 1.3 SUBMITTALS A. General Submit each item in this Section according to the Conditions of the Contract and Division 1 Specification Sections 1 Field tests and observation reports certified by the testing organization and indicating and interpreting the test reports for compliance with performance requirements 1.4 QUALITY ASSURANCE A. Refer to Section 16010 Basic Electrical Requirements 1 7 Quality Assurance B Comply with UL 467, "Grounding and Bonding Equipment" PART 2 — PRODUCTS 2.1 GROUNDING AND BONDING PRODUCTS A. Governing Requirements Where types, sizes, ratings, and quantities indicated are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications govern. 2.2 WIRE AND CABLE GROUNDING CONDUCTORS A. Comply with Section 16120 Conductors and Cables " Conform to NEC Table 8 (Conductor Properties), except as otherwise indicated, for conductor properties, including stranding. 16060-1 B Equipment Grounding Conductors Insulated with green color insulation. C Grounding -Electrode Conductors Stranded cable, bare or varnish coated. D Ground Rods 3/4 inch diameter, 10 foot long, copper clad steel 2.3 CONNECTOR PRODUCTS A. Pressure Connectors High -conductivity -plated units B Bolted Clamps Heavy-duty type C Exothermic -Welded Connections Provided in kit form and selected per manufacturer's written instructions for specific types, sizes, and combinations of conductors and connected items Burndy, Thermoweld, or Cadweld. PART 3 — EXECUTION 3.1 APPLICATION A. Equipment Grounding Conductors Comply with NEC Article 250 for types, sizes, and quantities of equipment grounding conductors, except where specific types, larger sizes, or more conductors than required by NEC are indicated. 1 Install insulated equipment grounding conductor with circuit conductors for the items below a. Service and Feeders 1) Bond the conductor full size to the equipment to which the circuit connects and to any portion of the raceway where it is metallic Provide boxes or fittings suitable for connecting equipment grounding conductors where metallic conduit transitions to non-metallic b Single or three-phase motor or appliance branch circuits c Flexible raceway runs 2 Nonmetallic Raceways Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables Bond the conductor at each end of non-metallic raceway to grounded metallic raceway or equipment. 3 Provide boxes or fittings suitable for connecting equipment grounding conductors where metallic conduit transitions to non- metallic B Separately Derived Systems Where NEC requires grounding, ground according to NEC Paragraph 250-30 16060-2 3.2 INSTALLATION A. General Ground electrical systems and equipment according to NEC requirements, except where Plans or Specifications exceed NEC requirements B Ground the secondary electrical system to the building structure, metallic piping systems and supplemental grounding electrodes Coordinate grounding connections made to the water system with the mechanical work and install bonding jumpers wherever deemed necessary 3.3 CONNECTIONS A. General Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible 1 Use electroplated or hot -tin -coated materials to assure high conductivity and to make contact points closer in order of galvanic series 2 Make connections with clean, bare metal at points of contact. 3 Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces B Exothermic -Welded Connections Use for connections to structural steel and for underground connections, except those at test wells Comply with manufacturer's written instructions Clean all varnish, oxide, scale, concrete, etc from conductors before firing joints Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable C Equipment Grounding -Wire Terminations Make the grounding conductor connections to motors or equipment ten horsepower and above, or twenty amperes and above, with conductor termination and a 5/16 inch minimum bolt tapped to the motor frame or equipment housing. Ground connection to smaller motors and equipment may be made by fastening the conductor termination to a connection box. D Noncontact Metal Raceway Terminations Where metallic raceways terminate at metal electrical enclosures without mechanical and electrical connection to electrical enclosures, terminate each conduit with a metallic, insulating grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in electrical enclosures Bond electrically noncontinuous conduits at both entrances and exits with grounding bushings and bare grounding conductors, except as otherwise indicated. 16060-3 E Connect discontinuous sections of metallic raceway using grounding (bonding) connections at each end of metallic raceway with equipment grounding conductor in the non-metallic portion of the raceway F Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque -tightening values Where these requirements are not available, use those specified in UL 486A and UL 486B G Compression -Type Connections Use hydraulic compression tools to provide correct circumferential pressure for compression connectors Use tools and dies recommended by manufacturer of connectors Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor 3.4 FIELD QUALITY CONTROL A. Independent Testing Agency Engage an independent electrical testing organization to perform acceptance tests described below B Acceptance Tests 1 Procedures Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 713 Certify compliance with test parameters Maximum grounding resistance value shall be 3 ohms 2 Measure ground resistance not less than 2 full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance 3 Measure resistance of equipment grounding connections for service, feeder and motor circuits to ground at the load end with a Biddle ground ohmmeter C Excessive Ground Resistance Where resistance to ground exceeds specified values, notify Owner Check connections of affected equipment and conductors Replace, repair, or correct defective connections or conductors Provide additional ground rods or larger grounding electrode where the grounding electrode resistance is higher than specified. Revise and retest until resistance is within specifications D Report Prepare test reports, certified by the testing organization, of ground resistance at each test location. Include observations of weather and other phenomena that may affect test results Describe measures taken to improve test results * * * END OF SECTION 16060-4 SECTION 16120 CONDUCTORS AND CABLES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes wires, cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less 1.3 SUBMITTALS A. General Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections 1 Field Test Reports Indicate and interpret test results for compliance with performance requirements 1.4 QUALITY ASSURANCE A. Refer to Section 16010 paragraph 1 7 PART 2 — PRODUCTS 2.1 WIRES AND CABLES A. UL -listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article B Thermoplastic Insulation Material Comply with NEMA WC 5 C Cross -Linked Polyethylene Insulation Material Comply with NEMA WC 7 D Ethylene Propylene Rubber Insulation Material Comply with NEMA WC 8 E Conductor Material Copper F Stranding 1 Class B for power applications 2 Class C for control applications G Size and Type 1 Stranded conductor for No 10 AWG and smaller gauge 120 VAC branch power circuits, except receptacle, lighting and HVAC circuits which shall be solid conductor 16120-1 2 Stranded conductor for 277 or 480 VAC power circuits, and for any power circuit larger than No 10 AWG 3 Stranded conductors for control circuits 4 Grounding conductors solid conductor in sizes No 6 AWG and smaller gauge, stranded in No 4 AWG and larger gauge 2.2 CONNECTORS AND SPLICES A. Provide UL -listed, factory -fabricated wiring connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. B Conductor Connections, Splices or Taps 1 Solid Conductors size 18 through 10 AWG Twist on insulated spring connectors 2 Stranded Conductors size 18 through 6 AWG insulated, solid barrel, crimp type plated copper alloy connectors 3 Conductors size 4 AWG and larger. plated copper alloy compression splicing sleeves installed by high pressure compression tools and insulated with heat shrink Raychem sleeves 4 Outdoors or wet areas wire splice kits, epoxy resin, hardener, and mold. 3M Scotchcast or equal C Terminations suitable for 75 degree Celsius rated copper conductor 1 Service and feeder circuits compression indent barrel connectors with one or two hole spade lug ends 2 Conductor size 18 through 10 AWG insulated, solid copper barrel, crimp type, plated copper alloy spade tongue terminal, made for the wire size and terminal on which they are installed and crimped with an approved plier or tool for the connector 3 Conductor size 8 AWG and larger. compression, indent, solid copper barrel, one or two hole lugs D Motor connections insulated, solid barrel, crimp type, ring tongue plated copper alloy 2.3 INSULATING MATERIALS A. Fillers Scotchfill, or equal B Tape 7 mil vinyl plastic tape, logo bearing, Scotch 33+, or equal PART 3 — EXECUTION 3.1 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of wires and cables Do not proceed with installation until unsatisfactory conditions have been corrected. 16120-2 3.2 WIRE AND INSULATION APPLICATIONS A. Service/Feeders Type USE/RHW/RHH insulated, stranded conductors, in raceway B Branch circuits Type USE/RHW/RHH insulated, stranded conductors, in raceway except Type THHN/THWN insulated, solid conductors, may be used indoors, above grade only, for 120 volt lighting and receptacle branch circuits in sizes #12 AWG and #10 AWG C Equipment Grounding Conductors Same type insulation and conductor as the circuit conductors supplying the equipment to be grounded. D Grounding Conductors (other than equipment grounding conductors) bare copper with varnish coat. E Class 1 and 2 Control Circuits Type USE/RHW/RHH, size #14 AWG or larger, in raceway; Type MTW/THWN, size #14 AWG or larger, in raceway may be used indoors above grade or above above grade in weatherproof enclosures 3.3 INSTALLATION A. Install wires and cables in raceway system, according to manufacturer's written instructions and NECA's "Standard of Installation", after raceway system is complete, and following "Examination" article of this section. Where existing conductors or cables are removed and later repulled through new or existing conduits, test the conductors after each pulling operation, and replace the conductors or cables with new conductors or cables if the test results are not acceptable per NETA standards B Provide individual neutral conductors for each 120 volt or 277 volt circuit Common neutral conductors for multi branch circuits are not permitted unless specifically noted and shown on the plans C Install service, feeder, motor, control, instrumentation, communication and signaling circuits continuously without splices from equipment terminal to equipment terminal or motor lead. 120 and 277 volt single phase branch circuits may be spliced or connected at taps or connection for outlet devices Do not splice circuits at other locations without written permission from the Owner D Color code conductors as follows 1 Grounding conductors Green. 2 480/277 volt, three phase systems a. Phase A - brown b Phase B - orange c Phase C - yellow d. Neutral - gray 3 208Y/120, three phase systems 16120-3 a. Phase A - black b Phase B - red c Phase C - blue d. Neutral - white 4 Use wire with insulation of required color for conductors of No 8 AWG and smaller For wire larger than No 8 AWG which is not available in specified colors, use self-adhesive, wrap-around cloth type markers of solid colors to code the conductors When conductors are marked in this manner, mark each conductor at all accessible locations such as panelboards, junction boxes, pullboxes, pullholes, auxiliary gutters, outlets, switches, and control centers 5 Do not use white, gray, or green color for any power, lighting, or control conductor not intended for neutral or grounding purposes a. low voltage control circuits, or 18 AWG or smaller control conductors, may use gray, green or white singly or as part of a trace color in addition to the base color 6 Connect power circuit conductors of the same color to the same phase throughout the installation. Viewing all equipment from the front, make connections so phase color sequence is in the same order as that for panelboards, switchboards, motor control centers, etc If the phase order of the wires must be reversed to accommodate motor rotation, the adjustment shall be made at the motor terminal box or for cord connected equipment only, at the load side of the safety disconnect switch. Reversing the phase order at the motor controller or disconnect switch is not acceptable 7 When connecting or reconnecting low voltage (600 volts or less) switchboards, motor control centers, and panelboards which serve existing loads, verify the phasing and rotation prior to the connection, and make connections to maintain the same phasing and rotation to the new switchboards, motor control centers, panel boards, and existing loads as existed prior to removal of the loads from the original (or temporary) distribution system Verification of rotation alone is not acceptable Phasing must also be verified. (This may be done by checking for presence of AC voltage between analogous phases of different devices/equipment. Presence of nominal AC voltage between analogous phases of different devices/equipment indicates incorrect phasing.) E Install wiring to equipment neutral and grounding blocks on the bottom or furthest back row first. Leave unconnected blocks accessible for future neutral or grounding connections F Leave six inches or more of free conductor at each connected device or equipment terminal and nine inches of free conductors at each 16120-4 unconnected outlet. Tape free ends of conductors at unconnected outlets and coil neatly in outlet box G Install wires neatly in enclosures Bend or form wires in neat runs from conduits to terminals Arrange wires so that they may be grouped by conduit or function in the enclosure Install cable ties and straps to support and bundle wires in enclosures Arrange wires to allow wire tags and numbers to be easily read without bending or flexing wiring. H. Install grounding conductors according to Section 16060 I. Pulling Conductors 1 Make all cable pulls by hand. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, or wrapping extra conductor into an eye, that will not damage cables or raceway 2 Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values Install pullboxes or pull fittings where necessary to prevent exceeding manufacturer's recommendations 3 Cut cable or conductor ends off after pulling and clean all lubricant and/or pulling compound from conductors before terminating. J Support cables according to Section 16050 K. Seal around cables penetrating fire -rated elements according to Division 7 Section "Firestopping." with approved fire -stopping materials L Identify wires and cables according to Section 16050 "Basic Electrical Materials and Methods and as follows 1 For power circuits a. At each connection, except at motors, tag for phase rotation and circuit number b At each motor tag for winding lead numbers Make all phase rotation changes for motor direction changes at the motor to maintain correct color phase sequence in equipment. c In each enclosure or box where more than one ungrounded power conductor is spliced or connected, tag for panelboard identification and pole number 2 For control circuits a. Tag at ends of wire 3 Labels shall be identified as follows unless otherwise noted in the specifications a. Wires from motor control centers to devices shall be labeled with the device tag (MCC terminal #)(device terminal 16120-5 number) — for example, 05SV01(8)(3) - would reference solenoid valve 05SV01 landed on terminal 8 in the motor control center and landed on terminal 3 at the solenoid valve (the device end may not have a terminal number, in that case the wire label would only have one terminal label) b Wires from control panels to devices shall be labeled with the device tag (CP terminal #) — for example, 05MFM01(0501)(1) - would reference magnetic flow meter 05MFM01 landed on terminal 0501 in the control panel and terminal 1 at the flowmeter c Wires from motor control centers to control panels shall be labeled with device tag (MCC terminal #) (CP terminal #) — for example, 03CS01(8) (0301) - would reference control station 03CS01 landed on terminal 8 in the motor control center and continued to terminal 0301 in the control panel d. 2 -conductor and 3 -conductors cables to devices shall be labeled with the device tag located on a label on the outer insulation. The individual conductors will have only the motor control center/control panel terminal and the device terminal As an example for a flowmeter circuit, "05MFM01" would be located on the outer insulation of the 2 -conductor cable to flowmeter 05MFM01 and (S140)(1) would be located on one of the conductors, which would represent terminal S140 in the control panel and terminal 1 at the flowmeter e Wires from motor control center I/O or PLC sections to individual MCC units shall be labeled with the MCC equipment tag (MCC terminal #)(UO terminal #) — for example, 03TWP01(5)(C140) - would represent pump 03TWP01 MCC unit wire landed on terminal 5 in the MCC and landed on terminal C140 in the motor control center I/O section. 3.4 CONNECTIONS A. Use the proper high pressure compression tool for terminating indent type compression connectors or terminations on conductors of size #8 AWG or larger gauge Use an approved pliers or tool for crimping connectors for conductors of size #10 AWG or smaller gauge B Make splices or tap connections with filler, and tape that possess equivalent or better mechanical strength and insulation ratings than conductors being connected. Insulate to same thickness as connectors being spliced or connected. C Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other Sections of Division 16 16120-6 D Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B 3.5 FIELD QUALITY CONTROL A. Testing Agency Engage a qualified testing agency to perform field quality -control testing. B Test installation of wires and cables before electrical circuitry has been energized. 1 Test wire and cable installation, when complete and seventy-two hours prior to energization of the system 2 Procedures Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 3 2 Certify compliance with test parameters 3 Remove and replace conductors with visible damage on conductor insulation ends due to installation in an incomplete or damaged conduit system such as, but not limited to, missing bushings or burrs on conduit ends C Correct malfunctioning conductors, cables, and connections at Project site, where possible, and retest to demonstrate compliance, otherwise, remove and replace with new materials and retest. * * * END OF SECTION 16120-7 SECTION 16130 RACEWAYS AND BOXES PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1 Raceways include the following a. RMC b PRMC c EMT d. FMC e LFMC f PVC g. RTRC 2 Boxes, enclosures, and cabinets include the following a. Device boxes b Outlet boxes c Pull and junction boxes d. Cabinets and hinged -cover enclosures B Related Sections include the following: 1 Section 16050 for raceway and box supports 2 Section 16120 for conductors installed in raceways and boxes 3 Section 16140 for devices installed in boxes 1.3 DEFINITIONS A. EMT Electrical metallic tubing. B FMC Flexible metal conduit. C LFMC Liquidtight flexible metal conduit. D RMC Rigid metal conduit. E PRMC PVC coated rigid metal conduit. F PVC Rigid polyvinyl chloride conduit. G RTRC Reinforced thermosetting Resin Conduit (Fiberglass) H. NPT National Pipe Thread 16130-1 I. NEMA. National Electrical Manufacturers Association J ANSI. American National Standards Institute 1.4 SUBMITTALS A. General Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections 1.5 QUALITY ASSURANCE A. Refer to Section 16010 Paragraph 1 7 1.6 COORDINATION A. Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access B Coordinate conduit stub up locations with approved equipment shop drawing submittals prior to locating conduit stub ups in the slab Locate conduit stub ups per equipment manufacturer's recommendations and the requirements of the Plans and Specifications PART 2 — PRODUCTS 2.1 METAL CONDUIT AND TUBING A. RMC 1 Conduit Hot dipped galvanized steel with threaded ends meeting ANSI C80 1 2 Couplings unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. 3 Nipples same as conduit, factory made through eight inches, no running threads B PRMC (PVC -Coated Rigid Steel Conduit and Fittings) NEMA RN 1 1 Minimum 40 mil exterior PVC coating, and 2 mil interior urethane coating 2 Manufacturers a. RobRoy Industries b Thomas & Betts Ocal c KorKap C EMT 1 Conduit Galvanized steel tubing meeting ANSI C80 3 2 Couplings steel, cast iron, or malleable iron compression type employing a split, corrugated ring and tightening nut, with integral bushings and locknuts No indent or setscrew type D FMC 16130-2 1 Conduit flexible, galvanized steel convolutions forming a continuous raceway 2 Connectors galvanized steel, screw in or clamp style, approved for grounding. E LFMC 1 Conduit flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer Electri- Flex Type LA or American Sealtite, Type UA. The use of thinwall conduit is not permitted. 2 Connectors Hot -Dip galvanized steel or hot -dip galvanized malleable iron, screw in ferrule which covers the end of the conduit inside and out, insulated throat, approved for grounding. Provide with gland nut with integral ground lug for connectors to motors rated 10 horsepower and larger O-Z/Gedney Type 4Q series, or approved equal F Innerduct 1 Conduit flexible, non-metallic, corrugated, high density polyethylene Provide orange color Carlon Riser -Gard or equal 2 Provide non-metallic connectors unless otherwise noted. 2.2 RIGID NONMETALLIC CONDUIT (RNC) A. Rigid nonmetallic conduit (RNC) includes PVC and RTRC per NEC Article 352 (Rigid Polyvinyl Chloride Conduit Type PVC) and NEC Article 355 (Reinforced thermosetting Resin Conduit Type RTRC) and as follows 1 PVC a. NEMA TC 2, Schedule 40 or 80 PVC b Fittings NEMA TC 3, match to conduit or conduit/tubing type and material 2 RTRC a. NEMA TC 14 b UL 1684 2.3 OUTLET AND DEVICE BOXES A. Concealed in dry indoor locations, flush mounted in walls Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or extension rings to suit construction and application. B Exposed dry locations which are not hazardous or are not in process areas Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1 Boxes 6"x6"x4" or larger may be code 16130-3 gauge fabricated steel continuously welded at seams and painted after fabrication. Covers shall be of the same material and finish as the device box C Exposed outdoors, below grade, wet locations, or exposed in indoor locations in process areas which are not hazardous galvanized, cast iron alloy box, one piece, with threaded holes or hubs, integral mounting lugs and with neoprene gaskets and galvanized cast iron alloy cover (covers shall be of the same material and finish as the device box) D Exposed corrosive locations PVC coated cast iron or stainless steel boxes with threaded hubs, integral mounting lugs and PVC coated covers Covers shall be of the same material and finish as the device box 2.4 PULL AND JUNCTION BOXES A. Concealed in dry indoor locations, flush mounted in walls Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or extension rings to suit construction and application. B Exposed dry locations which are not hazardous or are not process areas Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1 Boxes 6"x6"x4" or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication. Covers shall be of the same material and finish as the device box C Exposed outdoors, below grade, wet locations, or exposed in indoor locations in process areas which are not hazardous Cast -Metal Boxes meeting NEMA FB 1, with gasketed screw down cover Boxes 6"x6"x4" or larger may be code gauge fabricated stainless steel continuously welded at seams and with rubber gasketed covers Hoffman or equal Covers shall be of the same material and finish as the device box. Device boxes associated with control stations shall be the same material as the disconnect and control station enclosure D Exposed corrosive locations PVC coated cast iron or stainless steel boxes with threaded hubs, integral mounting lugs and PVC coated covers E Underground circuits In accordance with the Washington State Department of Transportation's Standard Plan No J-11 a, Design B 16130-4 F Communication circuits Conduit bodies are not permitted. Junction boxes shall be sized as follows Maximum Trade Size of Conduit Width Box Size Length Depth For Each Additional Conduit Increase Width 1" 4" 16" 3" 2" 1-3/4" 6" 20" 3" 3" 1-1/2" 8" 27" 4" 4" 2" 8" 36" 4" 5" 1 Junction boxes installed within larger underground junction box for joining innerduct may be non-metallic high density polyethylene, ABS plastic type, or resin NEMA 4 type boxes 2.5 MAINTENANCE/PULL HOLES A. Precast concrete structures with preformed knockout holes for conduit entrance 1 One-piece, reinforced cast cement concrete with minimum compressive strength of 6,000 psi and suitable reinforcing for the size and construction. 2 Minimum wall thickness 3 inches 3 Access provided by cast iron round covers traffic rated for H2O loading. 2.6 MISCELLANEOUS FITTINGS 1 NEMA FB 1, compatible with conduit/tubing materials 2 Deep socket PVC coupling for connecting RTRC to PVC conduit runs 3 Conduit bodies shall be cast or malleable iron, hot dipped galvanized. Covers shall be of the same material and finish as the fitting. Appleton, Crouse Hinds, OZ Gedney, or equal 4 Conduit bushings shall be malleable iron. Locknuts and sealing locknuts in sizes smaller than 2 1/2" shall be steel Locknuts and sealing locknuts in sizes 2 1/2" and larger shall be malleable iron. Appleton, Cooper Crouse Hinds, OZ Gedney, Thomas Betts or equal 5 Conduit sealing bushings shall be OZ Gedney Type CSM series Cabinet sealing bushing shall be OZ Gedney Type GRK. 6 Conduit sealing fittings, drains and breathers shall be OZ Gedney Type EY and DB, or equal Appleton or Crouse Hinds 7 Through wall and floor seals shall be OZ Gedney FS and WS series 8 Cord grip connectors shall be OZ Gedney CGA, or equal Appleton or Crouse Hinds 9 External Cable Grip (Kellum's Grip) Woven wire mesh type made of high-strength galvanized or stainless steel wire strand and 16130-5 matched to cable diameter and with attachment provision designed for the corresponding connector 10 Conduit spacers for direct buried or encased in concrete raceways shall be Underground Devices, Inc "Wunpeece Spacers" or equal PART 3 — EXECUTION 3.1 EXAMINATION A. Examine surfaces and spaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRING METHODS A. Install PRMC unless other raceways are shown on the Contract Documents, are required by Code, or are permitted under these specifications B Where the manufacturer of equipment provided by the Contractor recommends or requires RMC for circuits associated with the equipment, provide RMC or PRMC for the entire circuit, even if other conduit types would otherwise be permitted under these specifications C Indoors Use the following wiring methods 1 Exposed raceway runs in non -process areas which are dry and above grade EMT or RMC 2 Exposed in process areas RMC or PRMC 3 Exposed in corrosive areas PRMC 4 Exposed Wet or below grade Locations PRMC 5 Concealed a. in wood frame walls EMT or RMC b in masonry walls RNC or RMC c In dry accessible building spaces (i e above dropped ceilings) EMT or RMC d. in concrete slab floors, walls or ceilings surrounded by dry areas or in slabs above basements which are not corrosive PRMC, RMC, or RNC e in concrete slab floors, walls or ceilings in contact with earth, water containing tank walls or corrosive areas PRMC or RNC f below slab -on -grade floors PRMC, RMC or RNC 1) Use PRMC for underslab circuits where metal conduit is called out on plans RMC may be used for indoor underslab circuits only where specifically noted on the Plans 16130-6 2) At stub up locations or other locations where the raceway changes from buried to exposed conditions, transition conduit as described in paragraph 3 3 6 Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment) FMC, except where RMC (or PRMC) is used, use LFMC Do not use flexible conduit in place of elbows, offsets, or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections D Outdoors Use the following wiring methods 1 Exposed RMC or PRMC 2 Exposed in corrosive locations PRMC 3 Concealed in concrete slab RNC or PRMC 4 Below slab -on -grade, or in earth (backfill) RNC or PRMC a. Use PRMC where metal conduit is indicated on the Plans for underground circuits It is not permissible to use RMC in outdoor, below grade locations b At stub up locations and at entrances to buildings or other locations where the raceway changes from buried to exposed conditions, transition conduit as described in paragraph 3 3 5 Connection to Vibrating Equipment LFMC Do not use flexible conduit in place of elbows, offsets, or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections E Concrete encased ductbank. RNC, or PRMC 3.3 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions Provide a raceway for each circuit indicated. Do not gang raceway into wireways, pullboxes, junction boxes, etc , without specific approval Do not group home runs or circuits without approval of the Owner B Minimum Raceway Size 1 inch trade size for underground or imbedded circuits, 1 inch trade size for communications circuits, 3/4 inch trade size for other circuits C Provide PRMC or RTRC elbows for all RNC runs where conduit transitions horizontally or vertically Where RTRC is used in PVC runs, provide elbows with factory attached socket PVC couplings D Install conduit as a complete, continuous system without wires, mechanically secure and electrically connected to all metal boxes, 16130-7 fittings and equipment. Blank off all unused openings using factory made knockout seals E Install conduit exposed unless shown otherwise on the Plans F Do not install raceway in the slab or below grade/slab unless specifically shown on the Plans as being installed in the slab or below grade/slab G Run parallel or banked raceways together, on common supports where practical Use factory elbows where elbows can be installed parallel, otherwise, provide field bends for banked raceways Make bends in parallel or banked runs from same centerline to make bends parallel H. Wherever practical, route conduit with adjacent ductwork or piping and support on common racks Base required strength of racks, hangers, and anchors on combined weights of conduit and piping. I. Exposed Conduit Installation 1 Install exposed raceways in lines parallel or perpendicular to the building or structural members or the structure lines except where the structure is not level Follow the surface contours as much as practical Do not install crossovers or offsets that can be avoided by installing the raceway in a different sequence or a uniform line Provide adequate headroom. 2 Where several circuits follow a common route, stagger pullboxes or fittings, or if shown grouped in one box, individually fireproof each conduit. 3 Support exposed raceways as specified in Section 16050 a. Provide anchors, hangers, supports, clamps, etc to support the raceways from the structures in or on which they are installed. Do not space supports further apart than ten feet. b Provide sufficient clearance to allow conduit to be added to racks, hangers etc in the future c Support raceway within three feet of every outlet box, junction box, gutter, panel, fitting, etc d. Raceway in "wet" areas shall have clamp backs (spacers) or other appropriate spacers to hold them a minimum of 1/2 inch off the surface Horizontal runs on the roof surface shall be blocked at every 5 feet to hold them a minimum of 2 inches above roof surface J Raceway concealed above ceilings, in furred spaces, under slab, embedded in slab etc , which are normally inaccessible may be run at angles not parallel to the building lines K. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes or other heat sources operating at temperatures above 40° C (104° Fahrenheit) Install horizontal raceway runs above water and steam piping. 16130-8 L Where conduits cross building or structure expansion joints, use suitable sliding or offsetting expansion fittings Unless specifically approved for bonding, use a suitable bonding jumper For sizes one inch and smaller, a half -loop of flexible conduit between boxes or fittings may be used. M. Install concealed raceway in wall or ceiling construction and/or place below the slab in a shallow trench. Do not install conduit in slab unless shown to be installed in slab on Contract Document drawings The top of conduits installed in the shallow trench shall be at least 3 inches below the bottom of the slab Do not run conduit just below the slab or at the edge of the slab Embed raceway in masonry in the hollow core Horizontal runs in the joint are not permitted. N Where conduit is shown on the plans or called for to be embedded or run in concrete walls, embed conduit in concrete walls or slabs a minimum of two inches from the exterior of the concrete and between steel reinforcing mats or to the center of the concrete with respect to the concrete It is not permissible for conduit to be in direct contact with reinforcing mats 1 Do not place conduit in concrete less than five inches thick. 2 Sizes larger than one inch are not permitted embedded in concrete unless shown otherwise on the plans 3 Conduit embedded in concrete may run at angles to the structure or slab line 4 Crossovers in concrete are not permitted unless otherwise noted on the Plans O Underground raceway runs 1 Run as straight as practicable Make changes in direction and/or grade of sufficient length to allow a gradual change (three foot radius minimum) Make slight offsets with five degree couplings 2 Run trench true, and clear of stones or soft spots Place three inches of fine sand in the trench bottom and tamp into place Provide preformed plastic spacers on top of sand spaced five feet on center where more than one conduit is placed in a trench After the raceway is placed in the trench, backfill to six inches above top of conduits with sand, then with native earth backfill passing a No 8 sieve, free of stones Do not tamp on top of the conduit until the final backfill is placed. Tamp or water settle the final backfill to finish grade Compact the backfill as specified under Division 2 3 Mark direct buried conduit by an underground line warning tape as described in Section 16050 4 Clean underground and embedded conduit two-inch size and above with a wire brush or swab, followed by a mandrel not less than twelve inches long and approximately one-quarter inch smaller in diameter than the conduit internal diameter P Where raceway exits from grade or concrete, provide the following 16130-9 1 For runs exiting from grade, slabs or encasement, transition to one of the following for a minimum of 24" inches of raceway (including elbows) before exiting and for vertical runs, a minimum of 3" beyond the exiting point 1) PRMC 2) RMC taped with a half lapped wrap of Scotchrap No 51 plastic tape (40 mil total thickness) The conduit shall be wrapped a minimum of 3" above the exiting point and at least 24" of raceway below the exiting point (at a minimum, the rigid steel elbow and conduit located at/above the exiting point shall be fully wrapped) 3) RMC coated with Kopper's Bitumastic No 505 4) RTRC 2 Do not extend plastic conduit (PVC or RTRC) above grade, into buildings, or equipment. 3 For equipment to be moved into place at a later date, install a coupling flush with the floor slab and a threaded flush plug. Q Stub -ups 1 Coordinate conduit stub up locations with approved equipment shop drawing submittals prior to locating conduit stub ups in the slab Locate conduit stub ups per equipment manufacturer's recommendations and the requirements of the Plans and Specifications 2 Where conduits are stubbed up into switchgear, motor control centers, floor standing switchboards, and similar open bottom equipment, do not extend the conduit, including end fittings, more than 3 inches above the bottom of the enclosure Stub conduits to a uniform height (plus or minus 1/8 inch) and align conduits within plus or minus 1/4 inch in rows parallel or perpendicular to the building structure Terminate conduit with an insulating, grounding type bushing bonded to the ground bus of the equipment. 3 Locate stub -ups directly under the enclosure access point or section gutter into which the conductors they contain are to be routed. 4 Arrange stub -ups so that no curved portion of bend is visible above the finished slab 5 Protect stub -ups from damage where conduits rise through slabs or out of wall by installing a steel bushing or coupling on the threaded end before slab is poured R. Bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes Bending of PVC shall be by hot box bender and, for PVC two inches in diameter and larger, expanding plugs Make elbows, offsets and bends uniform and symmetrical Make 16130-10 bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. S Support conduit connections to motors or other equipment independently of the motor or equipment. Rise or drop vertically to the nearest practicable point of connection to the unit. Run vertical drops to the floor and fasten with a floor flange Unsupported drops are not permitted. Horizontal runs on the floor or on equipment are not permitted. Drop or rise at the appropriate closest location. Run conduit on equipment frames or supports to closely follow the contours of the equipment. Locate conduit to maintain access to all equipment services and adjustment points and so as not to interfere with operation of the equipment. T Connect conduit to hubless enclosures, cabinets and boxes with double locknuts and with insulating type bushings Use grounding type bushings where connecting to concentric or eccentric knockouts Connect to enclosures, boxes and devices from below in wet areas Make conduit connections to enclosures at the nearest practicable point of entry to the enclosure area where the devices are located to which the circuits contained in the conduit will connect. U Penetrations for raceways 1 Do not bore holes in floor and ceiling joists outside center third of member depth or within two feet of bearing points Holes shall be one inch diameter maximum 2 Penetrate through building or structure wall or surfaces with a PVC or sheet metal sleeve with at least 3/4" greater interior diameter (ID) than conduit exterior diameter (OD), set flush with walls, pack with fiberglass and seal with silicone sealant and cover with escutcheon plate 3 Penetrate through poured -in-place or below grade walls and free slabs, with a sleeve Set sleeves flush with forms or edges of slab/wall Pack around conduit with fiberglass and seal with silicone sealant. For penetrations below exterior grade, provide a floor or wall sealing fitting on the interior of the building wall 4 Penetrate through roofs with core drill hole 1/2 inch to 1 inch larger than conduit, flash with neoprene, caulk conduit in place and seal with silicone sealant under flashing. Sleeve roof opening where non -concrete roof construction occurs V Raceway terminations and connections 1 Join raceways with fittings designed and approved for the purpose and make joints tight. 2 Make threaded connections waterproof and rustproof by application of a watertight, conductive thread compound. Clean threads of cutting oil before applying thread compound. 16130-11 3 PRMC Use only fittings approved for use with that material Patch all nicks and scrapes in PVC coating after installing conduits 4 Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 5 Cut ends of conduit square with hand or power saw or pipe cutter Ream cut ends to remove burrs and sharp ends Make conduit threads which are cut in the field to have same effective length and same thread dimensions and taper as specified for factory -cut threads 6 Flexible Connections Use maximum of 18 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement, such as motors, transformers, generators or similar equipment or equipment such as instruments which must be removed for service Install flexible conduit in a straight length. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment such as panels, enclosures or switches With the Owner's approval, longer lengths of flexible conduit may be used for connection to items of equipment which require longer lengths for installation (i e 2" conduits and larger) and removal of the equipment for maintenance or replacement purposes Recessed and semi -recessed lighting fixtures may use up to 6 feet of flexible conduit, or 11 feet of pre -manufactured lighting "whips" Use liquid -tight flexible metal conduit in wet or damp locations Do not strap flexible conduit to structures or other equipment. 7 Provide double locknuts and insulating bushings at conduit connections to boxes and cabinets Align raceways to enter squarely and install locknuts with dished part against the box. Use grounding type bushings where connecting to concentric or eccentric knockouts In "wet" areas, use locknuts of the sealing type, use Myers hubs or O-Z/Gedney rain tight conduit hubs 8 Connect conduits to enclosures at the location of the gutter or device to which the contained conductors will be routed. Route or stub conduits to motors and/or mechanical equipment directly to the connection and locate as close as possible to equipment terminals 9 Where a device manufacturer requires a device or junction box to permit multiple conduit entries into the device from a single conduit, provide the device or junction box at no additional cost to the Owner 10 Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. 16130-12 11 Place conduits at panelboards in the rear line of knockouts where possible Install spare conduits from flush -mounted panels up to accessible spaces Install a minimum of one spare three-quarter inch conduit for every three single -pole spare breakers or spaces, or fraction thereof (three conduits minimum) W Keep conduits clean and dry and close each end left exposed. When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt or water into equipment. Use temporary closures to prevent foreign matter from entering raceways X. Install pull wires in empty raceways and in empty innerduct. Use No 14 AWG zinc -coated steel or monofilament plastic line with not less than 200 -lb tensile strength. Leave at least 8 inches of slack at each end of the pull wire Y Seal interior of raceways around conductors at (1) hazardous locations, (2) where conduits pass from warm to cold locations, such as the boundaries of air conditioned, heated or refrigerated spaces and where conduits enter or exit buildings from outdoor areas, including underground ducts or conduit runs or (3) where otherwise required by NFPA 70 1 Methods used to seal interior of raceways around conductors shall be as follows a. Install raceway sealing fittings according to manufacturer's written instructions Locate fittings at suitable, approved, and accessible locations For hazardous locations, fill them with UL -listed sealing compound. For non -hazardous areas, fill with expansive foam or Ducseal For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces Boxes that have electrical devices installed (switches, receptacles etc) shall not be used in place of a dedicated steel box for installation of the fitting that will house the sealing material b Seal conduits using expansive foam or Ducseal where conduits enter through the bottom of motor control centers, switchboards, panel boards and control panels c Seal conduits using expansive foam or Ducseal for individual items of equipment where it is not practical to install raceway seal fittings such as building mounted lighting fixtures and convenience receptacles d. As otherwise required by NFPA 70 Z Device and Outlet Boxes 1 Coordinate box locations with building surfaces and finishes to avoid bridging wainscots, joints, finish changes, etc 16130-13 2 Recess boxes in the wall, floor, and ceiling surfaces in finished areas or where noted on the Plans Set boxes plumb, level, square and flush with finished building surfaces within one -sixteenth inch for each condition. Set boxes so that box openings in building surfaces are within one-eighth inch of edge of material cut-out and fill tight to box with building materials Boxes shall be backed with box supports (Caddy Model TSGB, SGB, steel or wood stud backers) that span a minimum of two studs or joists to prevent rotation on studs or joists and to prevent twisting or deflection during wall, ceiling, or floor surface material installation. The use of supports that do not span a minimum of two studs are not permitted without permission from the Owner Provide attachments to withstand a force of one -hundred pounds applied vertically or horizontally 3 Use gang boxes in indoor areas wherever more than one device is used at one location. In wet, corrosive or hazardous areas, use multiple double gang boxes 4 Boxes in wet areas shall be surface mounted on channel iron stanchions or set with spacers on walls and shall be attached with clamps or feet (drilling or punching enclosure to mount through side of box or enclosure is not permitted), and they shall have all conduit connections from below arranged to drain moisture away with suitable EYD drains installed at the bottom It is not permissible to install conduits into the top and side of the boxes at exterior locations unless otherwise noted on Plans 5 Attach exposed (surface mounted) boxes to building structure with a minimum of two fasteners Provide attachments to withstand a force of one -hundred pounds applied vertically or horizontally 6 Set exposed device boxes four feet above the finished floor to top of the box unless otherwise noted on the Plans 7 Set exposed boxes for lighting switches at 44 inches above the finished floor and within one foot of the door opening on the strike or lock side of the door or on the side closing last. 8 Set recessed boxes at the following heights to the bottom of the box, except where noted otherwise a. convenience outlet receptacles in finished areas at sixteen inches, b lighting switches, dimmers, etc at forty-four inches above floor and within one foot of the door opening on the strike or lock side of the door or on the side closing last. c wall mounted telephones at sixty inches above floor d. Place boxes for outlets on cabinets, countertops, shelves, and similar electrical boxes located above countertops two inches above the finished surface or two inches above the back splash. Verify size, style, and location with the supplier or installer of these items before installation. 16130-14 9 Arrange boxes used in wet areas to drain moisture away from devices or enclosures for equipment and make conduit connections from below 10 Set floor boxes level and adjust to finished floor surface AA. Install pullboxes for underground raceway systems true to line and grade Provide a compacted foundation of fine sand or three-eighths minus crushed rock for the bearing surface edges of the pullboxes BB Install wall or surface mounted enclosures and cabinets plumb Support at each corner 3.4 PROTECTION A. Provide protection and maintain ambient conditions, in a manner acceptable to manufacturer and Owner,that ensure coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion. 1 Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer 2 Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer 3.5 CLEANING A. On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions * * * END OF SECTION 16130-15 SECTION 16140 WIRING DEVICES PART 1— GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes various types of receptacles, connectors, switches, and finish plates 1.3 SUBMITTALS No submittals are required. 1.4 QUALITY ASSURANCE Refer to Section 16010 Basic Electrical Requirements 1 7 Quality Assurance PART 2 — MATERIALS 2.1 MANUFACTURERS A. Available Manufacturers Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include the following: 1 Wiring Devices a. Cooper Wiring Devices b Bryant Electric, Inc c Hubbell Inc d. Killark Electrical Mfg. Co e Leviton Mfg. Co , Inc f Pass & Seymour/Legrand. g. Crouse -Hinds h. Paragon i Mulberry j Square -D 2 Multi -Outlet Assemblies a. Wiremold Co 16140-1 2.2 WIRING DEVICES A. Comply with NEMA Standard WD 1 "General Color Requirements for Wiring Devices" and NEMA Standard WD 6, "Wiring Devices — Dimensional Specifications" B Enclosures NEMA 1 equivalent, except as otherwise indicated. C Color. Ivory except as otherwise indicated or required by Code D Receptacles, Straight -Blade and Locking Type Except as otherwise indicated, comply with Federal Specification W -C-596, UL Standard 498, "Electrical Attachment Plugs and Receptacles" Receptacles shall be heavy duty specification grade Provide NRTL labeling of devices to verify compliance 1 General purpose Convenience Outlets a. Duplex receptacle configuration b Nylon face c Staked screw terminals for line, neutral, and ground connections d. Provisions for split bus e NEMA 5-15R or 5-20R f Hubbell HBL 5262 or equal 2 Special Purpose Receptacles a. Staked screw terminals for line, neutral, and ground connections b NEMA configuration as indicated. E Receptacles, Straight—Blade, Special Features Comply with the basic requirements specified above for straight -blade receptacles of the class and type indicated, and with the following additional requirements 1 Ground -Fault Circuit Interrupter (GFCI) Receptacles UL Standard 943, "Ground Fault Circuit Interrupters," with integral NEMA 5- 20R duplex receptacle arranged to protect only the connected receptacle and no other receptacles connected on the same circuit. F Receptacles, Industrial Heavy -Duty Conform to NEMA Standard PK 4 "Plugs, Receptacles, and Cable Connectors of the Pin and Sleeve Type for Industrial Use " G Receptacles in Hazardous (Classified) Locations Comply with NEMA Standard FB 11 "Plugs, Receptacles, and Connectors of the Pin and Sleeve Type for Hazardous Locations" and UL Standard 1010 16140-2 "Receptacle -Plug Combinations for Use in Hazardous (Classified) Locations " H. Pendant Cord/Connector Devices Matching, locking type, plug and plug receptacle body connector, NEMA L5 -20P and L5 -20R, heavy-duty grade 1 Bodies Nylon with screw -open cable -gripping jaws and provision for attaching external cable grip 2 External Cable Grip Woven wire mesh type made of high-strength stainless or galvanized -steel wire strand and matched to cable diameter and with attachment provision designed for the corresponding connector I. Snap Switches Quiet–type AC switches, NRTL listed and labeled as complying with UL Standard 20 "General Use Snap Switches," and with Federal Specification W–S-896 1 Lighting Switches 120/277V ac only, rated 20 amperes 2 Motor rated switches horsepower rated for application indicated. J Photocells 1 Three wire devices with adjustable aperture or lighting level operation where directly controlling lighting fixtures or interfacing to 120 VAC circuits They shall be designed for conduit box mounting. They shall have outputs rated 120 volt, 20 amps Tork, Crouse -Hinds, or equal 2 Four wire devices operating at 120 VAC and with dry contacts rated 2 amps where interfacing to other than 120 VAC circuits, such as to 24 VDC PLC inputs K. Weatherproof exterior receptacle device covers shall be constructed entirely of cast aluminum material The cover which encloses the cord set shall be opaque gray Product shall be INTERMATIC Model WP1010MC or equal L Device Box Covers Cast iron to match box to which installed. PART 3 — EXECUTION 3.1 INSTALLATION A. Except as otherwise indicated on Plans, surface mount, with long dimension vertical Mount with grounding terminal of receptacles on bottom B Arrangement of Devices 16140-3 1 Group adjacent switches in common boxes under single, multigang cover plates 2 See Section 16130 for mounting height of devices 3 Verify locations of outlets and switches in cabinetry with cabinet supplier and cabinetry shop drawings prior to installation. C Install switches with the "Off' position down. Install three and four way switches so the load is de -energized when all switch handles are down. D Connect phase, neutral, and grounding wires to devices with full loops around screws installed to tighten with tightening of the screw The use of push -in terminals is not acceptable Trim insulation to within one- eighth inch of screw terminal E Surface mounted devices and wall plates Install devices and assemblies plumb, level and secure F Flush mounted devices and wall plates 1 Provide spacers on device screws to flush yokes or flanges to surface of wall within 1/16 inch where boxes are not flush with the wall surface 2 Protect devices and assemblies during painting. 3 Install wall plates after painting is complete Install with an alignment tolerance of 1/16 inch to plumb Install at flush mounted devices so that all four edges are in continuous contact with finished wall surface without the use of mats or similar devices Do not use plaster fillings G Use corrosion resistant devices outdoors 3.2 GROUNDING A. Connect receptacle or switch ground lug to device box 3.3 FIELD QUALITY CONTROL A. Acceptance Testing: 1 Test wiring devices for proper connections, polarity and ground continuity Perform this testing with testing equipment designed for testing polarity and connections 2 Operate each operable device at least 6 times 3 Test ground -fault circuit interrupter operation with local fault simulations, using a tester designed for such testing, and according to manufacturer recommendations Testing with integral test switches on the receptacle is not sufficient for this testing. 16140-4 B Replace damaged or defective components, and retest. 3.4 CLEANING A. General Internally clean devices, device outlet boxes, and enclosures Replace stained or improperly painted wall plates or devices * * * END OF SECTION 16140-5 SECTION 16410 ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes switches and circuit breakers, whether individually mounted or group mounted in panelboards and similar equipment. B Related Sections The following Sections contain requirements that relate to this Section 1 Section 16140 for attachment plugs and receptacles, and snap switches used for disconnect switches 2 Section 16440 for panelboards containing circuit breakers 1.3 SUBMITTALS A. Manufacturer's Product Data for disconnect switches, circuit breakers and accessories specified in this Section. This includes, but is not limited to 1 nameplate ratings 2 mounting methods 3 For units which are stand alone mounted include dimensioned plans (showing available conduit entry locations), sections, and elevations 4 Enclosures which will not accept the quantities and sizes of conduits as shown on the Contract Plans will be rejected. 5 Lugs or connections for switches and circuit breakers which are not able to accept the quantities and sizes of conductors as shown on the Contract Plans will be rejected. B Maintenance data for tripping devices to include in the operation and maintenance manual specified in Division 16010 1.4 QUALITY ASSURANCE A. Refer to Section 16010 paragraph 1 7 B Source Limitations Obtain disconnect switches and circuit breakers from one source and by a single manufacturer C Comply with NEC for components and installation. 16410-1 D Comply with UL 98, "Enclosed and Dead -Front Switches" for safety switches E Comply with UL 1066 "Standard for Low -Voltage AC and DC Power Circuit Breakers Used in Enclosures" for low voltage power circuit breakers F Comply with UL 489, "Molded -Case Circuit Breakers, Molded -Case Switches, and Circuit -Breaker Enclosures" for molded case circuit breakers G Product Selection for Restricted Space Space for installation of switches and circuit breakers is limited. The Plans indicate typical physical sizes or dimensions for switches and circuit breakers, including clearances between switches and circuit breakers and adjacent surfaces and items Switches and circuit breakers with larger dimensions may be acceptable, but it is the responsibility of the Contractor to submit detailed drawings showing the required revisions to the structural, process, mechanical, electrical, and other plans to accommodate centers with larger dimensions in order to obtain approval before a change is accepted. The Supplier/Contractor shall coordinate the size of the switches and circuit breakers with the available space and shall verify that the proposed switches and circuit breakers are capable of being installed in the available space prior to making a submittal Switches and circuit breakers of dimensions larger than the available space shall not be submitted, and if is submitted, shall be rejected. The decision of the Owner as to the acceptability of switches and circuit breakers with larger dimensions than as shown on the Plans will be final If the larger equipment is deemed acceptable, it is the Contractor's responsibility to provide any required revisions to the structural, process, mechanical, electrical, and other designs without additional cost to the Owner H. Submit and obtain approval of shop drawings and make approved shop drawings available prior to placement of conduits in slabs to ensure placement is coordinated with switch and circuit breaker access locations from approved shop drawings Do not place conduits in slabs prior to the receipt of approved shop drawings Any relocation of conduits that are required because of incorrectly placed conduits prior to receipt of approved shop drawings shall be completed at the Contractor's expense PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers Subject to compliance with requirements, manufacturers offering switches and circuit breakers that may be incorporated into the Work include, but are not limited to, the following 1 Disconnect switches, safety switches and circuit breakers 16410-2 a. Eaton Electrical, Cutler -Hammer Products b General Electric Co , Electrical Distribution and Control Division. c Schneider Electric, Square D Co 2.2 SWITCHES A. Enclosed, non -fusible Switch, 600 A and Smaller. NEMA KS 1, Type HD, enclosure consistent with environment where located, handle lockable with 2 padlocks, and interlocked with cover in CLOSED position. Switch horsepower rated where used in motor circuits B Enclosed, Fusible Switch, 600 A and Smaller. NEMA KS 1, Type HD, Class R rejection fuse clips, enclosure consistent with environment where located, handle lockable with 2 padlocks, and interlocked with cover in CLOSED position. Switch horsepower rated where used in motor circuits C Enclosure NEMA KS 1, with enclosure types as described in Section 16050, unless indicated otherwise in the Contract Documents Enclosure conduit entry locations shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans D Lugs or connections shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans E Accessories 1 Provide at least two auxiliary contacts for each switch. Where no auxiliary contacts are shown on plans, provide two normally open auxiliary contacts Where one auxiliary contact is shown on the plans, provide indicated auxiliary contact and one additional normally open auxiliary contact. If two or more auxiliary contacts are shown on the plans, provide auxiliary contacts as shown. 2.3 ENCLOSED CIRCUIT BREAKERS A. Molded -Case Circuit Breaker. NEMA AB 1, with lockable handle B Characteristics Frame size, trip rating, number of poles, and auxiliary devices as indicated with interrupting rating to meet available fault current. 1 Main and feeder breakers shall be molded case breakers with thermal magnetic trip 2 Motor circuit breakers shall be magnetic only trip with adjustable trip setting. 3 Branch circuit breakers shall be molded case, thermal -magnetic trip, trip -free with non -interchangeable, non-adjustable trip unless otherwise noted. 16410-3 C Application Listing: Appropriate for application, including switching lighting loads (SWD) or heating, air-conditioning, and refrigerating equipment (HACR) D Molded -Case Switch Where indicated, molded -case circuit breaker without trip units E Enclosure per application, as described in Section 16050, unless otherwise specified or required to meet environmental conditions of installed location. Enclosure conduit entry locations shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans F Lugs Mechanical lugs and power -distribution connectors suitable for conductors of the material, number and size provided. Lugs or connectors shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans PART 3 — EXECUTION 3.1 INSTALLATION A. Install equipment enclosures level and plumb in locations as indicated, according to manufacturer's written instructions B For wall mounted equipment enclosures located at walls, bolt units to wall or mount on structural–steel channels bolted to wall For enclosures not located at walls, provide structural stanchion supports conforming to Section 16050 C Install wiring between switches, circuit breakers, control, and indication devices D Connect switches and circuit breakers and components to wiring system and to ground as indicated and as instructed by manufacturer 1 Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B E Identify each switch and circuit breaker according to requirements specified in Section 16050 3.2 FIELD QUALITY CONTROL A. Acceptance Testing After installing switches and circuit breakers and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements 1 Procedures 16410-4 a. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 5 1 1 for switches Certify compliance with test parameters b Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 6 1 1 for molded -case circuit breakers Certify compliance with test parameters 2 Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance, otherwise, remove and replace with new units and retest. 3.3 ADJUSTING A. Set field -adjustable circuit -breaker trip setting ranges as indicated. 1 Where circuit breakers are included in the short circuit study, set the trip as recommended in the study B Provide fuses for fused disconnect switches to coordinate with manufacturer's listed maximum fuse size for equipment supplied by the disconnect switch. 3.4 CLEANING A. After completing system installation, including fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish including chips, scratches, and abrasions *** END OF SECTION *** 16410-5 SECTION 16440 PANELBOARDS PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes lighting and power panelboards and associated auxiliary equipment rated 600 V and less B Section Includes 1 Combination Panelboard and Transformer "Paneltrans" a. Diversion Structure Paneltrans "Diversion" C Related Sections include the following 1 Section 16050 for additional materials and installation information. 2 Section 16410 for circuit breakers installed in panelboards 1.3 SUBMITTALS A. Product Data. For each type of panelboard, accessory item, and component specified. B Shop Drawings For panelboards, include the following 1 Enclosure (including front, door, etc ) type and mounting. 2 Bus configuration and current ratings 3 Short-circuit current rating. 4 Circuit breaker quantities, types and layout. 5 Enclosures which will not accept the quantities of conduits as shown on the Contract Plans will be rejected. 6 Lugs or connections panelboards which are not able to accept the quantities and sizes of conductors as shown on the Contract Plans will be rejected. C Panelboard Schedules For installation in panelboards and inclusion in the maintenance manuals specified in Division 1 Submit final versions prior to closeout of project. D Maintenance Data For panelboard components to include in the maintenance manuals specified in Division 1 Include manufacturer's written instructions for testing circuit breakers 16440-1 1.4 QUALITY ASSURANCE A. Refer to Section 16010 paragraph 1 7 B Comply with NEMA PB 1 C Comply with UL 67, "Standard for Panelboards" D PanelTrans shall comply with UL 1062 E Product Selection for Restricted Space Space for installation of panelboards is limited. Contract Document plan drawings indicate typical physical sizes or dimensions for equipment, including clearances between panelboards and adjacent surfaces and items Panelboards with larger dimensions may be acceptable, but it is the responsibility of the Contractor to submit detailed drawings showing the required revisions to the structural, process, mechanical, electrical, and other plans to accommodate equipment with larger dimensions The Contractor shall coordinate the size of the panelboards with the available space and shall verify that the proposed equipment is capable of being installed in the available space prior to making a submittal Equipment of dimensions larger than the available space shall not be submitted, and if submitted, will be rejected. The decision of the Engineer as to the acceptability of equipment with larger dimensions than as shown on the Contract Document plan drawings will be final If the larger equipment is deemed acceptable, it is the Contractor's responsibility to provide any required revisions to the structural, process, mechanical, electrical, and other designs without additional cost to the Owner F Submit and obtain approval of shop drawings and make approved shop drawings available prior to placement of conduits in slabs to ensure placement is coordinated with panelboard access locations from approved shop drawings Do not place conduits in slabs prior to the receipt of approved shop drawings Any relocation of conduits that are required because of incorrectly placed conduits prior to receipt of approved shop drawings shall be completed at the Contractor's expense G Product Selection for Electrical System Selective Coordination In accordance with 16010 2 3.E 'Coordination Study', equipment that better meets the requirements of the selective coordination requirements will be acceptable provided the interrupting capacity, normal current capacity, and voltage rating as shown on the contract drawings are also satisfied. This substituted equipment for selective coordination must also meet all the requirements above, including 1 4.D 'Product Selection for Restricted Space' 1.5 DELIVERY, STORAGE, AND HANDLING A. Store equipment per requirements of Section 16010 paragraph 1 11 B Remove equipment protection only after equipment is safe from hazards such as dirt and moisture and damage from construction operations 16440-2 Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable 1.6 EXTRA MATERIALS A. Keys Provide 3 spares of each type for panelboard cabinet lock. PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Manufacturers Subject to compliance with requirements, provide products by the following: 1 Eaton Electrical, Cutler -Hammer Products 2 General Electric Co , Electrical Distribution & Control Div 3 Siemens Energy & Automation, Inc 4 Schneider Electric, Square D Co 2.2 PANELBOARD FABRICATION A. Enclosures Flush- or surface -mounted enclosures as indicated on the Plans NEMA PB 1, 20" minimum width, of NEMA type complying with Section 16050 for the location installed. Front Secured to enclosure with concealed trim clamps or screws Front for surface - mounted panelboards shall be same dimensions as enclosure Fronts for flush panelboards shall overlap enclosure, unless otherwise indicated. Enclosure conduit entry locations shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans B Directory Frame Metal, mounted inside each panelboard door C Bus Hard drawn copper of 98 percent conductivity Insulated, bondable, full size neutral bus unless otherwise indicated. D Main and Neutral Lugs Compression type Lugs or connections for panelboard equipment shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans E Equipment Ground Bus Adequate for feeder and branch -circuit equipment ground conductors Bonded to enclosure F Doors In panelboard front, with concealed hinges Secure with flush catch and tumbler lock, all keyed alike G Special Features Include the following features for panelboards 1 Provide same size enclosures for multi -section panelboards 2 Feed -through Lugs Sized to accommodate feeders indicated. 3 Panels shall have a minimum of NEMA 3R rating and exterior shall be constructed of Stainless Steel 4 Paneltrans – combination panel and transformers – shall contain within the integral enclosure of the unit a transformer of size shown on contract drawings Provide primary overcurrent 16440-3 protection or disconnecting means if overcurrent protection is not required. a. Transformer shall be rated for 80 degree from ambient temperature rise b Transformer shall be all copper windings H. Future Devices and Circuit Breakers Equip for future installation of devices and circuit breakers with mounting brackets, bus connections, and necessary appurtenances, for the overcurrent protective device ampere ratings indicated. 2.3 OVERCURRENT PROTECTIVE DEVICES A. In accordance with Section 16410, except as modified herein. B Branch Overcurrent Protective Devices Bolt -on circuit breakers, replaceable without disturbing adjacent units PART 3 — EXECUTION 3.1 INSTALLATION A. Install panelboards and accessory items according to NEMA PB 1 1 1 Setup, adjust and fasten in place flush trim and interiors 2 Install circuit breakers as shown on the "Circuit Schedule" for each panelboard except where deviations are necessary to accommodate changes in loads or equipment served. B Mounting Heights Top of trim 74 inches above finished floor, unless otherwise indicated. C Mounting Plumb and rigid without distortion of box. Mount flush panelboards uniformly flush with wall finish. Mount surface panelboards with spacers of neoprene or fiberglass to shim out from irregular surfaces or from damp surfaces D Circuit Directory Prepare panelboards directories neatly typewritten in the same pole sequence as the panelboard stamping. Send a copy to the Owner for his records Prior to typing the final directories, verify room and equipment names and numbers with the Owner and modify circuit descriptions of areas/spaces to conform with the Owner's desires Obtain approval before installing. Record all circuit breaker installation deviations from the "Circuit Schedule" and show on the Record Drawings the actual size and pole position of all circuit breakers installed. E Do not remove knockouts for breaker positions unless a breaker is to be installed. Where twistouts or knockouts are removed in error, provide a circuit breaker (one pole, twenty ampere) to fill each position removed. 16440-4 F Provision for Future Circuits Install panelboards in such a manner as to leave access to the box, building chases, knockouts, etc for future circuit additions 3.2 IDENTIFICATION A. Panelboard Nameplates Label each panelboard with engraved nameplates per the requirements of Section 16050 paragraph 3 3 3.3 CONNECTIONS A. Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque -tightening values Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B 3.4 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows 1 Test panelboards and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds Test wire and cable installation, when complete and seventy-two hours prior to energization of the system Check for continuity, visual damage, marking, and proper phase sequence before performing insulation testing. 2 Make insulation -resistance tests of each panelboard bus, component, and connecting supply or feeder circuit. Megger bus work, breakers and circuits phase -to -phase and phase -to -ground disconnecting and reconnecting equipment which cannot be meggered as required. The minimum acceptable steady-state value is 50 megohms Record ambient temperature and humidity during testing. B Acceptance Testing: After installing panelboards and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements 1 Procedures Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 6 1 1 for molded - case circuit breakers Testing of circuit breakers shall only be required for circuit breakers 200 amperes and larger Certify compliance with test parameters 2 Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance, otherwise, remove and replace with new units, and retest. C Take load readings on each panelboard after loads are connected and panel has been energized. Record these measurements to give the maximum reading for each phase and neutral obtained with lighting, appliances, motors, and other loads, connected to the panels in service 16440-5 3.5 ADJUSTING A. Set field -adjustable circuit -breaker trip ranges as indicated, or requested by the Owner 3.6 CLEANING A. On completion of installation, inspect interior and exterior of panelboards Vacuum interior and wipe clean all interior surfaces Remove paint splatters and other spots, dirt, and debris Touch up scratches and mars of finish to match original finish. * * * END OF SECTION 16440-6 SECTION 16520 EXTERIOR LIGHTING PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes exterior lighting fixtures, LED drivers, pole standards, and accessories B Related Sections The following Sections contain requirements that relate to this Section 1 Section 16510 for interior fixtures, lamps, ballasts, emergency lighting units, and accessories, also for exterior fixtures normally mounted on buildings 1.3 DEFINITIONS A. Fixture A complete lighting unit, exit sign, or emergency lighting unit. Fixtures include lamps and parts required to distribute light, position and protect lamps, and connect lamps to power supply Internal battery - powered exit signs and emergency lighting units also include a battery and the means for controlling and recharging the battery Emergency lighting units include ones with and without integral lamp heads See also LED luminaire B Lighting Unit A fixture or an assembly of fixtures with a common support, including a pole or bracket plus mounting and support accessories C LED luminaire A complete lighting unit consisting of LED -based light emitting elements and a matched driver together with parts to distribute light, to position and protect the light emitting elements, and to connect the unit to a branch circuit. The LEDbased light emitting elements may take the form of LED packages (components), LED arrays (modules), LED Light Engine, or LED lamps The LED luminaire is intended to connect directly to a branch circuit. D Luminaire A fixture 1.4 LM -80 – LUMEN MAINTENANCE.DEFINITIONS A. Average Life The time after which 50 percent fails and 50 percent survives under normal conditions B CRI. Color Rendering Index 16520-1 C CCT Correlated Color Temperature D SSL Solid State Lighting (or LED) 1.5 SUBMITTALS A. General Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections B Maintenance data for products to include in the operation and maintenance manual specified in Division 1 C Provide one of the following sets of data regarding the output of the Luminarie over time 1 LM -79-08 report at T=0 and at T=6000 hours with a summary table showing the percentage lumen output change and percent input power change 2 LM -80-08 test data for the LEDs at the three temperatures per LM - 80 -08 Provide extrapolation data using an exponential decay function to show the output at 50,000 hours Provide the Ts value from the LM -79-08 ad where the point falls in relation to the LM - 80 -08 extrapolated data. Interpolate between the LM -80-08 data for the Ts temperature 1.6 QUALITY ASSURANCE A. Electrical Component Standard Provide components that comply with NFPA 70 B Refer to Section 16010paragraph 1 7 1.7 STORAGE AND HANDLING OF POLES A. General Store poles on decay -resistant treated skids at least 12 inches above grade and vegetation. Support pole to prevent distortion and arrange to provide free air circulation. B Metal Poles Retain factory -applied pole wrappings until just before pole installation. For poles with nonmetallic finishes, handle with web fabric straps 1.8 EXTRA MATERIALS A. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents 1 LED Drivers 10% of each type and rating installed Furnish at least one of each type 2 Glass and Plastic Lenses, Covers, and Other Optical Parts 1% of each type and rating installed. Furnish at least one of each type 3 Globes and Guards 5% of each type and rating installed. Furnish at least one of each type 16520-2 PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Products Subject to compliance with requirements, provide one of the products specified in Lighting Fixture Schedule 2.2 FIXTURES AND FIXTURE COMPONENTS, GENERAL A. Metal Parts Free from burrs, sharp edges, and corners B Sheet Metal Components Corrosion -resistant aluminum, except as otherwise indicated. Form and support to prevent warping and sagging. C Housings Rigidly formed, weather- and light -tight enclosures that will not warp, sag, or deform in use Provide filter/breather for enclosed fixtures D Doors, Frames, and Other Internal Access Smooth operating, free from light leakage under operating conditions, and arranged to permit relamping without use of tools Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position. Provide for door removal for cleaning or replacing lens Arrange for door opening to disconnect ballast. E Exposed Hardware Material Stainless steel F Reflecting Surfaces Minimum reflectances as follows, except as otherwise indicated 1 White Surfaces 85 percent. 2 Specular Surfaces 83 percent. 3 Diffusing Specular Surfaces 75 percent. G Plastic Parts High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. H. Lenses and Refractors Materials as indicated. Use heat- and aging - resistant, resilient gaskets to seal and cushion lens and refractor mounting in fixture doors I. LED Drivers Electronic integrated circuit, solid-state, full -light -output, energy-efficient type compatible with lamps and lamp combinations to which connected. 1 Certification by Electrical Testing Laboratory (ETL) Can be UL recognized, but listed when part of a fixture assembly 2 Drivers shall have a minimum efficiency of 85% 3 Sound Rating "A" rating. 4 Voltage Match connected circuits 5 Starting Temperature -30 deg. C to 50 deg. C 6 Minimum Power Factor. 90 percent. 16520-3 7 Total Harmonic Distortion (THD) of Ballast Current Less than 10 percent. 8 Conform to FCC Regulations Part 15, Subpart J for electromagnetic interference 9 Lamp -Driver connection method does not reduce normal rated life of lamps 2.3 LAMPS AS PART OF FIXTURE A. Provide lamps for each fixture which comply with ANSI C78 series that is applicable to each type of lamp B Color Temperature and Minimum Color -Rendering Index (CRI) 4000- 4100 K and minimum CRI listed on fixture schedule C LED Lamp Life Rated average is a minimum of 50,000 operating hours before reaching L70 lumen output degradation point with no catastrophic failures 2.4 FIXTURE SUPPORT COMPONENTS A. Pole -Mounted Fixtures Conform to AASHTO LTS-3 B Wind -load strength of total support assembly, including pole, arms, appurtenances, base, and anchorage, is adequate to carry itself plus fixtures indicated at indicated heights above grade without failure, permanent deflection, or whipping in steady winds of 100 mi./h with a gust factor of 1 3 C Arm, Bracket, and Tenon Mount Materials Match poles' finish. D Mountings, Fastenings, and Appurtenances Corrosion -resistant items compatible with support components Use materials that will not cause galvanic action at contact points Use mountings that correctly position luminaire to provide indicated light distribution. E Pole Bases Anchor type with galvanized steel hold-down or anchor bolts, leveling nuts, and bolt covers F Metal Pole Grounding Provisions Welded 1/2 -inch threaded lug, accessible through handhole G Concrete for Pole Foundations Comply with Division 3 Use 3000-psig strength, 28 -day concrete 2.5 FINISHES A. Metal Parts Manufacturer's standard finish, except as otherwise indicated, applied over corrosion -resistant primer, free of streaks, runs, holidays, stains, blisters, and similar defects B Other Parts Manufacturer's standard finish, except as otherwise indicated. 16520-4 PART 3 — EXECUTION 3.1 INSTALLATION A. Set units plumb, square, level, and secure according to manufacturer's written instructions and approved Shop Drawings B Concrete Foundations Construct according to Division 3 1 Comply with details and manufacturer's recommendations for reinforcing, anchor bolts, nuts, and washers Verify anchor -bolt templates by comparing with actual pole bases furnished. C Pole Installation Use web fabric slings (not chain or cable) to raise and set poles D Fixture Attachment Fasten to indicated structural supports E Lamp fixtures with indicated lamps according to manufacturer's written instructions Replace malfunctioning lamps 3.2 FIELD QUALITY CONTROL A. Inspect each installed unit for damage Replace damaged fixtures and components B Give advance notice of dates and times for field tests C Provide instruments to make and record test results D Tests and Observations Verify normal operation of lighting units after installing fixtures and energizing circuits with normal power source Include the following 1 Check for excessively noisy ballasts E Replace or repair damaged and malfunctioning units, make necessary adjustments, and retest. Repeat procedure until all units operate properly 3.3 ADJUSTING AND CLEANING A. Clean units after installation. Use methods and materials recommended by manufacturer 3.4 LIGHTING FIXTURE SCHEDULE A. Lighting Fixture Schedule is shown on the Contract Plans * * * END OF SECTION 16520-5 PART 5 WAGE RATES https.//fortress.wa.gov/1ni/wagelookup/prvWagelookup. aspx 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: 6/13/2014 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.44 5N 1C Yakima Brick Mason Journey Level $42.38 5A 1M Yakima Building Service Employees Janitor $9.32 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.32 1 Yakima Building Service Employees Window Cleaner $9.32 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $38.15 7B 1N Yakima Divers Et Tenders Diver $105.37 5D 1M 8A Yakima Divers Et Tenders Diver On Standby $59.50 5D 1M Yakima Divers Et Tenders Diver Tender $54.82 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator $54.82 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $51.07 5A 1B Yakima Dredge Workers Assistant Engineer $53.00 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F Yakima Dredge Workers Boatmen $52.30 5D 3F Yakima Dredge Workers Engineer Welder $54.04 5D 3F Yakima Dredge Workers Leverman, Hydraulic $55.17 5D 3F Yakima Dredge Workers Mates $52.30 5D 3F ,Yakima Dredge Workers Oiler $52.58 5D 3F Yakima Drywall Applicator Journey Level $39.28 5D 1M Yakima Drywall Tapers Journey Level $34.06 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $56.36 5A 1E Yakima Electricians - Inside Journey Level $54.45 5A 1E Yakima Electricians - Inside Welder $58.27 5A 1E 1 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $68.33 5A4A Construction Yakima Electricians - Powerline Certified Line Welder $62.50 5A 4A Construction Yakima Electricians - Powerline Groundperson $42.56 5A4A Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $62.50 5A4A Construction Yakima Electricians - Powerline Journey Level Lineperson $62.50 5A4A Construction Yakima Electricians - Powerline Line Equipment Operator $52.47 5A4A Construction Yakima Electricians - Powerline Pole Sprayer $62.50 5A4A Construction Yakima Electricians - Powerline Powderperson $46.55 5A4A Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $80.14 7D 4A Yakima Elevator Constructors Mechanic In Charge $86.77 7D 4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $9.32 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $9.32 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 611B Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Et Mason Tenders Journey Level $34.42 7A 31 Yakima Industrial Power Vacuum Journey Level $9.32 1 Cleaner Yakima Inland Boatmen Journey Level $9.32 1 Yakima Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $9.73 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Head Operator $12.78 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Technician $9.32 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Tv Truck Operator $10.53 1 Sewer Et Water Systems By Remote Control 2 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Insulation Applicators Journey Level $39.28 5D 1M Yakima Ironworkers Journeyman $53.19 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $33.44 7A31 Yakima Laborers Airtrac Drill Operator $34.42 7A 31 Yakima Laborers Ballast Regular Machine $33.44 7A 31 Yakima Laborers Batch Weighman $31.40 7A 31 Yakima Laborers Brick Pavers $33.44 7A 31 Yakima Laborers Brush Cutter $33.44 7A 31 Yakima Laborers Brush Hog Feeder $33.44 7A 31 Yakima Laborers Burner $33.44 7A 31 Yakima Laborers Caisson Worker $34.42 7A 31 Yakima Laborers Carpenter Tender $33.44 7A 31 Yakima Laborers Cement Dumper -paving $34.01 7A 31 Yakima Laborers Cement Finisher Tender $33.44 7A 31 Yakima Laborers Change House Or Dry Shack $33.44 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $33.44 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $34.01 7A 31 Yakima Laborers Choker Setter $33.44 7A 31 Yakima Laborers Chuck Tender $33.44 7A 31 Yakima Laborers Clary Power Spreader $34.01 7A 31 Yakima Laborers Clean-up Laborer $33.44 7A 31 Yakima Laborers Concrete Dumper/chute Operator $34.01 7A 31 Yakima Laborers Concrete Form Stripper $33.44 7A 31 Yakima Laborers Concrete Placement Crew $34.01 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $34.01 7A31 Yakima Laborers Crusher Feeder $31.40 7A 31 Yakima Laborers Curing Laborer $33.44 7A 31 Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $33.44 7A 31 Yakima Laborers Ditch Digger $33.44 7A 31 Yakima Laborers Diver $34.42 7A 31 Yakima Laborers Drill Operator (hydraulic, diamond) $34.01 7A 31 Yakima Laborers Dry Stack Walls $33.44 7A 31 Yakima Laborers Dump Person $33.44 7A 31 Yakima Laborers Epoxy Technician $33.44 7A 31 Yakima Laborers Erosion Control Worker $33.44 7A 31 Yakima Laborers Faller Et Bucker Chain Saw $34.01 7A 31 Yakima Laborers Fine Graders $33.44 7A 31 Yakima Laborers Firewatch $31.40 7A 31 Yakima Laborers Form Setter $33.44 7A 31 Yakima Laborers Gabian Basket Builders $33.44 7A 31 Yakima Laborers General Laborer $33.44 7A 31 3 of 15 6/13/2014 3:02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Laborers Grade Checker Et Transit Person $34.42 7A 31 Yakima Laborers Grinders $33.44 7A 31 Yakima Laborers Grout Machine Tender $33.44 7A 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $34.01 7A 31 Yakima Laborers Guage and Lock Tender $34.52 7A 31 8Q Yakima Laborers Guardrail Erector $33.44 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $34.42 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $34.01 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $33.44 7A31 Yakima Laborers High Scaler $34.42 7A31 Yakima Laborers Jackhammer $34.01 7A 31 Yakima Laborers Laserbeam Operator $34.01 7A 31 Yakima Laborers Maintenance Person $33.44 7A 31 Yakima Laborers Manhole Builder-mudman $34.01 7A 31 Yakima Laborers Material Yard Person $33.44 7A 31 Yakima Laborers Motorman -dinky Locomotive $34.01 7A31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $34.01 7A31 Yakima Laborers Pavement Breaker $34.01 7A 31 Yakima Laborers Pilot Car $31.40 7A 31 Yakima Laborers Pipe Layer(lead) $34.42 7A 31 Yakima Laborers Pipe Layer/tailor $34.01 7A 31 Yakima Laborers Pipe Pot Tender $34.01 7A31 Yakima Laborers Pipe Reliner $34.01 7A31 Yakima Laborers Pipe Wrapper $34.01 7A 31 Yakima Laborers Pot Tender $33.44 7A 31 Yakima Laborers Powderman $34.42 7A 31 Yakima Laborers Powderman's Helper $33.44 7A 31 Yakima Laborers Power Jacks $34.01 7A 31 Yakima Laborers Railroad Spike Puller - Power $34.01 7A 31 Yakima Laborers Raker - Asphalt $34.42 7A31 Yakima Laborers Re-timberman $34.42 7A 31 Yakima Laborers Remote Equipment Operator $34.01 7A31 Yakima Laborers Rigger/signal Person $34.01 7A 31 Yakima Laborers Rip Rap Person $33.44 7A31 Yakima Laborers Rivet Buster $34.01 7A 31 Yakima Laborers Rodder $34.01 7A 31 Yakima Laborers Scaffold Erector $33.44 7A 31 ,Yakima Laborers Scale Person $33.44 7A 31 4 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Laborers Sloper (over 20") $34.01 7A 31 Yakima Laborers Sloper Sprayer $33.44 7A 31 Yakima Laborers Spreader (concrete) $34.01 7A 31 Yakima Laborers Stake Hopper $33.44 7A 31 Yakima Laborers Stock Piler $33.44 7A 31 Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $34.01 7A 31 Yakima Laborers Tamper (multiple Et Self-propelled) $34.01 7A 31 Yakima Laborers Timber Person Sewer (tagger, Shorer Et Cribber) $34.01 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $33.44 7A 31 Yakima Laborers Topper $33.44 7A 31 Yakima Laborers Track Laborer $33.44 7A 31 Yakima Laborers Track Liner (power) $34.01 7A 31 Yakima Laborers Traffic Control Laborer $33.29 7A 31 8R Yakima Laborers Traffic Control Supervisor $33.29 7A 31 8R Yakima Laborers Truck Spotter $33.44 7A 31 Yakima Laborers Tugger Operator $34.01 7A 31 Yakima Laborers Tunnel Work -Miner $34.52 7A 31 8Q Yakima Laborers Vibrator $34.01 7A 31 Yakima Laborers Vinyl Seamer $33.44 7A 31 Yakima Laborers Watchman $28.66 7A 31 Yakima Laborers Welder $34.01 7A 31 Yakima Laborers Well Point Laborer $34.01 7A 31 Yakima Laborers Window Washer/cleaner $28.66 7A 31 Yakima Laborers Underground Sewer Et General Laborer Et Topman $33.44 7A 31 Water Yakima Laborers - Underground Sewer Et Pipe Layer $34.01 7A31 Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.32 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.32 1 Yakima Lathers Journey Level $38.68 5D 1M Yakima Marble Setters Journey Level $42.38 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journey Level $29.36 6Z 1W Yakima Pile Driver Journey Level $50.30 5D 1M 5 of 15 6/13/2014 3:02 PM https.//fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Yakima Plasterers Journey Level $49.29 7Q 1R Yakima Playground Et Park Equipment Journey Level $9.32 1 Installers Yakima Plumbers Et Pipefitters Journey Level $74.29 6Z 1Q Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $53.00 7A 3C8P Yakima Power Equipment Operators Bobcat $50.22 7A 3C8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $50.22 7A3C 8P Yakima Power Equipment Operators Brooms $50.22 7A 3C8P Yakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P Yakima Power Equipment Operators Cableways $53.49 7A 3C 8P Yakima Power Equipment Operators Chipper $53.00 7A 3C 8P Yakima Power Equipment Operators Compressor $50.22 7A3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $53.49 7A3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $50.22 7A 3C8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A3C 8P Yakima Power Equipment Operators Conveyors $52.58 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A3C 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A 3C8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $50.22 7A 3C8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $54.61 7A3C 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C8P Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $55.17 7A3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With $52.58 Attachments A -frame Over 10 Tons 7A 3C 8P 6 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Yakima Power Equipment Operators Crusher $53.00 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $53.00 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $52.58 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $53.00 7A 3C 8P Yakima Power Equipment Operators Elevator And Man lift: Permanent And Shaft Type $50.22 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $53.00 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $52.58 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $50.22 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $53.49 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $52.58 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Operator $53.00 7A3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $54.04 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $53.00 7A3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $53.00 7A3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $53.00 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen $0.50 Per Hour Over Mechanic) $54.04 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Grader - Non -finishing $52.58 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P 7 of 15 6/13/2014 3:02 PM https.//fortress.wa.gov/1ni/wagelookup/prvWagelookup. aspx Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A 3C8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $50.22 7A 3C8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A 3C8P Yakima Power Equipment Operators Pavement Breaker $50.22 7A 3C8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $53.00 7A3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $50.22 7A3C 8P Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $50.22 7A 3C8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A3C 8P Yakima Power Equipment Operators Rigger And Bellman $50.22 7A3C 8P Yakima Power Equipment Operators Rollagon $53.49 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $52.58 7A3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $53.00 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $53.00 7A 3C8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $52.58 7A 3C8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $53.49 7A3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $50.22 7A3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A3C 8P 8 of 15 6/13/2014 3:02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A 3C8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A 3C8P Yakima Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $53.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $54.61 7A 3C8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $53.49 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P I Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P Yakima Power Equipment Operators Welder $53.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $50.22 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $50.22 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $50.22 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $50.22 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Brooms $50.22 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Bump Cutter $53.00 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Compressor $50.22 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $53.49 7A 3C 8P Underground Sewer Et Water 9 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $54.61 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $55.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Crusher $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Derricks, On Building Work $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Dozers D-9 Et Under $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drilling Machine $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $52.58 7A3C 8P Underground Sewer Et Water 10 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Gradechecker/stakeman $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $54.04 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Plant Feed $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, All $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Material Transfer Device $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $54.04 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Grader - Non -finishing $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C8P Underground Sewer Et Water 11 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pavement Breaker $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rollagon $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $53.00 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers - Concrete Et Carry All $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Service Engineers - Equipment $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A3C 8P Underground Sewer Et Water 12 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $53.49 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $54.61 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $54.04 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Trenching Machines $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $52.58 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Welder $53.49 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $50.22 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A3C 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $44.86 5A4A Trimmers Yakima Power Line Clearance Tree Spray Person $42.58 5A4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $44.86 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $40.08 5A4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $30.20 5A4A Trimmers Yakima Refrigeration Et Air Conditioning Journey Level $28.11 1 Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 13 of 15 6/13/2014 3:02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 113 Yakima Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $37.82 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $9.32 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.32 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $51.91 5A 1X Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers Journey Level $14.65 1 (Non -Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.32 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $42.38 5A 1M Yakima Street And Parking Lot Sweeper Journey Level $9.32 1 Workers Yakima Surveyors _ Assistant Construction Site Surveyor $52.58 7A3C 8P Yakima Surveyors Chainman $52.06 7A 3C 8P Yakima Surveyors Construction Site Surveyor $53.49 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction Cable Splicer $36.01 5A 2B Outside Yakima Telephone Line Construction Hole Digger/Ground Person $20.05 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $34.50 5A2B Outside Yakima Telephone Line Construction Special Aparatus Installer I $36.01 5A 2B Outside 14 of 15 6/13/2014 3.02 PM https.//fortress.wa.gov/lni/wagelookup/pwWagelookup.aspx Yakima Telephone Line Construction - Special Apparatus Installer II $35.27 5A2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $36.01 5A2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $33.47 5A2B Outside Yakima Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $19.04 5A2B Outside Yakima Telephone Line Construction - Television Lineperson/Installer $25.27 5A2B Outside Yakima Telephone Line Construction - Television System Technician $30.20 5A2B Outside Yakima Telephone Line Construction - Television Technician $27.09 5A2B Outside Yakima Telephone Line Construction - Tree Trimmer $33.47 5A2B Outside Yakima Terrazzo Workers Journey Level $33.05 5A1M Yakima Tile Setters Journey Level $33.05 5A 1M Yakima Tile, Marble Et Terrazzo Journey Level $28.97 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $42.33 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa-760) $37.56 612G Yakima Truck Drivers Dump Truck(c.wa-760) $37.56 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $37.56 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump Oiler $9.32 1 Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers 15 of 15 6/13/2014 3:02 PM Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 ************************************************************************************************************ 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 RAPE 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. L 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. 1 Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 1 N All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage O The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage P All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage. 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 ✓ All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All hours worked outside the hours of 5.00 am and 5.00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage Z All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 2 Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 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 RAPE 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 thio 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 RAPE 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 B 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, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3 Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 3 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 D All hours worked between the hours of 6.00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage All other hours worked after 6.00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate F All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage In the event the job is down due to weather conditions during a five day work week (Monday through Friday) or a four day -ten hour work week (Tuesday through Friday) then Saturday may be worked as a voluntary make-up day at the straight time rate However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RAPE 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. Holiday Codes A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7) B Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8) C Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) D Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) 4 Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 5 H. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). L 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) Holiday Codes Continued 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, Day 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) 5 Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 6 I. Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7) T Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9) Z. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday Holiday Codes Continued 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 6 Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 7 I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday J Holidays. New Year's Day, Independence Day, Memorial Day, Labor Day Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday K. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L. Holidays. New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day 10) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday 0 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, The Day After Or Before Christmas Day, And The Employees Birthday 11) 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 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 7 Benefit Code Key — Effective 3-5-2014 thru 8-30-2014 Note Codes 8 A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50' To 100' -$2 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3 00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4 00 per Foot for Each Foot Over 150 Feet Over 220' -$5 00 per Foot for Each Foot Over 220 Feet C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50' To 100' -$1 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1 50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2 00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour L Workers on hazmat projects receive additional hourly premiums as follows -Level A. $0 75, Level B $0.50, And Level C $0.25 M. Workers on hazmat projects receive additional hourly premiums as follows. Levels A & B $1 00, Levels C & D $0.50 N Workers on hazmat projects receive additional hourly premiums as follows -Level A. $1 00, Level B $0 75, Level C. $0.50, And Level D $0.25 P Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2 00, Class B Suit: $1.50, Class C Suit: $1 00, And Class D Suit $0 50 Q The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho These classifications are only effective on or after August 31, 2012 S Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012 T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012 8 PART 6 APPENDIX APPENDIX A GEPTECHNICAL REPORT (For Information Only) GEOTECHNICAL REPORT Yakima WWTP Outfall Pipelines Yakima, Washington HWA Project No. 2013-019-22 Prepared for Gray & Osborne, Inc. April 23, 2013 HWAGEOSCIENCES INC. • GeotechnicoI Engineering • HydrogeoIogy • GeoenvirontnentaI Services - Inspection & Testing YLitai ni HWA GEOSCIENCES INC. Geotechnical & Pavement Engineering • Hydrogeology • Geoent'ironmental • Inspection & Testing April 23, 2013 HWA Project No. 2013-019-21 Gray & Osborne, Inc. 107 South Third Street Yakima, Washington 98901 Attention: Ms. Nancy Morter, P.E. Subject: GEOTECHNICAL REPORT Yakima WWTP Outfall Pipelines Yakima, Washington Dear Nancy: Enclosed is a geotechnical report for the proposed new outfall pipelines for the Yakima Wastewater Treatment Plant in Yakima, Washington. This report presents the results of subsurface explorations and engineering studies for the proposed project. We appreciate the opportunity to be of service. HWA GEOSCIENCES INC. Ralph N. Boirum, P.E. Geotechnical Engineer, Principal 21312 30th Drive SE Suite 110 Bothell, WA 98021.7010 Tel: 425.774.0106 Fax: 425.774.2714 www.hwageo.com TABLE OF CONTENTS Page 1 0 INTRODUCTION 1 1 1 GENERAL 1 1 2 SITE AND PROJECT DESCRIPTION 1 1 3 AUTHORIZATION 1 2 0 FIELD AND LABORATORY INVESTIGATIONS .2 21 EXPLORATIONS .2 2 2 LABORATORY TESTING .2 2 3 GENERAL GEOLOGIC CONDITIONS .2 3 0 SUBSURFACE CONDITIONS 3 31 SoILs 3 3 2 GROUND WATER 3 4 0 CONCLUSIONS AND RECOMMENDATIONS 4 41 GENERAL 4 4 1 EFFLUENT STRUCTURES 4 4 2 EXCAVATIONS AND TEMPORARY SHORING 4 4 3 DEWATERING 5 4 4 PIPELINE BEDDING AND SUPPORT 5 4 5 EXCAVATION BACKFILL 6 4 6 PIPE BUOYANCY 6 4 7 PIPE SETTLEMENT 6 5 0 UNCERTAINTY AND LIMITATIONS 7 6 0 REFERENCES 9 LIST OF FIGURES (FOLLOWING TEXT) Figure 1 Figure 2 Figure 3 Appendices Vicinity Map Site and Exploration Plan Effluent Structure Appendix A: Field Exploration Figure A-1 Legend to Symbols and Terms Used on Explorations Figures A-2 — B-6 Logs of Test Pits TP -1 through TP -5 Appendix B: Laboratory Testing Figures B-1 — B-3 Particle -Size Analyses of Soils GEOTECHNICAL REPORT YAKIMA WWTP OUTFALL PIPELINES YAKIMA, WASHINGTON 1.0 INTRODUCTION 1.1 GENERAL This report presents the results of subsurface explorations and geotechnical engineering studies for the proposed realignment of the outfall from the wastewater treatment plant in Yakima, Washington The purpose of this study was to evaluate the subsurface conditions along the proposed alignment of the replacement pipelines and provide recommendations for their design and construction. This work was performed in general accordance with the scope of work as described in our revised scope and budget sent March 1, 2013 1.2 SITE AND PROJECT DESCRIPTION The existing City of Yakima's wastewater treatment plant is wedged between I-82 to the west and the Yakima River to the east (see Vicinity Map, Figure 1) The plant is on the historic floodplain close to the outside of a meander bend, and is protected by a levee along the bank of the present river channel We understand that the existing outfall, extending eastward from the plant, is subject to scouring and/or infilling by river sediment during flooding. Consequently, a new outfall is needed. Concurrently, the City plans to remove and relocate a portion of the levee protecting a former food processing wastewater spray field south of the plant. As currently proposed the new outfall will consist of twin 42 -inch diameter PVC pipelines Each pipeline will extend southward from the plant about 900 feet, passing beneath a portion of the relocated levee to an effluent structure Effluent structures will be rectangular reinforced concrete vaults containing tide -flex check valves (see Figure 3) An outfall channel will be excavated southeastward from each effluent structure, terminating within the active floodway river channel area. The outfall channels are being designed by others (Ridolfi Inc ) We understand the 42 -inch diameter effluent pipelines will consist of PVC pipes They will generally be buried with about 4 feet of cover, except as they pass beneath the levee 1.3 AUTHORIZATION This work was performed in general accordance with our scope and budget (Supplemental Exhibit A to Master Subconsultant Agreement) which was signed on March 15, 2013 April 23, 2013 HWA Project No 2013-019-21 2.0 FIELD AND LABORATORY INVESTIGATIONS 2.1 EXPLORATIONS The outfall pipeline alignment was explored by excavating five test pits (designated TP -1 through TP -5) The test pit locations were determined in advance by Gray & Osborne and staked by surveyors Approximate test pit locations are shown on the Site and Exploration Plan, Figure 2 The test pits were excavated by the City of Yakima on March 12, 2013, using a rubber -tired backhoe under the direction of Brad Thurber, geologist from HWA GeoSciences Inc , who logged and classified the exposed soils Ryan Anderson, Utility Engineer for the Wastewater Division, was present for the test pits and provided site information. Each test pit was examined by an archaeologist from Reiss-Landreau Research. The test pits were excavated to depths of 9 5 to 11 feet. A legend of the terms and symbols used on the test pit logs is presented on Figure A-1 Logs of the test pits are presented on Figures A-2 through A-6 The stratigraphic contacts shown on the logs represent the approximate boundaries between soil types, actual transitions may be more gradual The soil and ground water conditions depicted are only for the specific date and locations reported, and therefore, are not necessarily representative of other locations and times 2.2 LABORATORY TESTING Soil samples obtained from the borings were classified in the field, placed in plastic bags, and taken to our Bothell, Washington laboratory for further examination and testing. Testing included moisture content (ASTM D-2216) and grain size distribution (ASTM D-422) Results of moisture content testing are displayed on the test pit logs, Figures A-2 through A-6 Results of grain size analyses are shown on Figures B-1 through B-3 2.3 GENERAL GEOLOGIC CONDITIONS Geologic information for the project area was obtained from the map entitled Geologic Map of the Yakima Area, Washington (Campbell, 1976) According to the map, the near -surface deposits in the vicinity of the project consist of Yakima River alluvial floodplain deposits On the floodplain where the plant is built, the alluvium typically consists of sandy silt deposited by low-energy overbank flooding of the river, overlying sand and gravel previously deposited in bars by the migrating river Most of the sand and gravel is derived from basalt, with scattered granitic and metamorphic rocks from the Cascades These conditions were observed in subsurface explorations for nearby projects (HWA, 2000 and 2005, WSDOT, 2004) 2013-019 FR 2 HWA GEOSCIENCES INC April 23, 2013 HWA Project No 2013-019-21 3.0 SUBSURFACE CONDITIONS 3.1 SotLs Our interpretations of subsurface conditions are based on the results of the field explorations, review of available geologic data, and our experience in the area. The soil units are described below, with materials interpreted as being youngest in origin and nearest surface described first. • Fill — Gravel road base was present in test pits TP -1, TP -2, and TP -3 Within the former sprayfield area south of the plant, test pits TP -4 and TP -5 encountered up to approximately 1 to 1 5 feet of sandy silt fill on top of alluvium. Ryan Anderson stated that the sprayfield was scoured by the February 1996 flood, and fill was brought in from the Moxee valley to level the field in 1997 • Alluvium, Overbank Deposits — Fine-grained alluvial deposits of fine sandy silt were present beneath the fill This material was deposited from the Yakima River during flooding, from slack waters in the floodplain beyond the channel (hence the term "overbank") This geologic unit is typically deposited by multiple episodes of flooding, after the active channel(s) had meandered eastward. The top couple inches of Overbank Deposits in test pit TP -4 appeared to be topsoil that had developed, and is what remained after scouring of the floodplain by the 1996 flood. This material extended to a depth of 6 feet in archaeological test pit AT -1, located approximately 220 feet east of test pit TP -5 • Alluvium, Bar Deposits — Beneath the Overbank Deposits the alluvium consisted of coarse alluvial sandy gravel with cobbles and scattered boulders, varying from clean to slightly silty This material was deposited by the active channel(s) of the river 3.2 GROUND WATER Ground water was encountered only in test pits TP -3 and TP -4, at depths of 9 and 9 9 feet, respectively These represent near -static levels at least 10 minutes after terminated of digging, in which the ground water level rose from the bottom of the test pits No ground water was encountered in the other test pits Ground water in monitoring well MW -7, located approximately 45 feet north of test pit TP -5, was measured during our explorations to be 9 45 feet below ground surface This well was installed in September 2012 and extends to a depth of 20 feet with a screen from 10 to 20 feet, per records provided by Gray & Osborne We expect ground water levels will vary as a function of river level, which is variable seasonally based on snowmelt runoff, irrigation, and the relative abundance of precipitation. We understand river level and therefore ground water are lowest during late winter to early spring, 2013-019 FR 3 HWA GEOSCIENCES INC April 23, 2013 HWA Project No 2013-019-21 e g. at the time of our explorations, and highest during spring runoff and into summer irrigation season. 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL The results of our explorations indicate that the proposed outfall pipelines will be placed within medium dense to dense alluvial sandy gravel In our opinion, these soils will provide suitable support for the proposed pipelines and effluent structures No significant organic layers or other highly compressible soils were observed below the top 2 feet in our explorations One of the archaeological pits excavated beyond the pipeline area encountered up to 6 feet of overbank silts However, this material appeared suitable for pipeline support as determined by probing. The soils to be encountered along the route are conducive to pipeline construction by open trench construction, while the river level is relatively low If the pipelines are constructed in late winter to early spring, round water is not likely to be encountered within proposed trench inverts of approximately 7 feet, based on the subsurface conditions encountered in the test pits If ground water is encountered, adequate dewatering would prove to be difficult, due to the high permeability of the alluvial sand and gravel deposits 4.1 EFFLUENT STRUCTURES The proposed effluent structures will be rectangular reinforced concrete vaults about 8 x 12 feet in plan dimension and extending about 8 to 10 feet below finished grade Each structure will include a tide -flex check valve on the end of the 42 -inch pipe Our explorations indicate that medium dense to dense sands and gravels will be present at the proposed effluent structure subgrade elevations Any soft silts or clays encountered at that level should be removed and replaced with compacted sand and gravel Over -excavation to remove organic or fine-grained soils should extend no deeper than 3 feet, or to the ground water level, whichever comes first. Mat foundations can be designed for allowable bearing pressures up to 3,000 psf, with a modulus of subgrade reaction of 100 psi 4.2 EXCAVATIONS AND TEMPORARY SHORING Pipeline trenching is anticipated to extend approximately 7 feet below the existing ground surface In our opinion, excavation of soils throughout the project area could be accomplished with conventional equipment such as backhoes and track -hoes Cobbles are commonly present within the alluvium, and small boulders were encountered in some of the test pits and should be expected. 2013-019 FR 4 HWA GEOSCIENCES INC April 23, 2013 HWA Project No 2013-019-21 Maintenance of safe working conditions, including temporary excavation stability, should be the responsibility of the contractor Temporary excavations in excess of 4 feet in height must be sloped in accordance with Part N of Washington Administrative Code (WAC) 296-155, or be shored The soil deposits along the pipeline route generally classify as Type C Soil and may be inclined no steeper than 1 5H.IV (horizontal to vertical) according to WAC 296-155 Flatter slopes may be required where ground water seepage is present. Trench boxes would be suitable for temporary shoring. 4.3 DEWATERING Based on the subsurface conditions encountered, ground water levels above proposed trench invert should be anticipated during the spring and summer It is likely to be difficult to control ground water in the alluvium with sumps and in -trench pumps if the ground water level is more than a foot or two above the trench invert. Wells or well points would likely be needed for higher ground water levels Construction scheduling and/or dewatering methods should be used as necessary so that excavation and placement of the pipe, pipe bedding, and backfill materials is completed in the dry 4.4 PIPELINE BEDDING AND SUPPORT The soils expected at probable invert elevations of the proposed pipelines are anticipated to provide suitable support for the pipe, provided the trench excavation is either in the dry or properly dewatered and the subgrade soils are not disturbed during excavation and pipe installation. In the event very soft, disturbed silt or clay, organic soils, or otherwise unsuitable material is encountered at the bottom of an excavation, we recommend that these materials be removed and replaced with compacted 11/4 -inch -minus crushed rock. The over -excavation to remove the unsuitable soils should extend to either side of the pipe a distance equal to the depth of over -excavation, or 3 pipe diameters, whichever is less Over -excavation to remove unsuitable materials in the bottom of the trench should generally be limited to a depth of 3 feet. General recommendations relative to the bedding of the proposed outfall pipelines include • Pipe bedding for the proposed pipelines should meet the gradation requirements for Bedding Material for Rigid or Flexible Pipe, as applicable, Sections 9-03 15 and 9- 03 16 of the 2012 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT Standard Specifications), • Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower portion of the pipe exterior with reasonable closeness to provide continuous support along the pipe We recommend that a minimum 6 -inch thickness of bedding material beneath the pipe be provided, 2013-019 FR 5 HWA GEOSCIENCES INC April 23, 2013 HWA Project No 2013-019-21 • Backfill around the pipe should be placed in layers and tamped around the pipe to obtain complete contact. Pipe bedding material should be used as trench backfill to at least 6 inches over the top of the pipe, for the full width of the trench. In areas where a trench box is used, the bedding material should be placed before the trench box is advanced, • Where a trench box is used, we recommend that pipe restraint in the form of a cable and winch system be used inside the pipe so that the joints of previously laid pipe are not pulled apart as the trench box is advanced. 4.5 EXCAVATION BACKFILL The soils encountered in the test pits appear suitable for re -use as trench backfill The upper silty soils should be separated during excavation in order to reuse it for backfill at the top of the trenches We recommend that trench backfill be placed in one -to two -foot thick, loose lifts and each lift be compacted using a Hoe Pac Appropriate lift thicknesses depend on the material and the type of equipment. If lightweight compacting equipment is used lift thicknesses should be reduced. We recommend that trench backfill be compacted to at least 90 percent of its maximum dry density (MDD), as determined in accordance with ASTM D 1557 4.6 PIPE BUOYANCY The twin 42 -inch diameter PVC pipes may be subject to buoyant forces during times of high ground water, particularly during river flood stage The backfill cover above the pipes should be increased as necessary to provide adequate anchorage It may be desirable to allow ground water to flood the buried pipes during periods of high water to prevent buoyant forces from developing. 4.7 PIPE SETTLEMENT Construction of the proposed pipelines will result in little or no increase in soil bearing stress, and as a result, little post construction pipe settlement is expected. Disturbance of the bearing soils beneath the proposed pipeline during construction could result in increased settlement. If the subgrade soils are disturbed during construction, the bottom of the trench should be over - excavated and replaced as described under Pipeline Bedding and Support The recommendations for over -excavation and replacement of unsuitable materials at pipe grade are intended to minimize such settlements 2013-019 FR 6 HWA GEOSCIENCES INC April 23, 2013 HWA Project No 2013-019-21 5.0 UNCERTAINTY AND LIMITATIONS We have prepared this report for use by Gray & Osborne and the City of Yakima Wastewater Division in design of a portion of this project. This data and report should be provided to prospective contractors for their bidding or estimating purposes, but the conclusions and interpretations presented should not be construed as a warranty of the subsurface conditions Soil and ground water conditions may vary significantly over small distances If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified for review of the recommendations of this report, and revision of such if necessary Sufficient geotechnical monitoring, testing, and consultation should be provided during construction to confirm that the conditions encountered are consistent with those indicated by explorations, to provide recommendations for design changes should conditions revealed during construction differ from those anticipated, and to verify that the geotechnical aspects of construction comply with the contract plans and specifications The scope of work did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or ground water at this site No indications of potentially hazardous materials were observed in the explorations performed for this study This firm does not practice or consult in the field of safety engineering. We do not direct the contractor's operations, and we cannot be responsible for the safety of personnel other than our own on the site, the safety of others is the responsibility of the contractor The contractor should notify the owner if any of the recommended actions presented herein are considered unsafe O.O 2013-019 FR 7 HWA GEOSCIENCES INC April 23, 2013 HWA Project No. 2013-019-21 We appreciate the opportunity to provide geotechnical services on this project. Should you have any questions, or if we may be of further service, please do not hesitate to call. Sincerely, HWA GEOSCIENCES INC. BRADLEY W. C. THURBER I Brad W. Thurber, L.G., L.E.G. Senior Engineering Geologist Ralph N. Boirum, P.E Geotechnical Engineer, Principal 2013-019 FR.doc 8 HWA GEOSCIENCES INC. April 23, 2013 HWA Project No 2013-019-21 6.0 REFERENCES Campbell, N , 1976, Geologic Map of the Yakima Area, Washington State Department of Natural Resources, Division of Geology and Earth Resources, OFR 76-11 HWA GeoSciences Inc , 2000, Geotechnical Report, SR 24: 1-82 to Keys Road, Yakima, Washington, prepared for INCA Engineers, Inc , September 22, 2000 HWA GeoSciences Inc , 2005, Geotechnical Report, Terrace Heights Sewer District Lift Station, Yakima County, Washington, prepared for Gray & Osborne, December 2, 2005 Washington Department of Transportation (WSDOT), 2004, Geotechnical Report, SR 24 to Keys Road, October 15, 2004 2013-019 FR 9 HWA GEOSCIENCES INC J �.. oisawy ****Almit3 ONO' SII %WEI1� 011 Eg • tri■ anon veti$oe Height Or Terrace Heights Dr - cn- ENob, IF E Nob Fh7 BIVd Ave 3 Wastewater Treatment Plant W Uirr#rr,eid Rd. Lite Broadmead Shopping Center r PROJECT SITE Country Shopping th Center E Washington Ave h Cahalan Park I z W VaIey Mall Bred Z\ RA.CP MAP C:flOC3T R MAP.0 Cs WWI Ion Gap— IF I 1 — s NORTH (NOT TO SCALE) rr, Arm HWAGEOSCIENCES INC. VICINITY MAP YAKIMA WWTP OUTFALL PIPELINE YAKIMA, WASHINGTON FIGURE NO 1 PROJECT NO 2013-019 wir i rumimminimmumm S 22nd St PROPOSED EFFLUENT STRUCTURES TP -4 _ 1 EXISTING OUTFALL PIPELINE 4.: TP -51 TEST PIT DESIGNATION AND APPROXIMATE LOCATION BASE MAP PROVIDED BY BING MAPS & RIDOLFI HWA GEOSCIENCES INC. YAKIMA WWTP OUTFALL PIPELINE YAKIMA, WASHINGTON SITE AND EXPLORATION PLAN DRAWN BY EFK CHECK BY BT FIGURE # DATE 04.16.13 PROJECT # 2013-019-21 TASK 0100 S \2013 PROJECTS \2013-019-21 YAKIMA WWTP OUTFALL PIPELINE\CAD 2013-019\HWA XXX -XXX DWG <Layout1> Plotted 4/16/2013 6 58 AM 1004 1003 1002 1001 1000 999 998 997 996 995 994 993 992 991 990 989 988 987 T.O.W. 998.00 EL. 999.3 q1 bpi--YI;AFI FLOOD. LL U, a - 997.50* EXIST. GROUND 2-42" DIA EFFLUENT` . P.IP.ES... Y• 995.50 TIDE—FLEX CHECK.• VALVE. _ r. ;4 1004 1003 1002 1001 1000 999 998 997 996 995 994 993 992 BOTTOM OF CHANNEL 991 ;; 990 ";F=#aa. . 7A°72:ri—"rte`-..-.I'i.---R't NOT TO SCALE 989 988 987 GM HWA GEOSCIENCES INC. YAKIMA WWTP OUTFALL PIPELINE YAKIMA, WASHINGTON2013-019-21 EFFLUENT STRUCTURE DRAWN BY EFK FIGURE# 3 CHECK BY PROJECT# TASK 0100 DATE.BT 04.18.13 S:\2013 PROJECTS12013-019-21 YAKIMA WWTP OUTFALL PIPELINEICAD 2013-0191HWAXXX-)0X.DWG <fig 3> Plotted: 4/18/2013 12:17 PM APPENDIX A FIELD EXPLORATIONS APPENDIX A FIELD EXPLORATIONS The field exploration program consisted of excavating five test pits along the proposed alignment for the pipelines The test pits were excavated on March 12, 2013 by the City of Yakima with a JCB 214 Series 3 rubber -tired backhoe Locations of the test pits are shown on the Site and Exploration Plan, Figure 2 The explorations were completed under the full-time supervision and observation of an engineering geologist from HWA. Representative soil samples obtained from the explorations were placed in plastic bags and taken to our Bothell, Washington, laboratory for further examination and testing. HWA personnel recorded pertinent information including stratigraphy, soil engineering characteristics, soil sample depths, and ground water occurrence as each test pit proceeded. Soils were classified in general accordance with the classification system described in Figure A-1, which also provides a key to the exploration log symbols The summary test pit logs are presented on Figures A-2 through A-6 The stratigraphic contacts shown on the individual logs represent the approximate boundaries between soil types The actual transitions may be more gradual 2013-019 FR A-1 HWA GEOSCIENCES INC RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N -VALUE TEST SYMBOLS COHESIONLESS SOILS COHESIVE SOILS Density N (blows/ft) Approximate Relative Density(%) Consistency N (blows/ft) Approximate Undrained Shear Strength (psf) Very Loose Loose Medium Dense Dense Very Dense 0 to 4 4 to 10 10 to 30 30 to 50 over 50 0 - 15 15 - 35 35 - 65 65 - 85 85 - 100 Very Soft Soft Medium Stiff Stiff Very Stiff Hard 0 to 2 2 to 4 4 to 8 8 to 15 15 to 30 over 30 <250 250 - 500 500 - 1000 1000 - 2000 2000 - 4000 >4000 USCS SOIL CLASSIFICATION SYSTEM MAJOR DIVISIONS GROUP DESCRIPTIONS Coarse Grained Soils More than 50% Retained on No 200 Sieve Size Gravel and Gravelly Soils More than 50% of Coarse Fraction Retained on No 4 Sieve Clean Gravel (little or no fines) •'V 1 ;'o GGW Well -graded GRAVEL o•-) : U Cy GP Poorly -graded GRAVEL Gravel with Fines (appreciable amount of fines) o l U Qc GM Silty GRAVEL 70II� � GC Clayey GRAVEL Sand andean Sandy Soils 50% or More of Coarse Passing No 4 Sieve Cl Sand (little or no fines) "• SW Well -graded SAND ' SP Poorly -graded SAND Sand with Fines (appreciable amount of fines) • • • SM Silty SAND ././../),4SC Clayey SAND Fine Grained Soils 50% or More Passing No 200 Sieve Size Silt Liquid Limit and Less than 50% Clay ML SILT / CL Lean CLAY . OL Organic SILT/Organic CLAY Silt and Liquid Limit Clay 50% or More J1J MH Elastic SILT CH Fat CLAY LA `` OH Organic SILT/Organic CLAY Highly Organic Soils PT PEAT COMPONENT DEFINITIONS COMPONENT SIZE RANGE Boulders Larger than 12 in Cobbles 3 in to 12 in Gravel 3 in to No 4 (4 5mm) Coarse gravel 3 in to 3/4 in Fine gravel 3/4 in to No 4 (4 5mm) Sand No 4 (4 5 mm) to No 200 (0 074 mm) Coarse sand No 4 (4 5mm) to No 10 (2 0 mm) Medium sand No 10 (2 0 mm) to No 40 (0 42 mm) Fine sand No 40 (0 42 mm) to No 200 (0 074 mm) Silt and Clay Smaller than No 200 (0 074mm) %F Percent Fines AL Atterberg Limits PL = Plastic Limit LL = Liquid Limit CBR California Bearing Ratio CN Consolidation DD Dry Density (pcf) DS Direct Shear GS Grain Size Distribution K Permeability MD Moisture/Density Relationship (Proctor) MR Resilient Modulus PID Photoionization Device Reading PP Pocket Penetrometer Approx Compressive Strength (tsf) SG Specific Gravity TC Triaxial Compression TV Torvane Approx Shear Strength (tsf) UC Unconfined Compression I ■ 0 II Z SAMPLE TYPE SYMBOLS 2 Cr OD Split Spoon (SPT) (140 lb hammer with 30 in drop) Shelby Tube 3-1/4" OD Split Spoon with Brass Rings Small Bag Sample Large Bag (Bulk) Sample Core Run Non-standard Penetration Test (3 Cr OD split spoon) GROUNDWATER SYMBOLS Q Groundwater Level (measured at time of drilling) 1 Groundwater Level (measured in well or open hole after water level stabilized) COMPONENT PROPORTIONS PROPORTION RANGE DESCRIPTIVE TERMS <5% 5 - 12% 12 - 30% 30 - 50% Clean Slightly (Clayey, Silty, Sandy) Clayey, Silty, Sandy, Gravelly Very (Clayey, Silty, Sandy, Gravelly) Components are arranged in order of increasing quantities NOTES Soil class fications presented on exploration logs are based on visual and laboratory observation Soil descriptions are presented in the following general order Density/consistency color modifier (if any) GROUP NAME, additions to group name (if any) moisture content Proportion, gradation, and angularity of constituents, additional comments (GEOLOGIC INTERPRETATION) Please refer to the discussion in the report text as well as the exploration logs for a more complete description of subsurface conditions MOISTURE CONTENT DRY MOIST WET Absence of moisture, dusty, dry to the touch Damp but no visible water Visible free water, usually soil is below water table Yakima WWTP Outfall Pipeline Yakima, INC Washington LEGEND OF TERMS AND SYMBOLS USED ON EXPLORATION LOGS PROJECT NO 2013-019 FIGURE. A-1 LEGEND 2013-019 T1100 GPJ 4/23/13 EXCAVATION COMPANY City of Yakima EXCAVATING EQUIPMENT JCB 214 Series 3 Backhoe SURFACE ELEVATION t Feet LOCATION See Figure 2 DATE COMPLETED 3/12/13 LOGGED BY B Thurber o DEPTH (feet) 3- 6- 9- 12- 15— USCS SOIL CLASS DESCRIPTION or k GM Medium dense, brownish gray, silty GRAVEL, moist • • ML SM I, (FILL - Gravel Road Surfacing) / Medium dense, light brown, slightly gravelly, fine sandy SILT, dry Scattered cobbles • •: ' • • • • ML SM \ (FILL) r Medium dense, dark yellowish brown, fine sandy SILT, moist (ALLUVIUM - Overbank Deposits) Medium dense, brownish gray, clean, fine to medium • •• • SP o) k o rc )o b DO( o Qo )o b 30 o Qc )o b GP I SAND, dry i Medium dense to dense, brown, clean grading to slightly silty, fine to coarse sandy, fine to coarse GRAVEL, dry grading to moist Cobbly below 6 feet (ALLUVIUM - Bar Deposits) Test Pit terminated at 9 5 feet No ground water seepage observed during excavation Moderate caving during digging from approx 5 to 9 feet on west side Ravelling of gravel on east sidewall SAMPLE TYPE SAMPLE NUMBER wH Dz �w U)z 00 S-1 9 OTHER TESTS S-2 14 GS S-3 5 NOTE This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations TEST PIT PHOTO F1WA(NCES INC Yakima WWTP Outfall Pipeline Yakima, Washington LOG OF TEST PIT TP -1 PAGE 1 of 1 PROJECT NO 2013-019 FIGURE A-2 PICTURE 2013-019 T1100 GPJ 4/23/13 EXCAVATION COMPANY City of Yakima EXCAVATING EQUIPMENT JCB 214 Series 3 Backhoe SURFACE ELEVATION t Feet LOCATION See Figure 2 DATE COMPLETED 3/12/13 LOGGED BY B Thurber o DEPTH (feet) 3- 6- 9- 12- 15- USCS SOIL CLASS DESCRIPTION 0\-' ° cy )o o •-- k GM b ( Medium dense, brown, silty, sandy, cobbly, fine to coarse GRAVEL, moist (FILL) ML Loose to medium dense, brown, fine sandy SILT, grading SM to rust -mottled olive brown, silty fine SAND, moist (ALLUVIUM - Overbank Deposits) o� k GP Medium dense to dense, brown, clean to slighlty silty, fine ° cy to coarse sandy, cobbly, fine to coarse GRAVEL, moist )o b Faintly stratified DO o ( ° (ALLUVIUM - Bar Deposits) )o b DO o Q° )o b DO o Q° )e) (% Test Pit terminated at 9 5 feet No ground water seepage observed during exploration Moderate caving from approx 4 to 9 feet during digging SAMPLE TYPE SAMPLE NUMBER wH Dz �w U)z 00 S-1 16 OTHER TESTS 0 S-2 3 GS NOTE This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations TEST PIT PHOTO F1WA(NCES INC Yakima WWTP Outfall Pipeline Yakima, Washington LOG OF TEST PIT TP -2 PAGE 1 of 1 PROJECT NO 2013-019 FIGURE A-3 PICTURE 2013-019 T1100 GPJ 4/23/13 EXCAVATION COMPANY City of Yakima EXCAVATING EQUIPMENT JCB 214 Series 3 Backhoe SURFACE ELEVATION t Feet LOCATION See Figure 2 DATE COMPLETED 3/12/13 LOGGED BY B Thurber o DEPTH (feet) 3- 6- 9- 12- 15- USCS SOIL CLASS DESCRIPTION 0 r v GM Medium dense, brown, gravelly SILT to silty GRAVE!, r 1 (FILL) 1 • MLmoist • SM I Medium dense, brown with rust mottling, fine sandy SILT, r- moist I 1 (ALLUVIUM - Overbank Deposits) I Medium dense to dense, brown, slightly silty, fine to coarse sandy, cobbly, fine to coarse GRAVEL, moist Faintly stratified, with interbeds of sandy finer gravel Cobbles abundant throughout (ALLUVIUM - Bar Deposits) °c.: 0 ° lb' )o °C 016: )o °C )o °C o °C 0 )o oC \ GP GM D ( b ( D D D Test Pit terminated at 9 5 feet Ground water rose to approx 9 feet after digging Moderate caving from approx 2 to 4 feet, on west sidewall SAMPLE TYPE SAMPLE NUMBER S-1 20 OTHER TESTS S-2 4 GS NOTE This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations TEST PIT PHOTO F1WA(NCES INC Yakima WWTP Outfall Pipeline Yakima, Washington LOG OF TEST PIT TP -3 PAGE 1 of 1 PROJECT NO 2013-019 FIGURE A-4 PICTURE 2013-019 T1100 GPJ 4/23/13 EXCAVATION COMPANY City of Yakima EXCAVATING EQUIPMENT JCB 214 Series 3 Backhoe SURFACE ELEVATION t Feet LOCATION See Figure 2 DATE COMPLETED 3/12/13 LOGGED BY B Thurber o DEPTH (feet) 3- 6 9- 12- 15— J O co co USCS SOIL CLASS DESCRIPTION • ML • SM Medium dense, yellow brown, fine sandy SILT, moist Caliche "boulder" with gravel clasts at 0 3 to 1 ft (FILL - 1997) ' .•• • ML SM 1 Medium dense, dark brown SILT, moist r \ (BURIED TOPSOIL) Medium dense, light yellow brown, fine sandy SILT, moist ° o Qc )o b °O ( Qo GP I (ALLUVIUM - Overbank Deposits) r I East side of test pit from 2 to 2 7 feet Medium dense, 1 brownish gray, sandy, cobbly, fine to coarse GRAVEL, dry 1(FILL - 1982 Irrigation Line Trench) Medium dense to dense, grayish brown, clean, fine to coarse sandy, cobbly, fine to coarse GRAVEL, dry (ALLUVIUM - Bar Deposits) Becomes brown, slightly silty, and moist below 6 feet Becomes wet below 10 feet Becomes bluish -gray below approx 10 5 feet ° ° o °C 0 )o °O 0 1, °C ' ( 0 b ( GP GM Test pit terminated at 11 feet Ground water seepage from bottom of pit rose to 9 9 feet by 10 minutes after digging (rose 0 1 ft in last 5 minutes) Minor caving below 3 5 feet during digging SAMPLE TYPE SAMPLE NUMBER OTHER TESTS O S-1 16 %F S-2 5 %F NOTE This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations TEST PIT PHOTO F1WA(NCES INC Yakima WWTP Outfall Pipeline Yakima, Washington LOG OF TEST PIT TP -4 PAGE 1 of 1 PROJECT NO 2013-019 FIGURE A-5 PICTURE 2013-019 T1100 GPJ 4/23/13 EXCAVATION COMPANY City of Yakima EXCAVATING EQUIPMENT JCB 214 Series 3 Backhoe SURFACE ELEVATION t Feet LOCATION 45 ft S of MW -7 See Figure 2 DATE COMPLETED 3/12/13 LOGGED BY B Thurber o DEPTH (feet) 3- 6- 9- 12- 15— USCS SOIL CLASS DESCRIPTION Test Pit terminated at 10 feet No ground water seepage observed during excavation In MW -7 approx 45 feet to north, water level measured at 9 45 bgs on 3/12/13 Minor caving during digging, in gravel of west sidewall Minor ravelling of east sidewall SAMPLE TYPE SAMPLE NUMBER OTHER TESTS O s-1 18 O S-2 13 %F O S-3 2 GS NOTE This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations TEST PIT PHOTO HWAGEOSCIENCES INC Yakima WWTP Outfall Pipeline Yakima, Washington LOG OF TEST PIT TP -5 PAGE 1 of 1 PROJECT NO 2013-019 FIGURE A-6 PICTURE 2013-019 T1100 GPJ 4/23/13 ML SM Loose to medium dense, brown, fine sandy SILT, moist With fine rootlets • •• :SM \ (FILL - 1997) o�'•l GP I Medium dense, dark brown (top 1 to 3 inches) grading to r- 0 o Cy brown, silty fine SAND, moist I )o D 1 (ALLUVIUM - Overbank Deposits) I °O ( Medium dense, brownish gray, clean, sandy, fine to o c° coarse GRAVEL, dry Abundant cobbles Gravel mostly )o D basalt, with scattered granitics Stratified, with sandy °O ( interbeds �° (ALLUVIUM - Bar Deposits) )o D °O ory ( Moist below 6 feet )o D 00 o Qo )o D DO ( Grades to wet below 9 feet o r\c Test Pit terminated at 10 feet No ground water seepage observed during excavation In MW -7 approx 45 feet to north, water level measured at 9 45 bgs on 3/12/13 Minor caving during digging, in gravel of west sidewall Minor ravelling of east sidewall SAMPLE TYPE SAMPLE NUMBER OTHER TESTS O s-1 18 O S-2 13 %F O S-3 2 GS NOTE This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations TEST PIT PHOTO HWAGEOSCIENCES INC Yakima WWTP Outfall Pipeline Yakima, Washington LOG OF TEST PIT TP -5 PAGE 1 of 1 PROJECT NO 2013-019 FIGURE A-6 PICTURE 2013-019 T1100 GPJ 4/23/13 APPENDIX B LABORATORY TESTING APPENDIX B LABORATORY TESTING Laboratory tests were conducted on selected soil samples to characterize relevant engineering properties of the on-site materials The laboratory testing program was performed in general accordance with appropriate ASTM Standards as outlined below MOISTURE CONTENT: The moisture contents of selected soil samples were determined in general accordance with ASTM D 2216 The results are shown at the sampled intervals on the summary soil log in Appendix A. PARTICLE SIZE ANALYSIS OF SOILS: Selected samples were tested to determine the particle size distribution of material in general accordance with ASTM D 422 Also selected samples were tested for the percentage of fines only (passing the No 200 sieve) The results are summarized on the attached Grain Size Distribution reports, Figures B-1 through B-3, which also provide information regarding the classification of the sample and the moisture content at the time of testing. Note that samples taken, and thus test results did not include the large cobbles and boulders which were present in some of the test pits PERCENT FINER BY WEIGHT GRAVEL SAMPLE DEPTH (ft) SAND % MC SILT CLAY Coarse Fine Coarse Medium Fine U S STANDARD SIEVE SIZES 3/4" 3" 1-1/2" 5/8" 3/8" #4 #10 #20 #40 #60 #100 #200 100 90 80 70 60 50 40 30 20 4 1 1 4 1 1 • 1 1 I 1 1 I GRAIN SIZE IN MILLIMETERS SYMBOL SAMPLE DEPTH (ft) CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name % MC LL PL PI Gravel Sand Fiones • TP -1 S-2 2.5 - 3 5 (ML) Dark yellowish brown, sandy SILT 14 0.2 46 3 53 5 • TP -2 S-2 5.0 - 7 0 (GP) Dark brown, poorly graded GRAVEL with sand and cobbles 3 76 1 17 7 2.4 A TP -3 S-2 2.0 - 3 0 (GP -GM) Olive brown, poorly graded GRAVEL with silt, sand and cobbles 4 71 0 15 8 5.5 IT 1 HWAGEOSCIENCES INC Yakima WWTP Outfall Pipeline Yakima, Washington PARTICLE -SIZE ANALYSIS OF SOILS METHOD ASTM D422 PROJECT NO 2013-019 FIGURE. B-1 HWAGRSZ 2013-019 T1100 GPJ 4/23/13 PERCENT FINER BY WEIGHT GRAVEL SAMPLE DEPTH (ft) SAND % MC SILT CLAY Coarse Fine Coarse Medium Fine U S STANDARD SIEVE SIZES 3/4" 3" 1-1/2" 5/8" 3/8" #4 #10 #20 #40 #60 #100 100 90 80 70 60 50 40 30 20 10 0 #200 I I 1I T 1 I 50 1 5 1 05 01 005 GRAIN SIZE IN MILLIMETERS 001 0.005 0 001 0.0005 SYMBOL SAMPLE DEPTH (ft) CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name % MC LL PL PI Gravel Sand Fiones • TP -4 S-1 0.5 - 1 0 (ML) Brown, sandy SILT 16 0 0 53 4 • TP -4 S-2 8.0 - 9 0 (GP) Dark olive brown, poorly graded GRAVEL with sand 5 0 0 2.8 A TP -5 S-2 1 0- 1 5 (SM) Yellowish brown, silty SAND 13 0 0 40 6 IT 1 HWAGEOSCIENCES INC Yakima WWTP Outfall Pipeline Yakima, Washington PARTICLE -SIZE ANALYSIS OF SOILS METHOD ASTM D422 PROJECT NO 2013-019 FIGURE. B-2 HWAGRSZ 2013-019 T1100 GPJ 4/23/13 PERCENT FINER BY WEIGHT GRAVEL SAMPLE DEPTH (ft) SAND % MC SILT CLAY Coarse Fine Coarse Medium Fine U S STANDARD SIEVE SIZES 3/4" 3" 1-1/2" 5I 8" 3/8" #4 #1 0 #20 #40 #60 #100 100 90 80 70 60 50 40 30 20 10 0 I I #200 50 1 5 • 1 05 01 005 GRAIN SIZE IN MILLIMETERS 001 0.005 0 001 0.0005 SYMBOL SAMPLE DEPTH (ft) CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name % MC LL PL PI Gravel k Sand /o Fines k • TP -5 S-3 4 5 - 5 0 (GP) Dark brown, poorly graded GRAVEL with sand 2 78 5 20 7 0.9 IT 1 HWAGEOSCIENCES INC Yakima WWTP Outfall Pipeline Yakima, Washington PARTICLE -SIZE ANALYSIS OF SOILS METHOD ASTM D422 PROJECT NO 2013-019 FIGURE. B-3 HWAGRSZ 2013-019 T1100 GPJ 4/23/13 HWA GEOSCIENCES INC. Geotechnical & Pavement Engineering • Hydrogeology • Geoenvironmental • Inspection & Testing September 20, 2013 HWA Project No. 2013-019-21 Gray & Osborne, Inc. 701 Dexter Avenue North, Suite 200 Seattle, Washington 98109 Attention: Mr. Bjarne Jacobsen, P.E. Subject: SUPPLEMENTAL GEOTECHNICAL RECOMMENDATIONS Yakima WWTP Outfall Structures Yakima, Washington Dear Bjarne: This letter provides additional geotechnical recommendations to supplement those presented in our April 18, 2013 report for the Yakima Wastewater Treatment Plant outfall pipelines and effluent structure. We understand the effluent structures will be located south of the existing treatment plant where the two effluent pipelines transition to open channel flow. The following additional recommendations apply to design and construction of the proposed structures. Foundation Bearing Pressures We understand the effluent structures will consist of buried reinforced concrete vaults, which will have mat foundations. We recommend the soil bearing pressure under the structures not exceed 3,000 psf. Footings should have a minimum width of 18 inches. Excavation for foundations should be accomplished with a toothless excavator bucket to avoid excessive disturbance of the foundation subgrade. Any soft clay, silt or organic material encountered should be removed. Any soil loosened by excavation should be removed or compacted to a dense and unyielding condition. Over -excavation to remove unsuitable soils should extend out from the structure a distance equal to the depth of over -excavation. Over - excavation should be limited to about 3 feet in depth. We recommend that a leveling course consisting of 12 inches of 1'h -inch -minus crushed rock be placed over the native subgrade. The crushed rock should be compacted to a dense and unyielding condition. Seismic Design Parameters For seismic design in accordance with Section 1613 of the IBC, the Seismic Site Class required. The Seismic Site Class is determined based on the average soil properties in upper 100 feet. Based on our present understanding of the site geology, we recommend Seismic Site Class D be used for seismic design. For Site Class D: Ss = 0.503, S1= 0.207, resulting in SDs = 0.468g and SDI = 0.274g. is the 21312 30th Drive SE Suite 110 Bothell, WA 98021.7010 Tel: 425.774.0106 Fax: 425.774.2714 www.hwageo.com September 20, 2013 HWA Project No. 2013-019-21 For evaluation of lateral earth pressures the design peak ground acceleration (PGA) is 0.20 g. Because of the relatively low PGA associated with the seismic design event, the grain size and relative density of the native soils, and the nature of the structures, we expect the risk of damage to the proposed effluent pipeline and structures during a seismic event to be small. Earth Pressures for Below -grade Structures The proposed effluent structures will be reinforced concrete structures located primarily below the ground surface. We recommend the structures be designed for lateral forces equal to an equivalent pressure of 90pcf. This pressure includes both at -rest earth pressure and hydrostatic pressure. Considering that an active soil condition will exist during a design earthquake, the recommended at -rest earth pressure with hydrostatic pressure (90pcf) will be greater than the active pressure plus the seismic surcharge. Thus, design using the recommended static 90pcf equivalent fluid pressure should be adequate for the seismic condition. Buoyancy & Uplift The proposed effluent structures should be designed for buoyant uplift if the ground water level around the structure can become higher than the fluid level inside the structure. Resistance to uplift can be developed by extending the base slab of the structure outside the structure's perimeter walls. With this configuration, the buoyant weight (57.4 pcf) of the soil above the base extension, plus the buoyant weight of a wedge of soil extending out and upward from the edge of the extended base at 30 degrees from the vertical will resist uplift. We recommend a factor of safety of 1.5 or higher for the buoyancy calculation. We appreciate the opportunity to be of service. Sincerely, HWA GEOSCIENCES INC. Ralph N. Boirum, P.E. Geotechnical Engineer, Principal Supplemental Recommendations.doc 2 I IWA GeoSeiences Inc. APPENDIX B PERMITS REPLY TO ATTENTION OF Regulatory Branch Mr. Ryan Anderson 2220 East Viola Avenue Yakima, Washington 98901 Dear Mr. Anderson: DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS P.O. BOX 3755 SEATTLE, WASHINGTON 98124-3755 Reference: NWS -2013-1083 Yakima WWTP Outfall Relocation and Floodplain Restoration We have reviewed your application to excavate below the Ordinary High Water Mark (OHWM) no more than 950 cubic yards or .35 acres of floodplain/riverine side channel and place fill in no more than160 square feet of floodplain wetlands, to construct off channel floodplain habitat in the Yakima River floodplain at Yakima, Yakima County, Washington. Based on the information you provided to us, Nationwide Permit (NWP) 27, Aquatic Habitat Restoration, Enhancement, Activities (Federal Register February 21, 2012, Vol. 77, No. 34), authorizes your proposal as depicted on the enclosed drawings dated September 2013. In order for this authorization to be valid, you must ensure the work is performed in accordance with the enclosed NWP 27, Terms and Conditions and the following special conditions: a. If human remains, historic resources, or archaeological resources are encountered during construction, all ground disturbing activities shall cease in the immediate area and you shall immediately (within one business day of discovery) notify the U.S. Army Corps of Engineers (Corps), Seattle District, Regulatory Branch. You shall perform any work required by the Corps in accordance with Section 106 of the National Historic Preservation Act and Corps regulations. We have reviewed your project pursuant to the requirements of the Endangered Species Act, the Magnuson -Stevens Fishery Conservation and Management Act and the National Historic Preservation Act. We have determined this project complies with the requirements of these laws provided you comply with all of the permit general and special conditions. Please note that Seattle District NWP Regional General Condition 6, Cultural Resources and Human Burials, found in the Nationwide Permit Terms and Conditions enclosure, details procedures should an inadvertent discovery occur. You must ensure that you comply with this condition during the construction of your project. The authorized work complies with the Washington Statc Department of Ecology's (Ecology) Water Quality Certification requirements for this NWP. No further coordination with Ecology is required. We have prepared a Preliminary Jurisdictional Determination (JD), which is a written indication that wetlands and waterways within your project area may be waters of the United States. Such waters will be treated as jurisdictional waters of the U.S. for purposes of computation of impact area and compensatory mitigation requirements associated with your permit application. If you believe the Preliminary JD is inaccurate, you may request an Approved JD, which is an official determination regarding the presence or absence of waters of the United States. If one is requested, please be aware that we may require the submittal of additional information to complete an approved JD and work authorized in this letter may not occur until the approved JD has been finalized. Our verification of this NWP authorization is valid until March 18, 2017, unless the NWP is modified, reissued, or revoked prior to that date. If the authorized work has not been completed by that date and you have commenced or are under contract to commence this activity before March 18, 2017, you will have until March 18, 2018, to complete the activity under the enclosed terms and conditions of this NWP. Failure to comply with all terms and conditions of this NWP verification invalidates this authorization and could result in a violation of Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act. You must also obtain all local, State, and other Federal permits that apply to this project. You are cautioned that any change in project location or plans will require that you submit a copy of the revised plans to this office and obtain our approval before you begin work. Deviating from the approved plans could result in the assessment of criminal or civil penalties. Please note that we may need to reinitiate consultation with the National Marine Fisheries Service and/or U.S. Fish and Wildlife Service in order to authorize any work not already included in the enclosed plans. Civil administrative penalties are described in the enclosure Clean Water Act Class Administrative Penalties, Upon completing the authorized work, you must fill out and return the enclosed Certificate of Compliance with Department of the Army Permit form. Thank you for your cooperation during the permitting process. We are interested in your experience with our Regulatory Program and encourage you to complete a customer service survey form. This form and information about our program is available on our website at www.nws.usace.army.mil select "Regulatory Branch, Permit Information" and then "Contact Us." A copy of this letter with enclosures will he furnished to Ms. Sherrie Duncan, Senior Fisheries Biologist, RIDOLFI Inc., 1011 Western Ave STE 1006, Seattle, Washington 98104. If you have any questions, please contact me at dale.j.jordan(5)usace.army.mil or (206) 316-3967. Si Jess Jordan, Project Manager Regulatory Branch Enclosures cc: letter only via email to Washington Department of Ecology, Federal Permit Coordinator at: ecyrefedpermits@ecy.wa.gov or -For No Effects place a copy of decision record in No Effect Box US Army Corps of Engineers • Se(Ie Visirict NATIONWIDE PE IT 27 Terms and Conditions Effective Date: June 15, 2012 A. Description of Authorized Activities B. Corps National General Conditions for all NWPs C. Corps Seattle District Regional General Conditions D. Corps Regional Specific Conditions for this NWP E. State 401 Certification General Conditions F. State 401 Certification Specific Conditions for this NWP G. EPA 401 Certification General Conditions H. EPA 401 Certification Specific Conditions for this NWP I. Coastal Zone Management Consistency Response for this NWP In addition to any special condition that may be required on a case-by-case basis by the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES 27. Aquatic Habitat Restoration, Establishment, and Enhancement Activities. Activities in waters of the United States associated with the restoration, enhancement, and establishment of tidal and non -tidal wetlands and riparian areas, the restoration and enhancement of non -tidal streams and other non -tidal open waters, and the rehabilitation or enhancement of tidal streams, tidal wetlands, and tidal open waters, provided those activities result in net increases in aquatic resource functions and services. To the extent that a Corps permit is required, activities authorized by this NWP include, but are not limited to: the removal of accumulated sediments; the installation, removal, and maintenance of small water control structures, dikes, and berms, as well as discharges of dredged or fill material to restore appropriate stream channel configurations after small water control structures, dikes, and berms, are removed; the installation of current deflectors; the enhancement, restoration, or establishment of riffle and pool stream structure; the placement of in -stream habitat structures; modifications of the stream bed and/or banks to restore or establish stream meanders; the backfilling of artificial channels; the removal of existing drainage structures, such as drain tiles, and the filling, blocking, or reshaping of drainage ditches to restore wetland hydrology; the installation of structures or fills necessary to establish or re-establish wetland or stream hydrology; the construction of small nesting islands; the construction of open water areas; the construction of oyster habitat over unvegetated bottom in tidal waters; shellfish seeding; activities needed to reestablish vegetation, including plowing or discing for seed bed preparation and the planting of appropriate wetland species; re-establishment of submerged aquatic vegetation in areas where those plant communities previously existed; re-establishment of tidal wetlands in tidal waters where those wetlands previously existed; mechanized land clearing to remove non-native invasive, exotic, or nuisance vegetation; and other related activities. Only native plant species should be planted at the site. This NWP authorizes the relocation of non -tidal waters, including non -tidal wetlands and streams, on the project site provided there are net increases in aquatic resource functions and services. Except for the relocation of non -tidal waters on the project site, this NWP does not authorize the conversion of a stream or natural wetlands to another aquatic habitat type (e.g., stream to wetland or vice versa) or uplands. Changes in wetland plant communities that occur when wetland hydrology is more fully restored during wetland rehabilitation activities are not considered a conversion to another aquatic habitat type. This NWP does not authorize stream channelization. This NWP does not authorize the relocation of tidal waters or the conversion of tidal waters, including tidal wetlands, to other aquatic uses, such as the conversion of tidal wetlands into open water impoundments. Compensatory mitigation is not required for activities authorized by this NWP since these activities must result in net increases in aquatic resource functions and services. Reversion. For enhancement, restoration, and establishment activities conducted: ( I) In accordance with the terms and conditions of a binding stream or wetland enhancement or restoration agreement, or a wetland establishment agreement, between the landowner and the U.S. Fish and Wildlife Service (FWS), the Natural Resources Conservation Service (NRCS), the Farm Service Agency (FSA), the National Marine Fisheries Service (NMFS), the National Ocean Service (NOS), U.S. Forest Service (USFS), or their designated state cooperating agencies; (2) as voluntary wetland restoration, enhancement, and establishment actions documented by the NRCS or USDA Technical Service Provider pursuant to NRCS Field Office Technical Guide standards; or (3) on reclaimed surface coal mine lands, in accordance with a Surface Mining Control and Reclamation Act permit issued by the Office of Surface Mining Reclamation and Enforcement (OSMRE) or the applicable state agency, this NWP also authorizes any future discharge of dredged or fill material associated with the reversion of the area to its documented prior condition and use (i.e., prior to the restoration, enhancement, or establishment activities). The reversion must occur within five years after expiration of a limited term wetland restoration or establishment agreement or permit, and is authorized in these circumstances even if the discharge occurs after this NWP expires. The five-year reversion limit does not apply to agreements without time limits reached between the landowner and the FWS, NRCS, FSA, NMFS, NOS, USFS, or an appropriate state cooperating agency. This NWP also authorizes discharges of dredged or fill material in waters of the United States for the reversion of wetlands that were restored, enhanced, or established on prior -converted cropland or on uplands, in accordance with a binding agreement between the landowner and NRCS, FSA, FWS, or their designated state cooperating agencies (even though the restoration, enhancement, or establishment activity did not require a section 404 perrnit). The prior condition will be documented in the original agreement or permit, and the determination of return to prior conditions will be made by the Federal agency or appropriate state agency executing the agreement or permit. Before conducting any reversion activity the permittee or the appropriate Federal or state agency must notify the district engineer and include the documentation of the prior condition. Once an area has reverted to its prior physical condition, it will be subject to whatever the Corps Regulatory requirements are applicable to that type of land at the time. The requirement that the activity results in a net increase in aquatic resource functions and services does not apply to reversion activities meeting the above conditions. Except for the activities described above, this NWP does not authorize any future discharge of dredged or fill material associated with the reversion of the area to its prior condition. In such cases a separate permit would be required for any reversion. Reporting. For those activities that do not require pre -construction notification, the permittee must submit to the district engineer a copy of: (1) The binding stream enhancement or restoration agreement or wetland enhancement, restoration, or establishment agreement, or a project description, including project plans and location map; (2) the NRCS or USDA Technical Service Provider documentation for the voluntary stream enhancement or restoration action or wetland restoration, enhancement, or establishment action; or (3) the SMCRA permit issued by OSMRE or the applicable state agency. The report must also include information on baseline ecological conditions on the project site, such as a delineation of wetlands, streams, and/or other aquatic habitats. These documents must be submitted to the district engineer at least 30 days prior to commencing activities in waters of the United States authorized by this NWP. Notification: The permittee must submit a pre -construction notification to the district engineer prior to commencing any activity (see general condition 31), except for the following activities: ( I ) Activities conducted on non -Federal public lands and private lands, in accordance with the terms and conditions of a binding stream enhancement or restoration agreement or wetland enhancement, restoration, or establishment agreement between the landowner and the U.S. FWS, NRCS, FSA, NMFS, NOS, USFS or their designated state cooperating agencies; (2) Voluntary stream or wetland restoration or enhancement action, or wetland establishment action, documented by the NRCS or USDA Technical Service Provider pursuant to NRCS Field Office Technical Guide standards; or (3) The reclamation of surface coal mine lands, in accordance with an SMCRA permit issued by the OSMRE or the applicable state agency. However, the permittee must submit a copy of the appropriate documentation to the district engineer to fulfill the reporting requirement. (Sections 10 and 404) Note: This NWP can be used to authorize compensatory mitigation projects, including mitigation banks and in -lieu fee projects. However, this NWP does not authorize the reversion of an area used for a compensatory mitigation project to its prior condition, since compensatory mitigation is generally intended to be permanent. B. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case -specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR § 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR § 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must he avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27, 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7. Water Supply intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre -construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre -construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100 -Year Floodplains. The activity must comply with applicable FEMA -approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low -flow or no -flow. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity -specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 17. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species ora species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address ESA compliance for the NWP activity, or whether additional ESA consultation is necessary. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if any listed species or designated critical habitat might he affected or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally -listed endangered or threatened species or designated critical habitat, the pre -construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed work or that utilize the designated critical habitat that might be affected by the proposed work. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non -Federal applicant of the Corps' determination within 45 days of receipt of a complete pre - construction notification. In cases where the non -Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification the proposed activities will have "no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the U.S. FWS or the NMFS, The Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of "take" means an act which actually kills or injures wildlife, Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. ( f) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide web pages at http://www.fws.gov/ or http., w.fw,,,eov,ipac and hitp.., ww.110;ia.go‘ /tislterics.itti1t1 respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for obtaining any "take" permits required under the U.S. Fish and Wildlife Service's regulations governing compliance with the Migratory Bird Treaty Act or the Bald and Golden Eagle Protection Act. The permittee should contact the appropriate local office of the U.S. Fish and Wildlife Service to determine if such "take" permits are required for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of I listoric Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address section 106 compliance for the NWP activity, or whether additional section 106 consultation is necessary. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre -construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre -construction notifications, district engineers will comply with the current procedures for addressing the requirements of Section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non -Federal applicant has identified historic properties on which the activity may have the potential to cause effects and so notified the Corps, the non -Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre -construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR §800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non -Federal applicant that he or she cannot begin work until Section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should he aware that section 110k of the NHPA (16 U.S.C. 470h -2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA-managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 31, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will he required for all wetland losses that exceed 1/10 -acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse effects of the proposed activity are minimal, and provides a project -specific waiver of this requirement. For wetland losses of 1/10 -acre or less that require pre -construction notification, the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in minimal adverse effects on the aquatic environment. (2) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (3) If permit -tee -responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) - (14) must he approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (4) If mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (5) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan. (d) For losses of streams or other open waters that require pre -construction notification, the district engineer may require compensatory mitigation, such as stream rehabilitation, enhancement, or preservation, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2 -acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 -acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (0 Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the restoration or establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns, if it is not possible to establish a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or establishing a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in -lieu fee programs, or separate permittee - responsible mitigation. For activities resulting in the loss of marine or estuarine resources, permittee - responsible compensatory mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee -responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (h) Where certain functions and services of waters o the United States are permanently adversely affected, such as the conversion of a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse effects of the project to the minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized 1 ribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must he obtained or waived (see 33 CFR 330.4(c)). "[he district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality, 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case -By -Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3 -acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and any required compensatory mitigation. The success of any required permittee -responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. [he Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general, regional, or activity -specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in -lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(1)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) "[he signature of the permittee certifying the completion of the work and mitigation. 31. Pre -Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre -construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 20 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) has been completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre -Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause, including the anticipated amount of loss of water of the United States expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; any other NW P(s), regional general permit(s), or individual permit(s) used or intended to he used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (4) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (5) If the proposed activity will result in the loss of greater than 1/10 -acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse effects are minimal and why compensatory mitigation should not be required, As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non -Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to he eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non -Federal applicants the PCN must state which historic property may he affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c) Form of Pre -Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs (b)(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP activities that require pre -construction notification and result in the loss of greater than 1/2 - acre of waters of the United States, for NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre -construction notification and will result in the loss of greater than 300 linear feet of intermittent and ephemeral stream bed, and for all NWP 48 activities that require pre -construction notification, the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (U.S. FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (TI IPO), and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site-specific comments. The comments must explain why the agency believes the adverse effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre -construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (3) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson -Stevens Fishery Conservation and Management Act. (4) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre - construction notifications to expedite agency coordination. District Engineer's Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. For a linear project, this determination will include an evaluation of the individual crossings to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to intermittent or ephemeral streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42, 43, 44, 50, 51 or 52, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in minimal adverse effects. When making minimal effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse effects determination. The district engineer may add case -specific special conditions to the NWP authorization to address site-specific environmental concerns. 2. If the proposed activity requires a PCN and will result in a loss of greater than 1/10 -acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, after considering mitigation, the district engineer will notify the permittee and include any activity -specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terms and conditions of the NWP, including any activity -specific conditions added to the NWP authorization by the district engineer. 3. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: (a) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (c) that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45 -day PCN period, with activity -specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a 'Thal mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. Further Information I. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project. C. CORPS SEATTLE DISTRICT REGIONAL GENERAL CONDITIONS 1. Aquatic Resources Requiring Special Protection. Activities resulting in a loss of waters of the United States in a mature forested wetland, bog, bog -like wetland, aspen -dominated wetland, alkali wetland, wetlands in a dunal system along the Washington coast, vernal pools, camas prairie wetlands, estuarine wetlands, and wetlands in coastal lagoons cannot be authorized by a NWP, except by the following NWPs: NWP 3 — Maintenance NWP 20 — Oil Spill Cleanup NWP 32 - Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste In order to use one of the above -referenced NWPs in any of the aquatic resources requiring special protection, you must submit a pre -construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 (Pre -Construction Notification) and obtain written approval before commencing work. 2. Commencement Bay. The following NWPs may not be used to authorize activities located in the Commencement Bay Study Area (see Figure 1 at ww‘N.nws.usace.ariny mil, select Regulatory Permits then Permit Guidebook, then Nationwide Permits) requiring Department of the Army authorization: NWP 12 — Utility Line Activities (substations) NWP 13 - Bank Stabilization NWP 14 - Linear Transportation Projects NWP 23 — Approved Categorical Exclusions NWP 29 — Residential Developments NWP 39 — Commercial and Institutional Developments NWP 40 Agricultural Activities NWP 41 - Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities 3. New Bank Stabilization Prohibition Areas in Tidal Waters of Puget Sound. Activities involving new bank stabilization in tidal waters in Water Resource Inventory Areas (WRIAs) 8, 9. 10, 1 , and 12 (within the specific area identified on Figure 2 at www nws tisace.army.inil, select Regulatory Permits then Permit Guidebook, then Nationwide Permits) cannot be authorized by a NWP. 4. Bank Stabilization. Any project including new or maintenance bank stabilization activities requires pre -construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 for Pre -Construction Notification. This requirement does not apply to maintenance work exempt by 33 CFR 323 4 (a)(2). Each notification must also include the following information: a. Need for the work, including the cause of the erosion and the threat posed to structures, infrastructure, and/or public safety. The notification must also include a justification for the need to place fill or structures waterward of the line of the Corps' jurisdiction (typically, the ordinary high water mark or mean higher high water mark). b. Current and expected post -project sediment movement and deposition patterns in and near the project area. In tidal waters, describe the location and size of the nearest bluff sediment sources (feeder bluffs) to the project area and current and expected post -project nearshore drift patterns in the project area. c. Current and expected post -project habitat conditions, including the presence of fish, wildlife and plant species, submerged aquatic vegetation, spawning habitat, and special aquatic sites (e.g., vegetated shallows, riffle and pool complexes, or mudflats) in the project area. d. In rivers and streams, an assessment of the likely impact of the proposed work on upstream, downstream and cross -stream properties (at a minimum the area assessed should extend from the nearest upstream bend to the nearest downstream bend of the watercourse). Discuss the methodology used for determining effects. The Corps reserves the right to request an increase in the reach assessment area to fully address the relevant ecological reach and associated habitat. e. For new bank stabilization activities in rivers and streams, describe the type and length of existing bank stabilization within 300 feet up and downstream of the project area. In tidal areas, describe the type and length of existing bank stabilization within 300 feet along the shoreline on both sides of the project area. f. Demonstrate the proposed project incorporates the least environmentally damaging practicable bank protection methods. These methods include, but are not limited to, the use of bioengineering, biotechnical design, root wads, large woody material, native plantings, and beach nourishment in certain circumstances. If rock must be used due to site erosion conditions, explain how the bank stabilization structure incorporates elements beneficial to fish. If the Corps determines you have not incorporated the least environmentally damaging practicable bank protection methods and/or have not fully compensated for impacts to aquatic resources, you must submit a compensatory mitigation plan to compensate for impacts to aquatic resources. g. A planting plan using native riparian plant species unless the applicant demonstrates a planting plan is not appropriate or not practicable. 5. Crossings of Waters of the United States. Any project including installing, replacing, or modifying crossings of waters of the United States, such as culverts, requires pre -construction notification to the District Engineer in accordance with Nationwide Permit General Condition 3 I for Pre -Construction Notification. This requirement does not apply to maintenance work exempt by 33 CFR 323.4 (a)(2). Each notification must also include the following information: a. Need for the crossing. b. Crossing design criteria and design methodology. c. Rationale behind using the specific design method for the crossing. 6. Cultural Resources and Human Burials. Permittees must immediately stop work and notify the District Engineer within 24 hours if, during the course of conducting authorized work, human burials, cultural resources, or historic properties, as identified by the National Historic Preservation Act, are discovered. Failure to stop work in the area of discovery until the Corps can comply with the provisions of 33 CFR 325 Appendix C, the National Historic Preservation Act, and other pertinent laws and regulations could result in a violation of state and federal laws. Violators are subject to civil and criminal penalties. 7. Essential Fish Habitat. An activity which may adversely affect essential fish habitat, as identified under the Magnuson -Stevens Fishery Conservation and Management Act (MSA), may not be authorized by NWP until essential fish habitat requirements have been met by the applicant and the Corps. Non- federal permittees shall notify the District Engineer if essential fish habitat may he affected by, or is in the vicinity of, a proposed activity and shall not begin work until notified by the District Engineer that the requirements of the essential fish habitat provisions of the MSA have been satisfied and the activity is authorized. The notification must identify the type(s) of essential fish habitat (e.g., Pacific salmon, groundfish, and/or coastal -pelagic species) managed by a Fishery Management Plan that may be affected. Information about essential fish habitat is available at v‘ww.nwr.noaa.gov 8. Vegetation Protection and Restoration. Permittees must clearly mark all construction area boundaries before beginning work. The removal of native vegetation in riparian areas and wetlands, and the removal of submerged aquatic vegetation in estuarine and tidal areas must be avoided and minimized to the maximum extent practicable. Areas subject to temporary vegetation removal shall be replanted with appropriate native species by the end of the first planting season following the disturbance except as waived by the District Engineer. If an aquaculture area is permitted to impact submerged aquatic vegetation under NWP 48, the aquaculture area does not need to be replanted with submerged aquatic vegetation. 9. Access. You must allow representatives of this office to inspect the authorized activity at any time deemed necessary to ensure the work is being, or has been, accomplished in accordance with the terms and conditions of your permit. 10. Contractor Notification of Permit Requirements. The permittee must provide a copy of the nationwide permit verification letter, conditions, and permit drawings to all contractors involved with the authorized work, prior to the commencement of any work in waters of the U.S. D. CORPS REGIONAL SPECIFIC CONDITIONS FOR THIS NWP I. For projects subject to pre -construction notification, the notification must explain why the loss is necessary and show how it would be fully offset by the beneficial impacts of the project. The notification must describe pre -project site conditions (including photographs), general wetland and other aquatic functions the site provides, benefits anticipated from project construction, and proposed maintenance and monitoring plans. 2. The permittee must submit a pre -construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 (Pre -Construction Notification) for any proposed project located in a Department of the Army permit compensatory mitigation site, Comprehensive Environmental Response, Compensation and Liability Act (Superfund) site, Resource Conservation and Recovery Act hazardous waste clean-up site, or Washington State Model Toxics Control Act clean-up site. E. STATE 401 CERTIFICATION GENERAL CONDITIONS: 1. For in -water construction activities. Individual 401 review is required for projects or activities authorized under NWPs that will cause, or be likely to cause or contribute to an exceedence of a State water quality standard (WAC 173-201A) or sediment management standard (WAC 173-204). Note' ,S*ti.-11,:1,1,,.71ir quality Pcm(lapds orc s i.70 *V Wet, OK' Cc.), ;1. LIA/ . CliCk "S2irpece '1(4' q77(1 friUri0e. act as S7edditcnt mana.orncnt st,:dzcidids arc postt,c1 on Ecology /,•fir \rr s,ot: ,7-41s/ wo( -')o ;-‘/),/ Inolf,rN;ati,m ccoaactin, Pf7OOt SiCr!!" 2. Projects or Activities Discharging to Impaired Waters. Individual 401 review is required for projects or activities authorized under NWPs if the project or activity will occur in a 303(d) listed segment of a waterbody or upstream of a listed segment and may result in further exceedences of the specific listed parameter. Note. To determine if your project or activity is in a 303(d) listed segment of a waterbody, visit Ecology's Water Quality Assessment wehpage for maps and search tools, t p Wri.gov poWNMS/FIN. 303(1'2008.1 Information is also available by contacting Ecology's Federal Permit staff 3. Notification. For projects or activities that will require Individual 401 review, applicants must provide Ecology with the same documentation provided to the Corps (as described in Corps Nationwide Permit General Condition 31, Pre -Construction Notification), including, when applicable: (a) A description of the project, including site plans, project purpose, direct and indirect adverse environmental effects the project would cause, and any other Department of the Army permits used or intended to be used to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps and shall include Ecology's Wetland Rating form. Wetland rating forms are subject to review and verification by Ecology staff. Note Nettood al eiliabit. on Ecolog), 's Wetlands owbs;is ;;• er • lot ric vro ovol •)p JO?' •o•ON-sost solv or by contoctliOt L (Ooze Federal P foot stdott (c) A statement describing how the mitigation requirement will he satisfied. A conceptual or detailed mitigation or restoration plan may be submitted. Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State, Parts 1 and 2 (Ecology Publications #06-06- 01 I a and #06-06-011b). (d) Coastal Zone Management Program "Certification of Consistency" Form if the project is located within a coastal county (Clallam, Grays Harbor, Island, Jefferson, King, Kitsap, Mason, Pacific, Pierce, San Juan, Skagit, Snohomish, Thurston, Wahkiakum, and Whatcom counties). C/1),1 ( 0‘,!1.,i,' toow we :Jvwfobi:: on Ecrilo:,7T ,3.12.7 -al Permit is ,itv p nJ in?ni Ecolov s Fcdcial _Permit sl'aV. (e) Other applicable requirements of Corps Nationwide Permit General Condition 31, Corps Regional Conditions, or notification conditions of the applicable NWP. Note. Ecology has 180 days from receipt of applicable documents noted above and a copy of the final authorization letter from the Corps providing coverage for a proposed project or activity under the NW? Program to issue a WQC and CZM consistency determination response. If more than 180 days pass after Ecology's receipt of these documents, your requirement to obtain an individual WQC and CZM consistency determination response becomes waived. 4. Aquatic resources requiring special protection. Certain aquatic resources are unique, difficult -to - replace components of the aquatic environment in Washington State. Activities that would affect these resources must he avoided to the greatest extent possible. Compensating for adverse impacts to high value aquatic resources is typically difficult, prohibitively expensive, and may not be possible in some landscape settings. Individual 401 review is required for activities in or affecting the following aquatic resources (and not prohibited by Regional Condition 1): (a) Wetlands with special characteristics (as defined in the Washington State Wetland Rating Systems for western and eastern Washington, Ecology Publications #04-06-025 and #04-06-015): • Estuarine wetlands • Natural Heritage wetlands • Bogs • Old-growth and mature forested wetlands • Wetlands in coastal lagoons • lnterdunal wetlands • Vernal pools • Alkali wetlands (b) Fens, aspen -dominated wetlands, camas prairie wetlands, and marine water with eelgrass (Zostera marina) beds (except for NWP 48). (c) Category 1 wetlands (d) Category II wetlands with a habitat score > 29 points. This State General Condition does not apply to the following Nationwide Permits: NWP 20 — Response Operations for Oil and Hazardous Substances NWP 32 — Completed Enforcement Actions 5. Mitigation. For projects requiring Individual 401 review, adequate compensatory mitigation must be provided for wetland and other water quality -related impacts of projects or activities authorized under the NWP Program. (a) Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State, Parts I and 2 (Ecology Publications #06-06- 01 la and #06-06-011b) and shall, at a minimum, include the following: i. A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. ii. The nature of the proposed impacts (i.e., acreage of wetlands and functions lost or degraded) in. The rationale for the mitigation site that was selected iv. The goals and objectives of the compensatory mitigation project v. How the mitigation project will be accomplished, including construction sequencing, best management practices to protect water quality, proposed performance standards for measuring success and the proposed buffer widths vi. How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will generally be required for a minimum of five years. For forested and scrub - shrub wetlands, 10 years of monitoring will often be necessary. vii. How the compensatory mitigation site will be legally protected for the long term. Refer to Wetland Mitigation in Washington State — Part 2: Developing Mitigation Plans (Ecology Publication #06-06-011b) for guidance on developing mitigation plans. Ecology encourages the use of alternative mitigation approaches, including advance mitigation and other programmatic approaches such as mitigation banks and programmatic mitigation areas at the local level. If you are interested in proposing use of an alternative mitigation approach, consult with the appropriate Ecology regional staff person. (see http:. www:ecy.wa,gov/programsfsea wetlands/contacts:110-n) Information on the state wetland mitigation banking program is available on Ecology's website: littp://www.ecy.wa.g, proadnis.seaVellands 6. Temporary Fills. Individual 401 review is required for any project or activity with temporary fill in wetlands or other waters of the State for more than 90 days, unless the applicant has received written approval from Ecology. Note This State General Condition does not apply to projects or activities authoriz,ed under NWT' 33, Temporary Construction, Access, and Dewatering 7. Stormwater discharge pollution prevention: All projects that involve land disturbance or impervious surfaces must implement prevention or control measures to avoid discharge of pollutants in stormwater runoff to waters of the state. For land disturbances during construction, the permittee must obtain and implement permits where required and follow Ecology's current stormwater manual. 1 8 Note. Sionnicatc"r perinit inil;ri.,latr, ic (wadable at Ecology's' ifiate?r Owelity website luipiicc:,i ag..c. ,rr (41 lc vio.“rr Stormwoter Alarragement and 1..).sin available iiLciy ci'i, ;_iro"4vanis )14.N'tfCroli1 +1441 hi,; on is also al.ailc41,Ic Iry cimtm ring Ecology's Fedoral. Permit ckilt 8. Sla le Certification for PCNs not receiving 45 -day response. In the event the U.S. Army Corps of Engineers does not respond lo a coinple-te pre -construction notification within 45 day s, the applicant must contact Ee,ology for Individual 401 review. F. STATE 401 CERTIFICATION SPECIFIC CONDITIONS FOR THIS NWP: Certified subject to conditions. Permittee must meet Ecology 401 General Conditions. Individual 401 review is required for projects or activities authorized under this NWP if: 1. The project or activity involves fill in tidal waters. 2. The project or activity affects 1/2 acre or more of wetlands. G. EPA 401 CERTIFICATION GENERAL CONDITIONS: A. Any activities in the following types of wetlands arid waters of the United States will need to apply for an individual 401 certification: Mature forested wetlands, bogs, bog -like wetlands, wetlands in dunal systems along the Washington coast, coastal lagoons, vernal pools, aspen -dominated wetlands, alkali wetlands, camas prairie wetlands, estuarine wetlands, including salt marshes, and marine waters with eelgrass or kelp beds. B. A 401 certification determination is based on the project or activity meeting established turbidity levels. The EPA will be using as guidance the state of Washington's water quality standards [WAC 173- 201a] and sediment quality standards [WAC 173-204]. Projects or activities that are expected to exceed these levels or that do exceed these levels will require an individual 401 certification. The water quality standards allow for short-term turbidity exceedances after all necessary Best Management Practices have been implemented (e.g., properly placed and maintained filter fences, hay bales and/or other erosion control devices, adequate detention of runoff to prevent turbid water from flowing off-site, providing a vegetated buffer between the activity and open water, etc.), and only up to the following limits: Wetted Stream Width at Discharge Point Up to 30 feet >30 to I 00 feet %100 feet to 200 feet Approximate Downstream Point for Determining Compliance 50 feet 100 feet 200 feet >200 feet 300 feet LAKE, POND, RESERVOIR Lesser of 100 feet or maximum surface dimension C. 401 certification of projects and activities under NWPs will use Washington State Department of Ecology's most recent stormwater manual or an EPA approved equivalent manual as guidance in meeting water quality standards. D. For projects and activities requiring coverage under an NPDES permit, certification is based on compliance with the requirements of that permit. Projects and activities not in compliance with NPDES requirements will require individual 401certification. E. Individual 40 1 certification is required for projects or activities authorized under NWPs if the project will discharge to a waterbody on the list of impaired waterbodies (the 303(d) List) and the discharge may result in further exceedance of a specific parameter the waterbody is listed for. The EPA shall make this determination on a case-by-case basis. For projects or activities that will discharge to a 303(d) -listed waterbody that does not have an approved Total Maximum Daily Load (TMDL) or an approved water quality management plan, the applicant must provide documentation for EPA approval showing that the discharge will not result in further exceedance of the listed contaminant or impairment. For projects or activities that will discharge to a 303(d) -listed waterbody that does not have an approved TMDL, the applicant must provide documentation for EPA approval showing that the discharge is within the limits established in the 'I'MDL. The current list of 303(d) -listed waterbodics in Washington State will be consulted in making this determination and is available on Ecology's web site at: WWW.,:cy.wa.gov/programs iwc1;303d,'2012/indcvhi uI The EPA may issue 401 certification for projects or activities that would result in further exceedance or impairment if mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody. This determination would be made during individual 401 certification review. F. For projects requiring individual 401 certification, applicants must provide the EPA with the same documentation provided to the Corps, (as described in Corps' National General Condition 31, Pre - Construction Notification), including, when applicable: (a) A description of the project, including site plans, project purpose, direct and indirect adverse environmental effects the project would cause, any other U.S. Department of the Army permits used or intended to use to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps. (c) A statement describing how the mitigation requirement will be satisfied. A conceptual or detailed mitigation or restoration plan may be submitted. (d) Other applicable requirements of Corps National General Condition 31, Corps Regional Conditions, or notification conditions of the applicable NWP. A request for individual 401 certification- review is not complete until the EPA receives the applicable documents noted above and the EPA has received a copy of the final authorization letter from the Corps providing coverage for a proposed project or activity under the NWP Program. G. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material, may consist of unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.) and material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). H. An individual 4W certification is based on adequate compensatory mitigation being provided for aquatic resource and other water quality -related impacts of projects or activities authorized under the NWP Program. A 401 certification is contingent upon written approval from the EPA of the compensatory mitigation plan for projects and activities resulting in any of the following: • impacts to any aquatic resources requiring special protection (as defined in EPA General Condition A or Corps General Regional Condition I) • any impacts to tidal waters or non -tidal waters adjacent to tidal waters (applies to NWP 14) * Or, any impacts to aquatic resources greater than 1/4 acre. Compensatory mitigation plans submitted to the EPA shall be based on the Joint Agency guidance provided in Wetland Mitigation in Washington Slate, Parts 1 and 2 (Ecology Publication #06-06-01 la and #06-06-011b) and shall, at a minimum, include the following: (1) A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. (2) The nature of the proposed impacts (i.e., acreage of wetlands and functions lost or degraded) (3) The rationale for the mitigation site that was selected (4) The goals and objectives of the compensatory mitigation project (5) How the mitigation project will be accomplished, including proposed performance standards for measuring success (including meeting planting success standard of 80 percent survival after five years), evidence for hydrology at the mitigation site, and the proposed buffer widths; (6) How it will be maintained and monitored to assess progress towards goals and objectives. (7) Completion and submittal of an "as -built conditions report" upon completion of grading, planting and hydrology establishment at the mitigation site; (8) Completion and submittal of monitoring reports at years 3 and 5 showing the results of monitoring for hydrology, vegetation types, and aerial cover of vegetation. (9) For forested and scrub -shrub wetlands, 10 years of monitoring will often be necessary. (10) Documentation of legal site protection mechanism (covenant or deed restriction) to show how the compensatory mitigation site will be legally protected for the long-term. I. An individual 401 certification is required for any activity where temporary fill will remain in wetlands or other waterbodies for more than 90 days. The 90 day period begins when filling activity starts in the wetland or other waterbody. J. An individual 401 is required for any proposed project or activity in waterbodies on the most current list of the following Designated Critical Resource Waters (per Corps General Condition 22), K. An individual 401 certification is required for any proposed project that would increase permanent, above -grade fill within the 100 -year floodplain (including the floodway and the flood fringe). [Note: The 100 -year floodplain is defined as those areas identified as Zones A, Al -3D, AE, AH, AO, A99, V, V1-30, and VE on the most current Federal Emergency Management Agency Flood Rate Insurance Maps, or areas identified as within the 100 -year floodplain on applicable local Flood Management Program maps. The 100 -year flood is also known as the flood with a 100 -year recurrence interval, or as the flood with an exceedance probability of 0.01.] H. EPA 401 CERTIFICATION SPECIFIC CONDITIONS FOR THIS NWP: Partially denied without prejudice. Permittee must meet EPA 401 General Conditions. An individual 401 review is required for projects authorized under this NWP if: 1. The project or activities impact greater than V2 acre, or 2. Any activity in tidal wetlands or waters, or 3. Any project that involves shellfish seeding activities I. COASTAL ZONE MANAGEMENT CONSISTENCY RESPONSE FOR THIS NWP: Concur subject to the following condition: When individual 401 review by Ecology is triggered, a CZM Certification of Consistency form must be submitted for projects located within the 15 coastal counties (see State General 401 Condition 3 (Notification)). '.,TATF. OF WASHINGTON I...)FPARTMENT Of- 'ECOLOGY 5 It Y.,“,"7t,r7,1 Avc, '_rtc, 200 Yakirrie, 1A/4 9131(t,. 373'2 t l")9) 775 April 14, 2014 Yakima City Wastewater Division Attn: Ryan Anderson 2220 E. Viola Avenue Yakima, WA 98901 Re: City of Yakima Permit SH#003-13, Yakima City Wastewater Division — Applicant SIMULTANEOUS FILING OF Approved Shoreline Substantial Development Peimit (SDP) #1942 Approved Shoreline Conditional Use Permit (CUP) #603 Dear Mr. Anderson: On March 25, 2014, the Department of Ecology received the City of Yakima decisions on your permits to install two 42 -inch pipelines that will discharge treated wastewater treatment plant effluent into the Yakima River floodplain, floodway and wetland complex. By law, Ecology must review Substantial Development Permits and Conditional Use Permits for compliance with: • The Shoreline Management Act (Chapter 90.58 RCW) • Ecology's Substantial Development Permit (SDP) approval criteria (Chapter 173-27-150 WAC) • Ecology's Conditional Use Permit (CUP) approval criteria (Chapter 173-27-170 WAC) • The City of Yakima Local Shoreline Master Program. Local governments, after reviewing SDPs for compliance, are required to submit them to Ecology. Your approved SDP has been received and filed by Ecology. After reviewing the CUP for compliance, Ecology must decide whether to approve, approve with conditions, or disapprove it. Our Decision on your Conditional Use Permit: Ecology approves your Conditional Use Permit, provided your project complies with all the conditions required by City of Yakima, which includes submittal of a monitoring and adaptive management plan to Ecology for approval. Yakima City Wastewater Division Attn: Ryan Anderson April 14, 2014 Page 2 Please note, however, that other federal, state, and local permits may be required in addition to these shoreline permits. What Happens Next? Before you begin activities authorized by this permit, the law requires you wait at least 21 days from April 11, 2014, which is the "date of filing." This waiting period allows anyone (including you) who disagrees with any aspect of this permit to appeal the decision to the state Shorelines Hearings Board. You must wait for the conclusion of an appeal before you can begin the activities authorized by this permit. The Shorelines Hearings Board will notify you by letter if they receive an appeal. We recommend that you contact the Shorelines Hearings Board before you begin permit activities to ensure that no appeal has been received. They can be reached at (360) 664-9160 or http://www.eho.wa.gov/. IfyeLLti want to appeal this decision, you can find appeal instructions (Chapter 461-08 WAC) at the Shorelines Hearings Board website above. They are also posted on the website of the Washington State Legislature at: http://apps.leg.wa.gov/wac/. If you have any questions about this letter, please contact Cathy Reed at (509) 575-2616. Sincereliy, Gary Graff, P WS Regional Section Manager \ Shorelands and Environmental Assistance Program cc: Jeff Peters, City of Yakima WASHINGTON STATE ENVIRONMENTAL POLICY ACT DETERMINATION OF NONSIGNIFICANCE CITY OF YAKIMA, WASHINGTON February 6, 2014 PROJECT DESCRIPTION: Installation of two 42 -inch diameter wastewater pipelines from the Yakima Regional Wastewater Treatment Plant to convey treated effluent into an environmentally restored floodplain complex that drains into the Yakima River (see City of Yakima file SEPA#027- 13 for a complete description & submitted drawings). Note: The applicant has submitted a memorandum which addresses comments submitted by the Washington State Department of Ecology, updates information in the previous wetland report, and documents that the proposed project is self -mitigating. Based upon this new information the City of Yakima Planning Division finds that this proposal will not have any adverse Impacts that are not addressed by the issuance of both its Shoreline and Critical Area Ordinance permits. PROPONENT: City of Yakima Regional Wastewater Treatment Plant LOCATION: 2220 E. Viola Ave. Yakima, WA 98901 (vicinity of Billy's Pond & Yakima River) PARCEL NUMBERS: 191329-44003 & 191332-14001 LEAD AGENCY: City of Yakima. FILE NUMBERS: SEPA #027-13; CAO #003-13; SH #003-13 DETERMINATION: The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An environmental impact statement (EIS) is not required under RCW 43.21C.030(2)(c). This decision was made after review of a completed environmental checklist and other information on file with the lead agency. This information is available to the public on request, This DNS Is issued after using the optional DNS pro s in WAC 197-11-355. There is no further comment period on the DNS. Responsible Official: Position/Title: Phone Address: Steve Osoutho SEPA Responsible Official (.509) 575-6183 129 N 2nd Street, Yakima, VVA 9B90 Date February 5, 2014 Signa u You may appeal this determination to: Steve Osguthorpe, AICP, Director of Community Development, at 129 N 2nd Street, Yakima, WA 98901. No later than: By method: February 19, 2014. Complete appeal a_pplication form and payment of $580 appeal fee. You should be prepared to make specific factual objections. Contact the City of Yakima Planning Division to read or ask about the procedures for SEPA appeals. City of Yakima Wastewater Treatment Plant FLOODPLAIN RESTORATION AND OUTFALL ALTERNATIVE PROJECT Vevc5000:1 v.". el6.90000 ,Vect V' He ,nres: "00 ',VI:0 civvvvv,ts avv, 10 viva, eV v0Vv, Cc t1tr on, 00 one0,0001 V con ton! I :0 00.: C.,0101,00 00:3 ryvtavf Yakima, Washington October 2013 Vn Vtf :0 Vvaavvesw Vastsmin Ross CZ Mad" . VtOtve, VVVRMI Etat P 4 pryyte,Y. *A. .44 PICFN CONVEYAN 4AisINEL UTI4_:ENPPZ- 1, WATER 7f_ATMEri F• 1 v# w).• 111111.1 -- „„ . . • - • - - ...... Girl' OF YAtchril PLANNivp .e • 4 DN. Fr. 'Vs" Aria. CITY OF YAKIMA Shoreline Management Substantial Development, Conditional Use, Floodplain Development, and Critical Area Development Permit. Application Number(s): SH 3-13 & CA. 03-13 APPLICANT: APPLICANT ADDRESS: PROPERTY 0 ER: PROJECT LOCATION: PARCEL NUMBER: DATE OF REQUEST: DATE OF DECISION: •. • City of Yakima Regional Wastewater Treatment Plant 2220 E. Viola Ave. Yakima, WA 98901 City of Yakima 2220 E. Viola Ave. Yakima, WA 98901 (vicinity of Billy's Pond & Yakima River) 19132 003 & 191332-14001 November 20, 2013 March 6, 2014 STAFF CONTACT: Jeff Peters, Supervising Planner I. DESCRIPTION OF RE UEST: Critical Area, Shoreline Substantial Development, Conditional Use, and Floodplain Development Permit, for the proposed installation of two 42 -inch diameter wastewater pipelines from the Yakima Regional Wastewater Treatment Plant which will convey treated effluent into an environmentally restored floodplain complex that drains into the Yakima River (see City of Yakima file: SEPA#027-13, SH#003-13, & CAO#003-13 for a complete description & submitted drawings). II. SUMMARY OF DECISION: Based upon a view of the site, matters contained in the application, Development Services Team (DST) comments, a review of the City of Yakima's Critical Area Ordinance, adopted Yakima County Shoreline Master Program, Findings and Conclusions herein, the City of Yakima Administrative Official has approved this application subject to the below identified conditions. III. FACTS: A. Environmental Review: This application was subject to State Environmental Policy Act (SEPA) review pursuant to WAC 197-11-800. On February 5, 2014, the City of Yakima issued a Determination of Non -significance for SEPA #027-13. This determination was subject to appeal until February 19, 2014, and no appeals were filed. B. Shoreline Jurisdiction & Relation to Critical Areas: The subject site is located along the Yakima River and Billy's Pond (a habitat restoration project completed by the City of Yakima in the summer of 2013). The subject site can be described as an area within the Yakima River floodplain above the ordinary high water mark adjacent to and south of the P. "The floodplain is a flat open field with clean topsoil fill that was added after the field was partially eroded during the 1996 flood. Vegetation on the floodplain includes non-native weeds, alfalfa, grass, black locust, Siberian elms, and crack willow. The margins of the floodplain have some native species of trees and brush such as black cottonwoods, willows, roses, and flowing currants. Substrate lying beneath the topsoil are comprised of alluvial deposited gravel, sand, and cobbles. The southeastern portion of the project extends below the ordinary high water mark in an areas that is seasonally inundated, This area includes black cottonwood, willows alder, red osier dogwood, maple, and invasive species such as reed canary grass and yellow flog iris." The channel through this area "(locally called the revetment channel) is activated when the Yakima River discharge exceeds approximately 3,500 cubic feet per second (cfs). When activated, the channel provides low quality habitat because the velocity is high and there is little connection to adjacent areas for feeding or resting. The City of Yakima constructed,.. Billy's Pond in the summer of 2013. Elements of the project included reconfiguring the pond to create complexity, improve the condition of the outlet channel between the pond and the revetment channel to provide fish passage, removal of two culverts that blocked fish passage, and excavation of spring -fed channels on the north side of Billy's pond.. .to provide off - channel habitat for juvenile salmonids and other aquatic and terrestrial species that use the Yakima River." Due to the fact that the subject site is located in the floodplain of the Yakima River, and affects both existing and manmade wetlands: 1. The City of Yakima's adopted Yakima County Shoreline Master Program (YCSMP) Appendix A, § 8.02 (a), and WAC 173-18, 173-20, and 173-22- 040(2) identify the subject shoreline as falling under Shoreline Master Program jurisdiction as an Urban environment; and 2. The City of Yakima's Critical Area Ordinance (CAO) YMC § 15.27.140 indicates that "...this chapter shall apply to any new development, construction, or use within the incorporated portion of the City of Yakima and its Urban Growth Area designated as a critical area and upon any land mapped and designated as a special flood hazard area under the National Flood Hazard Insurance Program." Therefore, based upon the location of the above mentioned development, the proposed project is subject to review and permit under the City of Yakima's adopted YCSMP and CAO. C. Processing: 1. On November 20, 2013, in accordance with YMC § 15.27.301, and YCSMP § 17.02 the City of Yakima Planning Division received the applicant's SEPA, Shoreline, and CAO applications for the proposed project. 2. On December 5, 2013, the application was deemed complete for processing. 3. In accordance with YMC § 15.27.300(E)(2), the Administrative Official determined that the provisions of the Critical Area Development permit shall be 2 combined with that of the Shoreline Substantial Development and Conditional Use permits as the notice/process requirements of the Shoreline Master Program exceed those of the City's Critical Area Ordinance. 4. Consistent with YMC § 15.27.301, the Administrative Official reviewed the available information pertaining to the proposal and made a determination that a "Critical Area was present, but there was no impact" due to the fact that the proposed project is self -mitigating through the self-imposed habitat improvements such as plantings, use of existing soils, and increased access to salmonid habitat, and compliance with YMC 15.27 Part Four Flood Hazard Areas. 5. Public Notice: In compliance with YCSMP § 17.02 — 17.04, the Administrative Official published a Notice of Application in the Yakima Herald which provided a thirty day public comment period on December 13th, and 20th, 2014, with the Notice of Application being mailed to the "...latest recorded real property owners as shown by the records of the County Assessor within 300 feet of the boundary of the property upon which the project is proposed". The thirty day comment period ended on January 21, 2014, with one comment received from the Washington State Department of Ecology requesting that the applicant reexamine their Joint Aquatic Resource Permit Application and Wetland Report. 6. In response to the comment submitted by the Washing State Department of Ecology the applicant submitted a memorandum on January 24, 2014, updating their application and correcting some minor errors in regard to the classification of an identified wetland on the subject property. IV. APPLICABLE LAW: The following codes, policies and adopted standards are pertinent to this proposal: A. YCSMP Ch. 3 Goals for Yakima County Shorelines: 1. Promote reasonable and appropriate use of Yakima County shorelines which will promote and protect public interest. 2. Protect against adverse effects to the public health, the land, its vegetation and wildlife and the waters and their aquatic life. 3. Maintain a high quality of environment along Yakima County Shorelines. 4. Preserve and protect fragile natural resources and culturally significant features. B. YCSMP Ch. 3 Goals for Master Program Elements: Shoreline Use 1. Assure that shoreline development in Yakima County is consistent with the character and physical limitations of the land and water. Promote a viable pattern of land and water uses while minimizing adverse effects upon environmental quality. C. YCSMP Ch. 4 Policies for Master Program Elements: 1. Utilities: Utilities are services which produce and carry water, electric power, gas, sewage, communications, oil, and other forms of energy producing products. At this time the most feasible methods of transmission are the lineal ones of pipes and wires. The installation of this apparatus necessarily disturbs the landscape but can usually be planned to have minimal visual and 3 physical effect on the environment. 1. Whenever utilities must be placed in a shoreline area the location should be chosen so as to not obstruct or destroy scenic views. Whenever feasible, these facilities should be placed underground. 2. Utilities should be located to meet the needs of future populations in areas planned to accommodate this growth. 3. Local jurisdictions should attempt to incorporate major transmission line rights-of-way on shorelines into their programs for public access to water bodies. 4. Wherever possible, utilities should be confined in a single corridor. Upon completion of installation/maintenance project on shorelines, banks should be restored to pre -project configuration, replanted with native species and provided maintenance care until the newly planted vegetation is established. D. Yakima Urban Area Comprehensive Plan (YUACP) 2025 Natural Environmental Goals and Policies: 1. Goal 10.6: Protect the City's supply and quality of shoreline areas to ensure their most efficient and environmentally sound use. 2. Policy 10.6.13: Whenever utilities must be placed in a shoreline area, locate utilities in areas planned to accommodate future growth that will not obstruct or destroy scenic views. Whenever feasible, these facilities should be placed underground. 3. Goal 10.9: Manage development in floodplains to protect public health and safety. Prevent increased flooding from stormwater runoff. 4. Policy 10.9,2: Ensure that new development will not affect the flood elevations in surrounding areas. E. YCSMP Master Program Regulations: 1. 3.01: Promote reasonable and appropriate use of the shoreline which will protect the public and private interest. 2. 3.02: Protect against adverse effects to the public health, the land, its vegetation and wildlife and the waters and their aquatic life within Yakima County. 3. 3.09: Recognize and protect statewide interest. 4. 3.10: Give preference to uses which result in long term over short term benefits. 5. 13.02: Shoreline development shall not interfere with public access and enjoyment of any nearby publicly owned land areas. 6. 13.04: All construction shall be designed to protect the shorelines against erosion, uncontrolled drainage, slides, pollution, excessive excavations and fills and other factors detrimental to the environment, and shoreline development shall not substantially diminish the natural quality of nearby areas including the quality of the water involved. 7. 13.05: Upon completion of installation of any substantial development which disrupts the environment, the disturbed area shall be regarded to compatibility with the natural terrain and replanted to provide a vegetative cover of similar species and density. 8. 15.10.020 — 021: Utility lines including water, sewage, electricity and communication lines are permitted in the Urban Environment as a conditional use permit. 4 9. 15.10,063: Where feasible utilities shall be underground unless such undergrounding would be economically or technically prohibitive. 10. 15.10.065: Applicants for Substantial Development Permits involving any work which disrupts the environment shall submit a reclamation plan which provides for revegetation and protection of wetland areas from erosion and siltation. A revegetation or erosion plan judged by the Administration to be insufficient for the protection or restoration of the wetland environment shall cause denial of a Substantial Development Permit. F. City of Yakima Critical Area Ordinance Regulations (YMC 15.27): 2. 15.27.516 — Utility Transmission Lines and Facilities: "The following provisions shall apply to the location, construction, and installation of utility transmission lines (such as those for wastewater, water, communication, natural gas) within a designated hydrologically related critical area: A. Utility transmission lines shall be permitted within the stream corridor only when it is necessary to cross the corridor or where development, topography, and other conditions preclude locations outside the stream corridor. B. The construction of utility transmission lines within a stream corridor shall be designed and located to provide a minimum distribution to the functional properties... K. Utility transmission lines within the Floodway shall meet the standards of YMC 15.27.411 (C)". V. FINDINGS 1. Staff has reviewed the proposed application under the above mentioned applicable law identified in section IV of this report and finds that the application is compliant. 2. Notice of application was circulated to property owners within 300 feet of the subject property in accordance with the requirements of YCSMP § 17.02 — 17.04. One public comments was received. 3. The application was subject to environmental review which resulted in a Determination of Non -Significance on February 5, 2014. 4. The proposed application meets the goals and policies of the YCSMP and City of Yakima Comprehensive Plan identified in A — D above as the subject utility lines will be located underground leading up to the revetment channel, and all disturbed areas will be restored with appropriate vegetative plantings. 5. The applicant has submitted a memorandum to their JARPA Permit and SEPA documents received January 24, 2014, which specifically addresses the requirements of YCSMP 13.04, 13.05, YMC 15.27.411, (F) and 15.27.516, and provides for any necessary mitigation and/or re -vegetation. 6. The installation meets the stated requirements of 15.27.411 (F) as the utility line does not cross the Yakima River and is a necessary for the discharge of the City's treated effluent. 5 VI. CONCLUSIONS: 1. This application meets the Goals and Policies of the City of Yakima Urban Area Comprehensive Plan 2025, and adopted Yakima County Shoreline Master Program; and 2. The application complies with the applicable standards of the City of Yakima's Critical Areas Ordinance, and adopted Yakima County Shorelines Master Program. VII. DECISION: Inasmuch as the City of Yakima Wastewater Division submitted an application for Critical Area and Shoreline permits, and inasmuch as the City of Yakima hereby approves the request for an Shoreline Substantial Development, Conditional Use, and Critical Development Permit, under application number SH#3303-13 and CAO #003-13, based upon the above findings and conclusions and subject to the below conditions of approval. 1. Prior to issuance of any permits for the proposed project, the applicant shall develop a monitoring and adaptive management plan for the subject site that includes vegetative monitoring which shall then be submitted to the Washington State Department of Ecology for approval. Upon approval a copy shall be provided to the City of Yakima Planning Division. 2. Prior to construction erosion control measures shall be in place to retard entry of chemicals into water bodies through surface water runoff, to the satisfaction of the City Engineer. 3. The pipe lines shall be installed and the site re -vegetated in accordance with the applicant's, November 20, 2014, JARPA application, January 24, 2014, memorandum (providing for site re -vegetation, and monitoring), and approved Hydraulic Project Approval from the Washington State Department of Fish and Wildlife dated February 19, 2014. 4. All applicable standards of the Shoreline Master Program and Critical Area Ordinance not specifically listed herein shall be complied with. 5. This permit shall be valid for five years from the date below. DECISION made this 6th day of March 2014 Jeff upervising Planner for Steve Osgu horpe, AICP, Director Department of Community Development VIII. APPEALS: Pursuant to YMC Section 15.16, any person aggrieved by this decision may request a review of this decision by the Hearing Examiner. Such request must be submitted in writing within fourteen days from the mailing date of this decision, to the City of Yakima, Community 6 Development Department, 129 North Second Street, Yakima, WA 98901, and must be accompanied by the application fee of $580.00. Pursuant to RCW 36.708.130, property owners affected by this decision may request a change in valuation for property tax purposes notwithstanding any program of revaluation. 7 City of Yakima Wastewater Treatment Plant FLOODPLAIN RESTORATION AND OUTFALL ALTERNATIVE PROJECT Yakima, Washington October 2013 A 11,01 ki aappOs4 #4.4. thael I ate.....t tef ma6 .006. • • • - --- , • - RIDOLFI e*, Washington Department of FISH and WILDLIFE HYDRAULIC PROJECT APPROVAL RCW 77.55.021 - See appeal process at end of HPA Issue Date: February 19, 2014 Project Expiration Date: September 15, 2015 PERMITTEE City of Yakima Wastewater ATTENTION: Ryan Anderson 2220 E Viola Ave Yakima, WA 98901 509-249-6813 Project Name.: Project Description: South Central 1701 South 24th Avenue Yakima, WA 98902-5720 (509) 575-2740 Control Number: 132303-1 FPA/Public Notice #: N/A AUTHORIZED AGENT OR CONTRACTOR RIDOLFI Inc ATTENTION: Sherrie Duncan 1011 Western Ave Ste 1006 Seattle, WA 98104 206-662-7294 Fax: 206-682-5008 Yakima WWTP Outfall Relocation/Floodplain Rest. Installing two parallel, 42" diameter pipelines along with a discharge structure installed for each pipeline at the inlets to the conveyance channels. PROVISIONS 1. TIMING LIMITATIONS: The project may begin June 1, 2014 and shall be completed by September15, 2015; provided in -water work is performed during June through September 15th, 2. The Permittee or contractor shall notify the Department Regional Office, phone (509) 457-9310 or FAX (509) 575-2474, at least 24 hours prior to starting this project. Leave a message for Habitat Biologist Eric Bartrand. The notification shall include the Permittee's name, project location, starting date for work, and the log number for this Hydraulic Project Approval. 3. If at any time, as the result of project activities, water quality problems develop (including equipment leaks or spills), fish life is observed in distress, or a fish kill occurs, all operations shall cease and both the Department of Fish and Wildlife (509-575-2740) and the Washington Military Department (800-258-5990) shall be notified of the problem immediately. Work in the stream shall not resume until further approval is given by the Department of Fish and Wildlife. Additional measures to mitigate work-related impacts may be required. GENERAL 4. Work shall conform to plans and specifications submitted with the hydraulic project application AND approved addendums and submitted modifications to the application, except as modified by this approval. A copy of those plans and specifications, and the application, must be on-site during construction. 5. The project shall be clearly marked/staked prior to construction. Clearing limits, work/travel corridors, plant materials to be salvaged, and material storage and stockpile sites shall be clearly marked. Sensitive areas to be protected from disturbance shall be delineated so as to be clearly visible to equipment operators. Equipment shall enter and operate only within the delineated clearing limits, work corridors, and stockpile areas. 6. Fresh concrete must be fully contained in forms and shall not leak or leach into state waters. No concrete or its by-products, wash water shall be allowed to enter into fish -bearing streams. Page 1 at 5 Washington ot FISH ond WILDLIFE HYDRAULIC PROJECT APPROVAL RCW 77,55,021 - See appeal process at end of I-tPA Issue Date: February 19, 2014 Project Expiration Date: September 15, 2015 South Central 1701 South 24th Avenue Yakima, WA 98902-5720 (509) 575-2740 Control Number: 132303-1 FPA/Public Notice #: N/A EQUIPMENT 7. Equipment used for this project may operate below the ordinary high water line, provided the drive mechanisms (wheels, tracks, tires, etc.) shall not enter or operate below the ordinary high water line. 8. Equipment used for this project shall be free of external petroleum-based products while working around the stream, Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the ordinary high water line. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. 9. Fuel storage and refueling of mobile equipment shall take place at locations greater than 75 feet from the nearest ditch, wetted perimeter, or flowing water. Non-mobile equipment must be fueled in a manner such that no discharges of fuel to state waters can occur. A spill kit must be onsite and used for small spills related to equipment failure. RESTORATIONS 10. Alteration or disturbance of the bank and bank vegetation shall be limited to that necessary to construct the project. Within seven calendar days of project completion, all disturbed areas shall be protected from erosion using vegetation or other means. Within one year of project completion, the banks, including riprap areas, shall be revegetated with native or other approved woody species. Vegetative cuttings shall be planted at a maximum interval of three feet (on center) and maintained as necessary for three years to ensure 80 percent survival. 11. Native tree and shrubs adapted to the local stream environment shall be established within the ordinary high water area of earthen stream banks disturbed by this project. Live poles, transplants or nursery stock of black cottonwood, gravel bar type willows and redosier dogwood shall be planted immediately above the ordinary high water mark and spaced at a maximum interval of three (3) feet apart. If live poles are planted, they shall be planted deeply into the low flow water table (Refer to NRCS publication How to Plant Willows and Cottonwoods for Riparian Restoration for planting guidance). REQUIRED WORK PLAN AND PRE -CONSTRUCTION MEETING 12. At least three days prior to commencement of work within the ordinary high water area and OHWM, the Permittee shall stake and mark the site, arrange a meeting on site with the project superintendent or his assign(s), and the WDFW Area Habitat Biologist, The Permittee shall submit for approval a reasonably -detailed plan of in -water related work. The plan shall detail construction sequence and methods of constructing instream structures, containment dam(s), dewatering of work areas, and protecting water quality. No work shall begin within the area of ordinary high water until a satisfactory plan is approved and the necessary field marking has taken place.WDFW may require 3 working days for review of the plan. OUTFALL 13. The outfall facility shall be maintained by the owner(s) to ensure continued impeded fish passage. If the structure becomes posssible for fish passage, the owner(s) shall be responsible for Page 2 of 5 .)oportroorit of pw//a,m //1.m/re HYDRAULIC |C PROJECT APPROVAL RCW 77.55.021 - See appeal process at end of HPA Issue Date: February 19, 2014 Project Expiration Date: September 15, 2015 souo`cuntro //v/sv"*m/`Avenue vo*mu.WAxnoo a/nn (auo)ma'o^n Control Number: 132303-1 FPA/Public Notice #: N/A obtaining an HPA and providing prompt repair. Financial responsibility for maintenance and repairs shall be that of the owner(s). PROJECT LOCATIONS Location #1Tne�tedEfOm�ntond(@roundvv�t�[[�hannm| WORK START: June 01, 2014 WORK --- *Waterbody: Tributary to:Yakima River (rb) WRIA: 37.0002 Section: Township: Range: NE1/4 32 18N 19 Location mDriving Directions Columbia River Latitude Longitude: County: N 46.572275 1W 120.469198 Yakima From 1-82, exit onto SR 24 heading east. Turn left onto S 22nd St and follow this road until it transitions into E Viola Ave The industrial facilities for the wastewater treatment planare located at 2220 E Viola Ave. The site is directly south of the treatment facility. APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approvapertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW (formerly RCW 77.20). AdditIonal authorization from other public agencies may be necessary for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal) that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s) to whom this Hydraulic Project Approval is Issued and operator(s) performing the work. This Hydraulic ProjecApproval does not authorize trespass. The person(s) to whom this Hydraulic Project Approval is issued and operatr(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day andtor a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued under RCW 77.55.021 are subjecto additional remtrictiono, condWono, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The person(s) to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals are listed below. MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modIfications to the required work timing Page 3 of 5 nopanmnmm Nashinolon HYDRAULIC PROJECT APPROVAL RCW 77.551)21 - See appeal process et end of HPA Issue DateFebruary 19, 2014 Project Expiration Date: September 15, 2015 South Central 1701 South 24th Avenue Yakima, wwmmc2-m20 (509) 575-2740 Control Number: 132303-1 FPAIPublic Notice #: N/A one-week deviation from the timing window in the HPA when there are no spawning or incubating fish present within the viciproject. You may request subsequent minor modifications to the required wortiming. A minor modification of the plans and specifications means any changes in the materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. Minor modifications do not require you to pay additional application fees or be issued a new HPA. To request a minor modification to your HPA, submit a written request that clearly indicates you are requesting a minor modification to an existing HPA, Include the HPA number and a description of the requested change and send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234, or by email to HPAapplications@dfw.wa.gov, Do not include payment with your request. You should allow up to 45 days for the department to process your request. MAJOR MODIFICATIONS TO THIS HPA: You may request approval of major modifications to any aspectof your HPA, Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you paid an application fee for your original HPA you must include payment of $150 with your written request or request billing to an account previously established with the department. If you did not pay an application fee for the original HPA, no fee is required for a change to it. To request a major modification to your HPA, submit a written request that clearly indicates you are requesting a major modification to an existing WA. Include the HPA number, check number or billing account number, and a description of the requested change. Send your written request and payment, if applicable, by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234. If you are charging the fee to a billing account number or you are not subject to the fee, you may email your request to HPAapplications©dfw.wagov. You should allow up to 45 days for the department to process your request. APPEALS INFORMATION If you wish to appeathe issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA), Washington Department of Fish and Wildlife (WDFWrecommends that you first contact the department employee who issued or denied the HPA to discuss your concerns. Such a discussion ma | your concerns without the need for further appeal action. If you proceed with an appeal, you may request an informal or formal appeal. WDFW encourages you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process includes a review by department management of the HPA or denial and often resolves issues faster and with less legal complexity than the formal appeal process. If the informal appeal process does not resolve your concerns, you may advance your appeal to the formal process. You may contact the HPA Appeals Coordinator at (360) 902-2534 for more A. INFORMAL APPEALS: WAC 220-110-340 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal appeal of that action. You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol WNorth, Olympia, Washington 955O140S1;e-mail Vo HPAapplications©dfw.wa.gov; fax to (360) 902-2946; or hand -delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee. If you are not satisfied with the results of the informal appeal, you may file a request for a formal appeal. B. FORMAL APPEALS: WAC 220-110-350 is the rule describing how to request a formal appealof WDFW actions taken under Chapter 77,55 RCW. Please refer to that rule for complete formal appeal procedures, The following information summarizes that rule. Page 4 of 5 WashiagIon r:leparifneac of HSI -land !FE HYDRAULIC PROJECT APPROVAL RCW 77.55.021 - See appeal process al end of HPA Issue Date: February 19, 2014 Project Expiration Date: September 15, 2015 1.-70011Curiliol 1701 2.411) Avoi ii y'rjic.raa, WA fqil.1(1'2 (11,19.') Control Number: 132303-1 FPA/Public Notice #: N/A A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal appeal of that action You rims( send your request for a formal appeal to the clerk of the Pollution Control f-learings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve WDFW by mail to the Washington Department of Fish and Wildlife l•IPA Appeals Coordinator, 000 Capitol Way North, Olympia, Washington 98501-1091,e mail to I I(Aapplications(a)dfw.wa.gov: fax to (360) 902-29/16; or hand-dolivery to the Natural Resources Building, 111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. It Mere has been an informal appeal, you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal. C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the WDFW action shall be final and unappealable. ENFORCEMENT: Sergeant Grant (22) P3 [Habitat Biologist Eric Bartrand CC: Yakima City Of Peters, Jeff 129 N. 2nd Street Yakima, WA 98901 509-457-9310 for Director WDFW Page 5 of 5 Jeremy Andrews From: Anderson, Ryan <Ryan.Anderson@yakimawa.gov> Sent: Monday, April 21, 2014 12:38 PM To: Sherrie Duncan Subject: Fwd: HPA for Outfall Project Attachments: image001.png Sent from my iPhone Begin forwarded message: From: "@a/trand,Eric L(DFVV)" <Ehc8a,band@dhw.wa.gnv> Date: April 21, 2014 at 12:17:51 PM PDT To: "Anderson, Ryan" <Rvan.Anderson@vakimawa.gov> Subject: RE: HPA for Outfall Project Ryan— I think that an allowance of equipment to cross dry channel areas is okayprovided stream banks and riparian vegetation are protected from additional disturbances, or are successfully restored if disturbed. Eric Bartrand VVDFW 509-457'9310 From: Anderson, Rvanhma||tm:Ryan.AnderyoDVThyaWnnawa.qovl Sent: Monday, April 14, 2014 11:08 AM To: Bartrand, Eric L (DFW) Subject: HPA for Outfall Project Hi Eric, I want to touch base with you on the HPA issued for our treatment plant outfall relocation and floodplain restoration project. In the HPA it says: Our project requires the equipment operators to drive across the "revetment channel" to the island where the work will be performed. During the fish windowthis channel is not connected to the Yakima river via surface water. I am hoping to get the ok for the contractor, once the contract is awarded I am hoping that we will be able move equipment below OHW, but not in the water where it may affect reds, spawning, juveniles. What do you think? Ryan Ryan Anderson Utility Engineer City of Yakima Wastewater Division (509) 249-6813 rcandem0Dd.vaWmna.wa.us APPENDIX C SEASONAL GROUNDWATER ELEVATIONS Outfall Control Bo Test�[t {7•`, - TesTP t P Sliaa hyrep+c Test Pit, - Test Pit Test Pit (TP -5 TP -4 MW -07 Legend Comment • On-site Test Pit • Culvert • Outfall Control Box Outfall Pipe Monitoring Wells Trail Site Roads N A0 200 400 0 Feet RIDOLFI Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report February 2014 Figure 1 Prepared for the City of Yakima Wastewater Treatment Division Site Features Unit Description Brown silty sand and topsoil with fine gravel inclusions (<10%). Unit includes organic horizon and root zone. Tan to light brown sandy silt with gravel inclusions (<10%). Some laminations visible in fine material. Brown sand and gravel. Visible imbricated gravel units and coarse sand lenses. Dark brown very coarse gravel, cobbles and sand. Fine- grained lenses visible. Unit shows poor cohesion. Date Measured 2/16/2012 Vo 4ege %)4, pz. Photo Log — 1 2 —3 —4 —5 —6 — d •b' _ ' d = O'ger., o'a •o• — —9 4 O Q .O • b' Note: Photo column is not perspective -rectified and is shown for illustrative purposes only. USCS - Unified Soil Classification System =10 Pit =11 Bottom = RIDOLF Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report February 2014 Figure 11 City of Yakima Wastewater Treatment Plant On -Site Test Pit Stratigraphy Excavated material removed from an on-site test pit. Close-up photograph of material excavated from an on-site test pit. Example of cleaned gravels from site. RIDOLF' Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report City of Yakima Wastewater Treatment Plant February 2014 Figure 12 Photographs of Excavated Materials Elevation in Feet (NAVD 88) 1002 1000 998 996 994 992 990 988 986 984 982 9/14 12/23 4/1 7/10 10/18 Date of Measurement 4 Irrigation returns cease Spring storms increase subsurface flow into site Irrigation returns begin MWO3 MWO4 MWO5 MWO6 MWO7 MWO8 MWO9 MW10 ----- Rivers 1/26 5/6 8/14 11/22 AllIk RIDOLFh Groundwater Monitoring Results February 2014 Figure 13 Prepared for the City of Yakima Wastewater Groundwater Elevations December 2011 - October 2013 996 994 co 992 co0 Z v 990 u_ 0 CD 988 w 986 984 982 Spring storms increase subsurface flow into site Dewatering discharge reaches MW -06 0 MWO4 MWO5 MWO6 MWO7 MWO8 MWO9 MW10 Rivers 1 Dewatering Ends 12/7 1/26 3/17 5/6 6/25 Date of Measurement 8/14 10/3 11/22 AllIk RIDOLFh Groundwater Monitoring Results February 2014 Figure 14 Prepared for the City of Yakima Wastewater Groundwater Elevations January 2012 - October 2013 Elevation (Feet, NAVD 88 Datum) 1000 998 996 994 992 990 988 986 984 982 .# A •• �. •• • ♦`• f i 111`` • X ti ••A ♦•f 0 A D• A • •••+••• MW -01 S MW -03 —f -MW -04 ••.4•• MW -05 —• —MW -06 N Cr) M 01 M 01 U 0 Time of Measurement Cr) CO 01 01 01 c0 7 O g a z Note Data have not been corrected for historical changes in barometric pressure Measurements at the Yakima Airport indicate that the range of pressures at the Site can account for a change of up to 11 inches in the measured water height RIDOLFI Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report February 2014 I Figure 15 City of Yakima Wastewater Treatment Plant Historical Groundwater Elevations 1992-1994 Figurel 4_HWSE Elevation in Feet (NAVD 88 Datum) 1000 998 996 994 992 O MW -03 ❑ MW -04 A MW -05 O MW -06 a• -,6A 0 990 •p p I l 4 • i r. i Al 988 �ti.,.�.• ��Il ' �� �. / �. °p° l• • / Y` • ` o Mr ■ �'; '� 1 1 y' � i 00 986 • O .S',•��` S. ; ■❑ 000 :� ♦ 984 r�P:: �` •• �•..... ` '�♦ • •`■��i� %`` �•❑ / ■ ` U i 'r %D♦ 982 980 I I I I 6 -Oct -03 17 -Feb -05 2 -Jul -06 14 -Nov -07 28 -Mar -09 Time of Measurement Note Data have not been corrected for historical changes in barometric pressure Measurements at the Yakima Airport indicate that the range of pressures at the Site can account for a change of up to 11 inches in the measured water height RIDOLFI Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report February 2014 I Figure 16 City of Yakima Wastewater Treatment Plant Historical Groundwater Elevations 2002-2004 Figurel 4_HWSE i- 1 MW -04 Ground Elev: 1005.95 GW Elev: 994.26 Li r? QOo no tOQ 4 Oct'of`ber 1' MW -07 Ground Elev: 996>2 GW 990.12f ////MW -05 Ground Elev: 996.32 GW Elev: 991.57 MW=b( Groun GW L� Elev: 993, 6 86.92 iV irk,.. ice► IIC t #b iE Legend 4 Monitoring Well o Surface Water Station October Contours Trail Roads • 0 250 500 Scale in Feet Notes. Elevations are in vertical datum NAVD 88 a �.r n sur :44. RIDOLFI Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report February 2014 Figure 17 City of Yakima Wastewater Treatment Division Project Area Groundwater Elevations October 16, 2012 117 11414,0 MW -04 Ground Elev: 1005.95 .- GW Elev: 991.73 ,� i. ILPN -7( April 5., 2013 990-5 MW -07 Ground Elev: 996.2 GW Elev: 990.46 MW -05 Ground Elev: 996.32 GW Elev: 989.28 MW106 w3� Ground E1e 993:61 GW Elev:Y989.07^ aiir zum ®[1saal Legend 4 Monitoring Well • Surface Water Station April Contours Trail Roads B ilrly's MW -'10 - Ground Elev:. GW 985 0 125 250 500 N Feet A Notes: Elevations are in vertical datum NAVD 88 RIDOLFI Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report February 2014 Figure 18 City of Yakima Wastewater Treatment Division Project Area Groundwater Elevations April 5, 2013 11111474roor:i=E:wr'•"'""7/18"JWIII. MW -04 Ground Elev: 1005.95 GW Elev: 992.57 Illt—MWAS nd Elev: 996.32 GW Elev: 990.04 MW -07 I, Ground Elev: 996.2 GW Elev: 992.49 849 Dian C I1II:8110 EMIta Ma) MW Ground Elev: 993.6 GW Elev. 9 0:44 8 MW -09 Ground Elev: 990.73 GW Elev: 987.83 Legend Monitoring Well o Surface Water Station — May Contours Trail Roads 387 B My' L25 250Feet• are in vertical datum NAVD MW -10 Ground Elev: 989.95 Ir ler GW Elev: 986.45 .. 6. 41111 RIDOLFI Floodplain Restoration and Outfall Alternative Project Phase II Engineering Report February 2014 Figure 19 City of Yakima Wastewater Treatment Division Project Area Groundwater Elevations May 13, 2013