Loading...
HomeMy WebLinkAboutGranite Northwest, Inc. - Kiwanis Upper Park Phase 1 - Maple Street Parking 1 c I ErkK 37 1 1 City of a ima I Engineering Division Kiwanis Upper Park Phase ase 1 • Maele Street Parking y V4 `�� y, , , ,, R , • Y ` • 4).Y ll IC �y , 5 1 . Sy ` 7 ' 7 ,, • r • • - 'MI w ([ .. 3 4 v;„4", 1 .1 I .. ' I. ` I Ilk riii,,_.. i- ate_ -..V �{ �t °. � ti • _ _. ______,._.„ _ ,... , .„...,..„...... ...L.... ........... _,.. .. ,A— - - J-..........-•=1U. - --t --.0 0 S '�ir M : pz t a `� 1 ti �+ i , r ,a a t -...*11-- "•h. `,.• „,...,...-.00.4-',' ( . ' j . • y4 . M J '�. , - . • . • '•+�' 41 , , , �J .. fS -et - , -0' � r A * i 7 •.� '. ! u ; . o b. , ti"1 'x'C v ,.� ti ; �'•� . > ' f • I 4 ::.4. y X • . . 4'� i... d ' ' , ` r_� 2 ��� � "5{ -,-010.a.,,-: +. r. t - A w a d ` _ ,rt !t , '` • ti . . • : � .:h"\ •.. 1 _ 455 A•. }. ‘,•.:', , 4 1 4 �v1�'� 71 y r rl . x^ ....L 4.1 . a ` _• •.' ' - • Y, ` i . r 1. •1 " i,'! � ..., — 4:''`!...4y.,,,... +i' { „ ti, . . , C , ' y • r 1 ' : ak Y Q f > yR A . ~ , 4) Y� ?. Y . ,, ` 1a. o _ "�'S � " av t 1 4 r'a, ; . * . y � � � L } 7 ■ %: i - 4. v. + a9 ''i.7rs , i :� , - y; 4 . 1►." M A r t v >4.1 t ` a ti , `., � ' 4. ter ♦ �. •,,,. i 1 , , i • 1 Construction Contract Specifications & Bid Documents I City Project Number 2212 'k `r, 129 North Second Street \ . �_ ' Phone (509) 575 -6111 I Yakima, WA 98901 � . a Fax (509) 576-6314 t June 2010 = MI = IIMI I = MI = MI MI MI N = IIIM NM = NM NM BID SUMMARY ENGINEERS GRANITE NORTHWEST, IVERSON EARTH COLUMBIA ASPHALT & RP&E CONSTRUCTION, KIWANIS UPPER PARK PHASE 1 ESTIMATE INC. WORKS L.L.C. GRAVEL INC. INC. MAPLE STREET PARKING Yakima, WA CUSTER, WA YAKIMA, WA ELLENSBURG, WA CITY PROJECT NO. 2212 ITEM Bid Security 5% BOND 5% BOND 5% BOND 5% BOND NO. ITEM CITY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $ 500.00 $ 500.00 $ 100.00 $ 100.00 $ 350.00 $ 350.00 $ 500.00 $ 500.00 $ 450.00 $ 450.00 2 MOBILIZATION 1 LS $ 11.783.80 $ 11,783.80 $ 2.200.00 $ 2,200.00 $ 8,500.00 $ 8,500.00 $ 9,000.00 $ 9,000.00 $ 12,412.00 $ 12,412.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 15,000.00 $ 15,000.00 $ 2,500.00 $ 2,500.00 $ 750.00 $ 750.00 $ 4,150.00 $ 4,150.00 $ 1,143.00 $ 1,143.00 4 CLEARING AND GRUBBING 1 LS $ 5.000.00 $ 5,000.00 $ 2.197.00 $ 2,197.00 $ 1,250.00 $ 1,250.00 S 900.00 $ 900.00 $ 2,380.00 $ 2,380.00 5 ROADSIDE CLEANUP 1 FA $ 5.000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5.000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 6 SAW-CUT, PER INCH DEPTH 800 LF $ 2.00 $ 1,600.00 $ 0.25 $ 200.00 $ 1.00 $ 800.00 $ 0.30 $ 240.00 $ 0.55 $ 440.00 7 ROADWAY EXCAVATION INCL. HAUL 660 CY $ 12.00 $ 7,920.00 $ 11.50 $ 7,590.00 $ 8.00 $ 5,280.00 $ 16.00 $ 10,560.00 $ 14.35 $ 9,471.00 8 CRUSHED SURFACING BASE COURSE 700 TON $ 15.00 $ 10,500.00 $ 17.00 $ 11,900.00 $ 18.00 $ 12,600.00 $ 17.00 $ 11,900.00 $ 18.76 $ 13,132.00 9 CRUSHED SURFACING TOP COURSE 70 TON $ 20.00 $ 1,400.00 $ 20.00 $ 1,400.00 $ 15.00 $ 1,015.00 $ 44.00 $ 3,080.00 $ 53.00 $ 3,710.00 10 ASPHALT TREATED BASE 380 TON $ 85.00 $ 32,300.00 $ 70.00 $ 26,600.00 $ 82.00 $ 31,160.00 $ 70.00 $ 26,600.00 $ 83.35 $ 31,673.00 11 HMA CL. 1/2IN. PG 64 -28 195 TON $ 100.00 $ 19,500.00 $ 89.00 $ 17,355.00 $ 102.00 $ 19,890.00 $ 80.00 $ 15,600.00 $ 104.00 $ 20,280.00 12 POROUS ASPHALT PAVEMENT 2400 SF $ 4.00 $ 9,600.00 $ 170 $ 8,880.00 $ 4.50 $ 10,800.00 $ 8.00 $ 19,200.00 $ 4.44 $ 10,656.00 13 TOPSOIL TYPE C 150 CY $ 20.00 $ 3,000.00 $ 27.00 $ 4,050.00 $ 15.00 $ 2,250.00 $ 35.00 $ 5,250.00 $ 28.80 $ 4,320.00 14 CEMENT CONCRETE TRAFFIC CURB 1050 LF $ 15.00 $ 15,750.00 $ 12.60 $ 13,230.00 $ 16.00 $ 16,800.00 $ 9.50 $ 9,975.00 $ 13.48 $ 14,154.00 15 RESIDENTIAL DRIVEWAY APPROACH 1 EACH $ 6,500.00 $ 6,500.00 $ 485.00 $ 485.00 $ 850.00 $ 850.00 $ 635.00 $ 635.00 $ 498.00 $ 498.00 16 MANUFACTURED WHEEL STOP 3 EACH $ 500.00 $ 1,500.00 $ 70.00 $ 210.00 $ 75.00 $ 225.00 $ 73.55 $ 220.65 $ 75.00 $ 225.00 17 CEMENT CONCRETE RAMP TYPE 1 1 EACH $ 1,000.00 $ 1.000.00 $ 650.00 $ 650.00 $ 900.00 $ 900.00 $ 1,450.00 $ 1,450,00 $ 696.00 $ 696.00 18 CEMENT CONCRETE SIDEWALK 220 SY $ 40.00 $ 8.800.00 $ 39.00 $ 8,580.00 $ 42.00 $ 8,240.00 $ 30.25 $ 6,655.00 $ 24.00 $ 5,280.00 19 PAINT LINE 1275 LF $ 0.10 $ 127.50 $ 0.50 $ 637.50 $ 1.00 $ 1,275.00 $ 0.45 $ 573.75 $ 0.48 $ 612.00 20 PAINTED ACCESS PARKING SPACE SYMBOL WITH BACKGROUND 3 EACH $ 500.00 $ 1.500.00 $ 250.00 $ 750.00 $ 375.00 $ 1,125.00 $ 150.00 $ 450.00 $ 48.00 $ 144.00 SUB TOTAL: $ 159,081.30 $114,514.50 $130,095.00 $131,939.40 $136,676.00 CITY ENGINEERS REPORT , OF YAKIMA COMPETITIVE BIDS WERE OPENED ON JULY 22, 2010. s , 1 �` ' `'1 1 1 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ? , '. I + KIWANIS UPPER PARK PHASE 1 I RECOMMEND THE CONTRACT BE AWARDED TO: I 1 . ` ; . � MAPLE STREET PARKING GRANITE NORTHWEST, INC. )I y AWARD MADE BY CITY MANAGER PROJECT NO. 2212 % Z � II G M DATE: JULY 22, 2010 DA CITY CITY ENEER A 11` '`n,..,� DATE CITY MANAGER FILE: nciq�y ymageseds° es GIN SHEET 1 of 2 MI MI I I = I I • NM N N = INIII = r I BID SUMMARY WEST COAST CON- BELSAAS & SMITH ALLSTAR CONSTRUC- KIWANIS UPPER PARK PHASE 1 STRUCTION CO., INC. TION GROUP, INC. MAPLE STREET PARKING ELLENSBURG, WA RICHLAND, WA CITY PROJECT NO. 2212 WOODINVILLE, WA ITEM Bid Security 5% BOND 5% BOND 5% BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $ 1.00 $ 1.00 $ 350.00 $ 350.00 $ 963.55 $ 963.55 2 MOBILIZATION 1 LS $ 18,000.00 $ 18,000.00 $ 14,000.00 $ 14,000.00 $ 11,719.94 $ 11,719.94 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 500.00 $ 500.00 $ 2,000.00 $ 2,000.00 $ 5,040.00 $ 5,040.00 4 CLEARING AND GRUBBING 1 LS $ 700.00 $ 700.00 $ 8,000.00 $ 8,000.00 $ 7,740.35 $ 7,740.35 5 ROADSIDE CLEANUP 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000,00 $ 5,000.00 6 SAW -CUT, PER INCH DEPTH 800 LF $ 0.20 $ 160.00 $ 1.00 $ 800.00 $ 0.18 $ 144.00 7 ROADWAY EXCAVATION INCL. HAUL 660 CY $ 20.00 $ 13,200.00 $ 21.00 $ 13,860.00 $ 71.23 $ 47,011.80 8 CRUSHED SURFACING BASE COURSE 700 TON $ 20.00 $ 14,000.00 $ 20.00 $ 14,000.00 $ 24.97 $ 17,479.00 9 CRUSHED SURFACING TOP COURSE 70 TON $ 25.00 $ 1,750.00 $ 40.00 $ 2,800.00 $ 71.18 S 4,982.60 10 ASPHALT TREATED BASE 380 TON $ 86.00 $ 32,680.00 $ 84.00 $ 31,920.00 $ 79.52 S 30,217.60 11 HMA CL. 1/2 IN. PG 64-28 195 TON $ 107.00 $ 20,865.00 $ 105.00 S 20,475.00 $ 89.60 5 17,472.00 12 POROUS ASPHALT PAVEMENT 2400 SF $ 5.30 5 12,720.00 $ 4.50 $ 10,800.00 $ 9.47 S 22,728.00 13 TOPSOIL TYPE C 150 CY $ 35.00 S 5.250.00 5 42.00 S 6,300.00 $ 51.17 S 7,675.50 14 CEMENT CONCRETE TRAFFIC CURB 1050 LF $ 12.50 5 13,125.00 $ 14.00 $ 14,700.00 S 32.78 $ 34,419.00 15 RESIDENTIAL DRIVEWAY APPROACH 1 EACH $ 1,000.00 S 1,000.00 $ 600.00 S 600.00 $ 1,307.46 S 1,307.46 16 MANUFACTURED WHEEL STOP 3 EACH $ 100.00 5 300.00 $ 100.00 $ 300.00 $ 92.96 S 278.88 17 CEMENT CONCRETE RAMP TYPE 1 1 EACH $ 850.00 S 850.00 $ 700.00 S 700.00 $ 2,138.37 5 2,138.37 18 CEMENT CONCRETE SIDEWALK 220 SY $ 32.50 S 7,150.00 $ 24.00 $ 5,280.00 $ 42.05 S 9,251.00 19 PAINT LINE 1275 LF $ 0.75 5 956.25 $ 1.00 $ 1,275.00 S 0.76 $ 969.00 20 PAINTED ACCESS PARKING SPACE SYMBOL WITH BACKGROUND 3 EACH $ 200.00 $ 600.00 $ 190.00 $ 570.00 $ 196.00 $ 588.00 - SUB TOTAL: $ 148,807.25 $154,730.00 $227,226.05 CITY ENGINEERS REPORT _ CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON JULY 22, 2010. i �-, I V ,.1 ,% % %% ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. %'' / + ++ KIWANIS UPPER PARK PHASE 1 S. • I RECOMMEND THE CONTRACT BE AWARDED TO: •~ ' I +' ■ • �, + + � ' MAPLE STREET PARKING GRANITE NORTHWEST, INC. 1 s; 1 A � • I. PROJECT NO. 2212 + c DATE: JULY 22, 2010 _ = FILE: ��ciNeng'ergmages�Bidsummaries ° ° " °"� SHEET 2 of 2 a DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 1; 129 North Second Street Yakima, Washington 98901 Phone: (509) 575 -6113 • Fax (509) 576 -6792 f Michael Morales. Director ' ADDENDUM NO. 1 ' TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for ' Kiwanis Upper Park Phase 1 - Maple Street Parking CITY OF YAKIMA PROJECT NUMBER 2212 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ' ITEM 1. Proposal ' Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached two (2) pages of Item Proposal Bid Sheets, labeled "Addendum No. 1 ", dated July 19, 2010. The Item Bid Proposal Sheets have been modified to reflect changed bid items. Item No. 7, "Removal of Structure and Obstruction 2- 02.5" has been removed from this project. ' ITEM 2. Roadway Sections Roadway Section Sheet 2 of 5 and Detail Sheet 5 of 5: ' "1' TOPSOIL TYPE A" should read "1' TOPSOIL TYPE C" to match the Item Proposal Bid Sheet. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. 1 All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: = ''':?14,(A--A Brett H. S field. P.E. Date ' Addendum 1 Page 1 of 3 7/19/10 I Chief Engineer ITEM PROPOSAL BID SHEET I City of Yakima I Kiwanis Upper Park Phase 1 Maple Street Parking 111 City Project No. 2212 I ITEM PROPOSAL ITEM UNIT AMOUNT PRICE I NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1 -07.15 I 2 MOBILIZATION 1 LS 1 -09.7 I 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 CLEARING AND GRUBBING 1 LS I 2 -01.5 5 ROADSIDE CLEANUP 1 FA $5,000 $5,000 2 -01.5 I 6 SAW -CUT, PER INCH DEPTH 800 LF 2 -02.5 ROADWAY EXCAVATION INCL. HAUL 7 660 CY I 2 -03.5 8 CRUSHED SURFACING BASE COURSE 700 TON 4 -04.5 I 9 CRUSHED SURFACING TOP COURSE 70 TON 4 -04.5 10 ASPHALT TREATED BASE 380 TON 4 -06.5 11 HMA CL. 1/2 IN. PG 64 -28 195 TON I 5 -04.5 12 POROUS ASPHALT PAVEMENT 2400 SF 5 -04.5 ' 13 TOPSOIL TYPE C 1 8 -02.5 150 CY 14 CEMENT CONCRETE TRAFFIC CURB 1050 LF I 8 -04.5 15 RESIDENTIAL DRIVEWAY APPROACH 1 EACH 8 -06.5 I 16 MANUFACTURED WHEEL STOP 3 8 -07.5 EACH CEMENT CONCRETE RAMP TYPE 1 I 17 1 EACH I 8 -14.5 Addendum 1 Page 2 of 3 7/19/10 1 ITEM PROPOSAL ITEM UNIT AMOUNT PRICE NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 18 CEMENT CONCRETE SIDEWALK 220 SY ' 8 -14.5 19 PAINT LINE 1275 LF I 8 -22.5 PAINTED ACCESS PARKING SPACE SYMBOL WITH 20 BACKGROUND 3 EACH 8 -22.5 _ I Total: I 1 END OF ADDENDUM NO. 1 1 I I 1 Addendum 1 Page 3 of 3 7/19/10 r - 1 0 yAKI MA Kiwanis Upper Park Phase 1 Maple Street Parking 1 City Project No. 2212 1 1 1 •I 1 -Z� 10 ER S, y �� OF WAS/ 1 'b -. 1 r 30407 �f' t `ectsTE0 1 JSS f ONA . ° 1 1 1 1 1 ' CONTENTS . I CITY OF YAKIMA Kiwanis Upper Park Phase 1 Maple Street Parking City Project No. 2212 . SECTION , PAGE I INVITATION TO BID 5 I STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the. 2006 Standard Specifications 7 I CONTRACT PROVISIONS General Special Provisions and Contract Special Provisions 43 I Project Description 45 1 -02 Bid Procedures and Conditions 47 1 -03 Award and Execution of Contract 51 1 -04 Scope of Work 52 I 1 -05 Control of Work .. 53 1 -06 Control of Material 56 1 -07 Legal Relations and Responsibilities to the Public 57 I 1 -08 Prosecution and Progress 66 1 -09 Measurement and Payment 69 1 -10 Temporary Traffic Control 71 I 2 -01 Clearing, Grubbing, and Roadside Cleanup .. 72 5 -04 Hot Mix Asphalt 73 ' 5 -04 Porous Asphalt Pavement 73 I 8 -01 Erosion Control and Water Pollution Control . 90 8 -06 Cement Concrete Driveway Entrances 90 8 -07 Precast Traffic Curb and Block Traffic Curb ............................ 91 I 9 -03 Aggregates 92 9 -14 Erosion Control and Roadside Planting 92 STANDARD PLANS 94 I Contract Form 103 Performance Bond Form 105 Informational Certificate of Insurance 107 I Informational Additional Insured Endorsement 109 Minimum Wage Affidavit Form 111 I PREVAILING WAGE RATES Prevailing Wage Rates 113 I I I 3 • PROPOSAL I Proposal Form 127 Item Proposal Bid Sheet 129 I Bid Bond Form 131 Non - Collusion Declaration 133 Non - Discrimination Provision 134 I Women and Minority Business Enterprise Policy 135 Council Resolution 136 Affirmative Action Plan 137 I Bidders Certification 139 Materially and Responsiveness 141 Proposal Signature Sheet 143 I Bidders Check List 145 PLANS & DETAILS Traffic Control Plans Attached I Construction Plans Attached I I I I I I I I I I I I 4 I INVITATION TO BID ' NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on July 22, 2010 and will then and there be opened and publicly read for the construction of ' CITY OF YAKIMA ' Kiwanis Upper Park Phase 1 Maple Street Parking ' City Project No. 2212 This project consists of constructing approximately 1000 linear feet of sidewalk with ' adjoining pervious asphalt and parking stalls. This is a phase of the multi- agency Kiwanis Upper Park project. All work is to be in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of ' such bid proposal. 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. ' Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $30.00 for each set, non refundable, or by ordering a set by phone at 509 - 575 -6111 or by fax at 509 - 576 -6314. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. 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 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby ' notifies all bidders that it 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. The City reserves the right to reject any or all bids and proposals. ' DATED this 1 day of July, 2010 (SEAL) Deborah J. Kloster ' CITY CLERK PUBLISH: July 1, 2010 ' July 8, 2010 5 STANDARD SPECIFICATIONS 1 INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 1 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS ' The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational ' purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. ' Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 06.AP1 SECTION 1 -06, CONTROL OF MATERIALS April 5, 2010 I I -06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub - section: 1 1- 06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the ' Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components ' • Cantilever Sign Structures and Sign Bridges • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints I • Additional items as may be determined by the Engineer. The deductions for fabrication inspection costs will be as shown in the Payment Table ' below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None ' from Seattle 2 Between 300 and 3,000 $700.00 per *inspection ' airline miles from Seattle day 3 Over 3,000 airline miles $1,000 per *inspection from Seattle day, but not less than ' $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. 1 1 7 Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. ' The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1- 06.2(2)A General Table 2 "Pay Factors" on page 1 -39 is revised to read: Table 2 , Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL) — 100 Category n_3 n_4 n_5 n_6 n_7 n_8 n=9 n_10 n_12 n=15 n.18 n=23 n=30 n_43 n=67 to to to to to to to to n_11 n_14 n=17 n=22 n_29 n_42 n=66 w 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1 99 97 94 91 89 90 91 92 93 93 94 94 1 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 096 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued) ' Table 2 "Pay Factors" on page 1 -40 is revised to read: 1 1 1 8 Table 2 Pay Factors (continued) ' PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (P + PJ —100 Category n=3 n=4 n =5 n =6 n =7 n =8 n =9 n =10 n=12 n =15 n =18 n =23 n_30 n=43 n=67 to to to to to to to to n =11 n =14 n =17 n =22 n_29 n =42 n =66 ' 0.85 0.84 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 ' 0.81 0.80 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 '60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above ' Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (P„ + P - 100 does not correspond to a (P„ + P - 100 value in this table, use the next smaller (P„ + P - 100 value. 07.AP1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2010 ' 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: r For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8 -17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid item "Reimbursement for Third Party Damage ". ' 1- 07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: ' Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, ' compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas 1 for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. ' The fourth paragraph is revised to read: 9 Any pruning activity required to complete the Work as specified shall be performed b P P Y a Certified Arborist as designated by the Engineer. 08.AP1 SECTION 1 -08, PROSECUTION AND PROGRESS April 5, 2010 ' 1 -08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20- calendar days after Physical Completion of the Contract. The last sentence in the ninth paragraph is revised to read: 1 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE ' Participants ". 1 -08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. ' 09.AP1 SECTION 1 -09, MEASUREMENT AND PAYMENT January 4, 2010 1 -09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. 1 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. 1 In the third paragraph, the second sentence is deleted. 10 ' 10.AP1 ' SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 5, 2010 In Division 1 -10, all references to "truck mounted" are revised to read "transportable ". ' 1- 10.2(3) Conformance to Established Standards In the fifth paragraph, the reference "(TMA's)" is deleted. 1- 10.3(2)C Lane Closure Setup/Takedown In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator /arrow•board ". ' 1- 10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast ". 1- 10.3(3)J Truck Mounted Attenuator • The title for this section is revised to read: ' 1- 10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator ". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as ' required in Section 9- 35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's ". 1- 10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable ' Attenuator(s)". In the eighth paragraph, the first sentence is revised to read: ' "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. ' In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". ' 1- 10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". 1 A 11 01.AP2 I SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 5, 2010 I 2- 01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 3. I 02.AP2 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2 -02.3 Construction Requirements I The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the I Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. 01.AP5 I SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION January 4, 2010 I 5 -01.2 Materials The referenced section for the following item is revised to read: I Dowel Bars 9- 07.5(1) 04.AP5 I SECTION 5 -04, HOT MIX ASPHALT April 5, 2010 I 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: I Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. I The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal I quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 - tons or less. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: I I 12 A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix ' design may be increased to 25 sublots 5- 04.3(10)B1 General The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be ' tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. ' 02.AP7 SECTION 7 -02, CULVERTS January 4, 2010 ' 7 -02.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9- 05.19 ": ' Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21 High Density Polyethylene (HDPE) Pipe 9 -05.23 7 -02.5 Payment This section is supplemented with the following: i "Steel Rib Reinforced Polyethylene Culvert Pipe In.•Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. 04.AP7 SECTION 7 -04, STORM SEWERS ' January 4, 2010 7 -04.2 Materials ' In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9- 05.20 ": Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22 High Density Polyethylene (HDPE) Pipe 9 -05.23 7 -04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene' Storm Sewer Pipe In. Diam. ", per linear foot. ' "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. 01.AP8 t SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL April 5, 2010 ' 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: ' 13 • Corrugated Polyethylene Drain Pipe 9- 05.1(6) I 8- 01.3(1) General I In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. I The table in the seventh paragraph is revised to read: I Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres I October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres I November 1 through March 31 5 Acres The eighth paragraph is revised to read: I The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: I Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: I Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. I Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum I May 1 to September 30 7 -days maximum Eastern Washington (East of the Cascade Mountain crest.) 1 October 1 through June 30 5 -days maximum July 1 through September 30 10 -days maximum 8- 01.3(1)A Submittals This section is revised to read: I When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current I edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a I 1 4 I schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5- working days for the Engineer to review any ' original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. ' 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 220 -030 EF ". ' 8- 01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section ". Number 3., is revised to read: 3. Offsite Water ' Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre- construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8- 01.3(1)D Dispersion /Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8- 01.3(2)B Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder ". 8- 01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: ' Wood strand mulch shall be applied by hand or by straw blower on seeded areas. 1 15 In the third paragraph, "1" is revised to read "a Y single" and "hydro seeder" is revised to read "hydroseeder ". In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM ". 8- 01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the following: ' The BFM may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including title is revised to read: Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington' Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March 1 through May 15 October 1 through November 15 only September 1 through October 1 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 8- 01.3(2)G Protection and Care of Seeded Areas I The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: I 16 I 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied ' to areas that have failed to receive a uniform application at the specified rate. 8- 01.3(2)H Inspection U The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary ' seeding, fertilizing, and mulching. The third sentence is revised to read: ' Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or ' remulched at the Contractor's expense prior to payment. 8- 01.3(2)1 Mowing In the first paragraph, the last sentence is revised to read: ' Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each t mowing. 8- 01.3(3) Placing Erosion Control Blanket ' In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. ' 8- 01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to ". The last sentence is revised to read: Compost shall be Coarse Compost. ' 8- 01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotextile- Encased Check Dam The first paragraph is deleted. ' 8- 01.3(6)B Rock Check Dam This section including title is revised to read: ' 8- 01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. r 1 7 I 8- 01.3(6)D Wattle Check Dam This section is revised to read: 1 Wattle check dams shall be installed in accordance with the Plans. 8- 01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8- 01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater then what is required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm t In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: 1 The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. ' 8- 01.3(9)C Straw Bale Barrier This section is revised to read: I Straw Bale Barriers shall be installed in accordance with the Plans. 8- 01.3(9)D Inlet Protection ' This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. 1 When the depth of accumulated sediment and debris reaches approximately 1 /2 the height of an internal device or % the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). 8- 01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted ' using hand tamping or other method approved by the Engineer. 18 i This section is supplemented with the following new paragraph: The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant ' discharge into waterbodies. 8- 01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies ". ' In the second paragraph "bank" is revised to read "slope ". In the third paragraph and is revised to read "or". . ' This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. ' 8- 01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: ' Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans ' The last paragraph is revised to read: ' Placement of outflow of the pipe shall not pond water on road surface. 8- 01.3(15) Maintenance ' In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8- 01.3(16) Removal In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8 -01.4 Measurement The eighth paragraph is revised to read: ' Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8 -01.5 Payment The following bid items are relocated after the bid item "Check Dam ": ' "Inlet Protection ", per each. 1 19 "Gravel Filter Berm ", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction ' Entrance ": The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. I The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose of the temporary curb. The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM ". ' 02.AP8 SECTION 8 -02, ROADSIDE RESTORATION January 4, 2010 8- 02.3(2) Roadside Work Plan I In the first paragraph, the second sentence is revised to read: The roadside work plan shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat, Structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The first sentence under "Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1 -08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. The first sentence under "Weed and Pest Control Plan" is revised to read: The Weed and Pest Control Plan shall be submitted and approved prior to starting any Work defined in Sections 8 -01, and 8 -02. In the third paragraph under "Weed and Pest Control Plan" the first and second sentences are revised to read: The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. The last paragraph under "Plant Establishment Plan" is deleted. 20 ' 8- 02.3(2)A Chemical Pesticides This section is deleted. 8- 02.3(2)B Weed and Pest Control This section is deleted. ' 8- 02.3(3) Planting Area Weed Control This section including title is revised to read: 8- 02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using ' integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section ' 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. ' This section is supplemented with the following new sub - sections: ' 8- 02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ' ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post- emergent herbicides shall be made while green and growing ' tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no ' cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square ' and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8- 02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ' ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of Way at http: / /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be used. ' 21 The applicator shall be licensed by the State of Washington as a Commercial Y 9 Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. ' The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. I The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8 02.3(5) Planting Area Preparation In the first paragraph, the second sentence is revised to read: Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. 8 02.3(7) Layout of Planting The second paragraph is deleted. 8 02.3(8) Planting , In the second paragraph, the first and second sentences are revised to read: Under no circumstances will planting be permitted during unsuitable soil or weather ' conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. ' The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: ' Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. The following new paragraph is inserted after the fifth paragraph: All cuttings shall be planted immediately if buds begin to swell. ' 8 02.3(9) Pruning, Staking, Guying, and Wrapping In the first paragraph, the last sentence is revised to read: 22 All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. • ' 8- 02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: ' During the first-year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. ' In the fourth paragraph, "propose" is revised to read "submit ". 8- 02.3(15) Live Fascines ' In the first paragraph, the fourth sentence is revised to read: ' Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. 1 In the second paragraph, the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. 8- 02.3(16)A Lawn Installation ' In the third paragraph, the last two items "West of the summit of the Cascade Range - March 1 to October 1." and "East of the summit of the Cascade Range - April 15 to October 1." are revised to read: ' Western Washington Eastern Washington (West of the Cascade, Mountain crest) (East of the Cascade Mountain crest) March through May 15 October 1 through November 15 September 1 through October 1 The fifth paragraph is revised to read: ' Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a ' smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. 8 -02.4 Measurement ' The seventh paragraph is revised to read: Fine compost, medium compost and coarse compost will be measured by the cubic yard in the haul conveyance at the point of delivery. . 1 23 8 -02.5 Payment ' The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90- percent ' Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). , The following is inserted after the bid item "Fine Compost ": "Medium Compost ", per cubic yard. The paragraph for the bid item "Weed Control" is revised to read: "Weed and Pest Control ", will be paid in accordance with Section 1 -09.6. The following new paragraph is inserted after the bid item "Soil Amendment ": ' The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for furnishing and incorporating the soil amendment into the existing soil. ' The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch ": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. 14.AP8 ' SECTION 8 -14, CEMENT CONCRETE SIDEWALKS April 5, 2010 , 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8 14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations. The detectable warning surface shall be located as shown in the Plans. ' The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after installation. 8 - 14.4 Measurement The second sentence in the first paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete ' curb ramp type installed and includes the installation of the detectable warning surface. 1 24 ' 1 The second paragraph is revised to read: Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. ' 8 -14.5 Payment The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following ' new paragraph: The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall ' be full pay for installing the curb ramp as specified including the "Detectable Warning Surface ". The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface ". 01.AP9 SECTION 9 -01, PORTLAND CEMENT April 5, 2010 9- 01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and the paragraph ends. ' In the second paragraph, "per" is revised to read "in accordance with ". ' 03.AP9 SECTION 9 -03, AGGREGATES January 4, 2010 In this Division, all references to "AASHTO TP 61" are revised to read " AASHTO T 335 ". ' 14.AP9 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING April 5, 2010 ' 9 -14.3 Fertilizer In the first paragraph, the second sentence is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water - soluble potash, or sulfur in the amounts specified. ' 9- 14.4(1) Straw This section is revised to read: ' Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials detrimental to plant life. Hay is not acceptable. ' All straw material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Hay and ' 25 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http://www.nwcb.wa.qov. In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the straw. Straw mulch shall be suitable for spreading with mulch blower equipment. , 9 14.4(2) Wood Cellulose Fiber This section including title is revised to read: 9 14.4(2) Fiber Mulch All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with a hydroseeder or mulch blower equipment. This section is supplemented with the following new sub - sections: 9 14.4(2)A Cellulose Fiber Mulch Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock, corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. ' If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a homogeneous slurry. When hydraulically applied, the material shall form a strong moisture - holding mat that allows the continuous absorption and infiltration of water. Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. ' Cellulose Fiber Mulch furnished by the Contractor shall be pre - packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: 111 Properties Test Method Requirements Water Holding Capacity ASTM D 7367 1,000 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum t 26 ' Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 200 percent minimum ' Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.15 Protecting Slopes from average raindrop size. Test maximum using t Rainfall- Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the National Resources (RUSLE) Conservation Service (NRCS) Soil Texture Triangle * ** ' * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** *Available at: http: / /soils. usda.gov/ education / resources /lessons /texture /textural tri hi.ipq 9- 14.4(2)B Wood Fiber Mulch Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or recycled wood chips or similar woody material. The wood shall be manufactured to t produce long- strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free from paper, straw, cotton, jute, hemp, coconut, rock, metal, and plastic. ' Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain ' concrete or painted surfaces. Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry ' tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Wood Fiber Mulch furnished by the Contractor shall be pre - packaged by the ' manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: ' Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of ' the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent ' Organic Matter Content ASTM D 586* minimum percent minimum Moisture Content ASTM D 644* 15 percent maximum ' Seed Germination ASTM D 7322* 300 percent minimum Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.15 ' 27 Protecting Slopes from average raindrop size. Test maximum using Rainfall- Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation ' the NRCS Soil Texture (RUSLE) Triangle * ** * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products ( HECPs) are applied to the test plot. ** *Available at: ' http: / /soils. usda.gov/ education / resources /lessons /texture /textural tri hi.jpg 9- 14.4(3) Bark or Wood Chips The first paragraph is revised to read: Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species ' and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. This section is supplemented with the following: Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Percent Passing Sieve Size Minimum Maximum 2" 95 100 No. 4 0 30 9- 14.4(4) Wood Strand Mulch This first paragraph is revised to read: Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10- inches. At least 5 percent of the length of each strand shall have a width and thickness between 1 / 16 and 1 A -inch. No single strand shall have a width or thickness greater than 1 A -inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings shall not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9- 14.4(6) Gypsum This section is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 1 28 ' 9- 14.4(7) Tackifier This section is revised to read: Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration ' rates. Tackifier shall hydrate in water and readily blend with other slurry materials. All tackifiers shall meet the following requirements: ' Properties Test Method Requirements Viscosity* ASTM D 2364 4000 cPs minimum ' *Testing shall be performed by an accredited independent laboratory. This section is supplemented with the following new sub - sections: ' 9- 14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS ' that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. ' 9- 14.4(7)B Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. ' 9- 14.4(8) Compost In the third paragraph, number 1. is revised to read: 1 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification ". Fine Compost shall meet the following gradation: ' Percent Passing Sieve Size Minimum Maximum 2" 100 ' 1" 95 100 5 /8 90 100 '/4" 75 100 Maximum particle length of 6- inches. t Medium Compost shall meet the following gradation: Percent Passin Sieve Size Minimum Maximum 2" 100 ' 1" 95 100 5 /8 90 100 1 /4 " 75 85 ' Maximum particle length of 6- inches. ' 29 Medium Compost shall have a Carbon to C:N ratio Nitrogen between 18:1 and 9 ( ) 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse Compost shall meet the following gradation: ' Percent Passing Sieve Size Minimum Maximum 3" 100 1" 90 100 3 /4" 70 100 40 60 Maximum particle length of 6- inches. In number 8. of the third paragraph, the reference to "manufacturer" is revised to read ' "Contractor ". 9 14.4(8)A Compost Approval ' This sections title is revised to read: 9 14.4(8)A Compost Submittal Requirements ' The first sentence is revised to read: The Contractor shall submit the following information to the Engineer for approval: Number 1. is revised to read: ' 1. The Qualified Products List printed page or a Request for Approval of Material (DOT Form 350 -071 EF). ' In number 3., the reference to "manufacturer" is revised to read "Contractor" and the reference to "analyses" is revised to read "analysis ". 9 14.4(8)B Compost Acceptance This section is revised to read: Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. ' 9 14.4(9) Bonded Fiber Matrix (BFM) This section is revised to read: 1 30 ' Bonded Fiber Matrix (BFM) shall be a hydraulically - applied blanket/mulch /matrix comprised of biodegradable, thermally processed, defibrated, long strand fibers from U natural or recycled wood chips or similar woody material, weed free straw, cotton, coconut, jute, and /or hemp. The fibers shall physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. BFM shall be ' free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper and meets the requirements in Section 9- 14.4(2)A. ' The BFM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. ' Within 48 hours the BFM shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth. ' BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animal, and aquatic life and shall not stain concrete or painted surfaces. ' BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is ' not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. ' The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: 1 I 1 t ' 31 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T A minimum of 50% of the 126 fiber, by mass, is t collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or See Section 9- 14.4(7)A Minimum 10 percent by Type B weight of a cross - linked, polysaccharide, hydro - colloid tackifier Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with C Factor = 0.10 Protecting Slopes from 0.12 -inch average maximum using Revised Rainfall- Induced Erosion raindrop size. ** Test in Universal Soil Loss one soil type. Soil Equation (RUSLE) tested shall be loam as defined by the NRCS Soil Texture Triangle * ** Thickness ASTM D 6525* 0.10 -inch minimum , Ground Cover ASTM D 6567* 97 percent minimum Mass Per Unit Area ASTM D 6566* 10.0 oz/yd2 minimum * ASTM test methods developed for Rolled Erosion Control Products ( RECPs) ' with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. * ** Available at: http: / /.soils. usda.gov/ education / resources /lessons /texture /textural tri hi.ipq 9 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) I This section including title is revised to read: 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM shall be a hydraulically - applied blanket/mulch /matrix comprised of biodegradable, thermally processed, defibrated, long- strand fibers from natural or recycled wood chips or similar woody material, straw, coconut, jute, and /or hemp. The MBFM /FRM shall contain a minimum of 5% by weight of biodegradable or photodegradable polyfibers that are bent in multiple locations on each strand and that physically interlock with the wood fibers to form a strong moisture holding mat that allows the absorption and infiltration of water. The MBFM /FRM shall contain a cross- 32 ' I linked polysaccharide tackifier. MBFM /FRM shall be free from paper, rock, metal, and plastic. I MBFM /FRM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. I The MBFM /FRM shall require no curing period upon application, and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion I resistant blanket that allows for seed germination and plant growth. MBFM /FRM shall be furnished premixed by the manufacturer. The MBFM /FRM shall I be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. I The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum I requirements in the following table: Properties Test Method Requirements I Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the I combination of No. 8, No. 16, and No. 24 sieves I Tackifier, Type A or Type B See Section 9- 14.4(7)A Minimum 10 percent by weight of a cross - linked, polysaccharide, hydro- , colloid tackifier Water Holding ASTM D 7367 1,500 percent minimum Capacity I Organic Matter ASTM D 586* 90 percent minimum Content Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum I Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.05 Protecting Slopes average raindrop size. ** maximum using Revised III from Rainfall- Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) defined by the NRCS Soil I Texture Triangle * ** Thickness ASTM D 6525* 0.15 -inch minimum Ground Cover ASTM D 6567* 98 percent minimum I Mass Per Unit Area ASTM D 6566* 11.0 oz/yd2 minimum * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) I are applied to the test plot. ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- I I 33 inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. * ** Available at: http: / /soils. usda.gov/ education / resources /lessons /texture /textural tri hi.jpg 9- 14.5(1) Polyacrylamide (PAM) The third and fourth sentences are revised to read: The minimum average molecular weight shall be greater than 5 mg /mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. This section is supplemented with the following: PAM shall be delivered in a dry granular or powder form. ' 9- 14.5(2) Erosion Control Blanket This section is revised to read: Temporary erosion control blanket shall be made of natural plant fibers and meet the following requirements: ' Properties ASTM Test Method Requirements Protecting D 6459 with 0.12 -inch Maximum C factor of Slopes from average raindrop size.* 0.15 using Revised Rainfall- Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) I defined by the NRCS Soil Texture Triangle ** Dry Weight per D 6475 0.36 lb /sq. yd. Unit Area minimum Performance in D 6460 Test in one soil 1.0 lb /sq. ft. minimum Protecting type. Soil tested shall be Earthen loam as defined by the Channels from NRCS Soil Texture Stormwater- Triangle ** Induced Erosion Seed D 7322* 200 percent minimum Germination Enhancement Netting, if present, shall be biodegradable with a life span not to exceed one year. * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ** Available at: ' http: // soils. usda. qov /education /resources /lessons /texture /textural tri hi.ipq 34 Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized fibers, filaments, or netting and shall meet the following requirements: Properties ASTM Test Method Requirements ' UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc ' Protecting Slopes D 6459 with 0.12 -inch device C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised ' Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture ' Triangle ** Dry Weight per D 6475 0.50 lb /sq. yd: minimum Unit Area ' Performance in D 6460 Test in one soil type. 2.0 lb /sq. ft. minimum Protecting Soil tested shall be loam as Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle ** ' Induced Erosion Seed Germination D 7322 200 percent minimum Enhancement ' * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 ' hour intervals may be substituted. ** Available at: http: / /soils. usda.gov/ education / resources /lessons /texture /textural tri hi.jpq This section is supplemented with the following new sub - section: ' 9- 14.5(2)A Erosion Control Blanket Approval The Contractor shall select Erosion Control Blanket products that bear the Quality and Data Oversight 'and Review (QDOR) seal from the Erosion Control and Technology ' Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at http:www.ectc.orq /qdor. 9- 14.5(4) Geotextile - Encased Check Dam ' In the second paragraph, the second and third sentences are revised to read: The geotextile material shall overhang the foam by at least 6- inches at each end, and ' shall have apron type flaps that extend a minimum of 24- inches on each side of the check dam. The geotextile material shall meet the requirements for Temporary Silt Fence in Section 9 -33. 1 9- 14.5(5) Wattles This section is revised to read: ' Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within I ' 35 . Wattles shall be a minimum of 5- inches in diameter. Netting ' biodegradable netting. g material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. Compost filler shall be Coarse Compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50- inches wide, and between 0.017 and 0.13- inches thick. 9- 14.5(6) Compost Sock This section is revised to read: Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. Compost Socks shall be at least 8- inches in diameter. The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas and shall be free of any type of preservative. Coarse Compost filler shall meet the material requirements as specified in Section 9- 14.4(8). Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36- inches in length, 9- 14.5(7) Coir Log ' This section is revised to read: Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 lbs/cf. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of 1/4-inch diameter commercially available hemp rope. 9- 14.6(1) Description The fourth paragraph is revised to read: Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: I 36 ' A. Live br n h a c cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 ' degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The ' lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be 1 1/2 to 1 %2 -inch in diameter. C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than ' three branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9- 14.6(2) Quality The first paragraph is revised to read: At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and ' shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. ' The third paragraph is revised to read: All plant material shall be purchased from a nursery licensed to produce plants for sale ' in Washington State. This section is supplemented with the following new paragraph: All nurseries and nursery vendors must have a business license issued by the Washington State Department of Licensing with a "Nursery" endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. 9- 14.6(3) Handling and Shipping Item numbers 8 and 9 are revised to read: 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. Item numbers 10 and 11 are deleted. 9- 14.6(7) Temporary Storage The first paragraph is revised to read: 37 Plants stored under temporary conditions prior to installation shall be the responsibility rY p of the Contractor. 15.AP9 SECTION 9 -15, IRRIGATION SYSTEM January 4, 2010 ' The first paragraph is supplemented with the following: When the water supply for the irrigation system is from a non - potable source, irrigation components shall have lavender indicators supplied by the equipment manufacturer. 9 -15.3 Automatic Controllers This section is revised to read: The automatic controller shall be an electronic timing device for automatically opening t and closing control valves for predetermined periods of time. The automatic controller shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge sheet aluminum alloy 6061 -T6 or 16 gauge sheet steel or unpainted, non - rusting industrial grade stainless steel. The pedestal shall have a completely removable locking faceplate to allow easy access to wiring. The automatic controller housing shall have hasp and lock or locking device. All locks or locking devices shall be master keyed and three sets of keys provided to the Engineer. The controller shall be compatible with and capable of operating the irrigation system as designed and constructed and shall include the following operating features: 1. Each controller station shall be adjustable for setting to remain open for any desired period of time, from five minutes or less to at least 99 minutes. 2. Adjustments shall be provided whereby any number of days may be omitted and whereby any one or more positions on the controller can be skipped. When adjustments are made, they shall continue automatically within a 14- day cycle until the operator desires to make new adjustments. 3. Controls shall allow any position to be operated manually, both on or off, whenever desired, without disrupting the 14 day cycle. 4. Controls shall provide for resetting the start of the irrigation cycle at any time and advancing from one position to another. 5. Controllers shall contain a power on -off switch and fuse assembly. 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 day cycle. ' 7. Both normally -open or normally - closed rain sensor compatibility. 9 -15.4 Irrigation Heads This section is supplemented with the following new paragraph: All instructions, special wrenches, clamps, tools, and equipment supplied by the manufacturer necessary for the installation and maintenance of the irrigation heads shall be turned over to the Engineer upon completion and acceptance of the project. 9 -15.5 Valve Boxes and Protective Sleeves This section including title is revised to read: 38 , 9 -15.5 Valve Boxes ' Valve boxes shall conform to the Plans and be extendible to obtain the depth required. All manual drain valves and manual control valves shall be installed in valve box with a vandal resistant lid as shown in the Plans. 1 9- 15.7(1) Manual Control Valves The third and fourth sentences are revised to read: ' The Contractor shall furnish three suitable operating keys. Valves shall have removable bonnet and stem assemblies with adjustable packing glands and shall ' house long acme threaded stems to ensure full opening and closing. 9- 15.7(2) Automatic Control Valves In the second paragraph, the first and second sentences are revised to read: ' Valves shall be of a normally closed design and shall be operated by an electronic solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic ' solenoids shall have a stainless steel plunger and be directly attached to the valve bonnets or body with all control parts fully encapsulated. In the fifth sentence of the second paragraph, "electric" is revised to read "electrical ". 9- 15.7(3) Automatic Control Valves With Pressure Regulator ' This section is revised to read: Automatic control valves with pressure regulators shall be similar to automatic control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to a constant pressure regardless of supply fluctuations. The regulator must be fully adjustable. ' 9 -15.8 Quick Coupling Equipment In the first paragraph, the first and second sentences are revised to read: ' Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded Semi -Red Brass conforming to ASTM B 584. In the fifth sentence of the first paragraph, "will" is revised to read "shall ". ' 9 -15.9 Drain Valves This section is revised to read: Drain valves may be a 1/2-inch or 3 /4 -inch PVC or metal gate valve manufactured for irrigation systems. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not ' less than 150 -psi non -shock cold water. The Contractor shall furnish three standard operating keys per Contract. Drain valves shall be installed in a valve box with a vandal resistant lid as shown in the Plans. Drain valves on potable water systems shall only be allowed on the downstream side of approved cross connection control devices. 39 1 9 -15.10 Hose Bibs The first sentence is revised to read: ' Hose bibs shall be angle type, constructed of bronze or brass, threaded to accommodate a 3 /4 -inch hose connection, and shall be key operated. 9 - 15.11 Cross Connection Control Devices This section is revised to read: Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure backflow devices (RPBDs), shall be of a manufacturer and product model approved for use by the Washington State Department of Health, Olympia, Washington or a Department of Health certified agency. 9 - 15.12 Check Valves The last sentence is revised to read: Valves shall have angled seats, Buna -N seals and threaded connections, and shall be installed in 8 -inch round plastic valve boxes with vandal resistant lids. 9 - 15.14 Three - Way Valves The last sentence is revised to read: When handles are included as an integral part of the valves, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance Division. 9 - 15.15 Flow Control Valves The third sentence is revised to read: Valves shall be factory set to the flows as shown in the Plans. 9 - 15.17 Electrical Wire and Splices ' This section is revised to read: Electrical wire used between the automatic controller and automatic control valves shall be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National recognized Testing Laboratory. Each conductor shall be color coded and marked at each end and at all splices with zone or station number identification. Low voltage splices shall be made with a direct bury splice kit using a twist -on wire connector and inserted in a waterproof polypropylene tube filled with a silicone electrical insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall consist of a mastic lined heavy wall polyolefin cable sleeve. 9 - 15.18 Detectable Marking Tape The first paragraph is revised to read: Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 40 soil, with a metallic foil core to provide for the most positive detection and pipeline location. ' In the second paragraph, the first and second sentences are revised to read: The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown. The last paragraph is revised to read: The width of the tape shall be as recommended by the manufacturer based on depth of installation. 23.AP9 SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES April 5, 2010 ' 9 -23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171 ". ' 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds In the first sentence of the first paragraph, "AASHTO M 148" is deleted and "(ASTM C 309)" is revised to read "ASTM C 309 ". ' 35.AP9 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS ' January 4, 2010 9 -35.0 General Requirements In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator ". In the second paragraph, the third sentence is revised to read: Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products List (QPL) submittals are not required. 9 -35.12 Truck - Mounted Attenuator This section including title is revised to read: ' 9 -35.12 Transportable Attenuator Transportable attenuators are Truck - Mounted Attenuators (TMA) or Trailer- Mounted Attenuators (TMA- trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide 41 the Engineer with roll -ahead distance calculations and crash test reports illustrating p 9 that the proposed host vehicle is appropriate for the attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non - reflective black and retro - reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. This section is supplemented with the following new sub - sections: ' 9 35.12(1) Truck - Mounted Attenuator The TMA may be selected from the approved units listed on the QPL or submitted using a RAM. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9 35.12(2) Trailer Mounted Attenuator The TMA - trailer may be selected from the approved units listed on the QPL or submitted using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9 35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350- 071 EF) for the product proposed for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. I I 42 ' SPECIAL PROVISIONS ' SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision ( * * * * * *) Notes a revision to a General Special Provision and also notes a Project Specific Special ' (Regions' date) Provision. Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the ' only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". ' Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region ' NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Project Specific Special Provisions normally appear only in the contract for which they were developed. 43 DIVISION 1 GENERAL REQUIREMENTS INTRODUCTION TO THE SPECIAL PROVISIONS t (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard ' Specifications for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the I section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: ' (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) ' (April 27, 2009 Yakima GSP) Also incorporated into the Contract Documents by reference are: ' • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. 44 DESCRIPTION OF WORK (March 13, 1995) ' This contract provides for the improvement of ** *Kiwanis Park by constructing approximately 220 yards of cement concrete sidewalk, 1050 linear feet of cement concrete traffic curb, 380 tons of asphalt treated base, 195 tons of HMA C1.1/2 In. PG 64 -28, 2400 square feet of porous asphalt * ** and other work, all in accordance with the ' attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: ' All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", ' "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". ' All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". ' The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. ' Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate ' One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". ' Contract Time The period_ of time established by the terms and conditions of the contract within which the work must be physically completed. Dates ' Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date ' The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. ' 45 Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. t Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 1 1 46 , P 1-02 BID PROCEDURES AND CONDITIONS 1 -02 BID PROCEDURES AND CONDITIONS ' 1 -02.1 Prequalification of Bidders ' Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (March 25: 2009 APWA GSP) ' Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: ' "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: ' (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; ' (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an ' employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW ' 39.06.010 or 39.12.065(3)." 1 -02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: ' Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution ' Reduced plans (11" x 17 ") 4 Furnished automatically and Contract Provisions upon award. ' Large plans (e.g., 22" x 0 Not available. 34 ") and Contract Provisions ' Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. ' 47 1 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone ' number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with , alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a ' vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. ' A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. Preparation Of Proposal , (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 1 - 02.7 Bid Deposit (October 1, 2005 APWA GSP) ' Supplement this section with the following: Bid bonds shall contain the following: ' 48 ' 1 t 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; ' 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; ' 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power ' of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal ' (October 1, 2005 APWA GSP) Revise the first paragraph to read: ' Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. (******) Public Opening of Proposal Section 1 -02.12 is supplemented with the following: Date of Opening Bids Sealed bids are to be received at one of the following locations prior to the time Specified: ' 1. At the City Clerk's Office, City of Yakima, 129 N. 2nd Street, Yakima, WA 98901 until 2:00 pm of the bid opening date. The bid opening date for this project is as listed in the Invitation to Bid. Bids t received will be publicly opened and read after 2:00 P.M. on this date. Contact Dana Kallevig at (509) 576 -6605 with any technical questions about this project. ' 1 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) ' Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; ' 49 b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet , the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. ' 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of ' these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 t 1 50 ' ' 1 - 03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids ' (January 23, 2006 APWA GSP) Revise the first paragraph to read: ' After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy ' exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum ' specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting ' Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. ' 1 -03.3 Execution of Contract Revise this section to read: ' Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following ' award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within twenty (20) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful ' bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. ' Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. ' If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional ' calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Delayed Construction Start Date: ' Physical construction work shall start on this project on or before Monday, April 5, 2010. ' 51 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, 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 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). 1 -04 SCOPE OF THE WORK 1 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: ' Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): ' 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 52 1 ' 1 -05 CONTROL OF WORK 1 -05.7 Removal of Defective and Unauthorized Work ' (October 1, 2005 APWA GSP) Supplement this section with the following: ' If the Contractor fails to remedy defective or unauthorized work within the time . specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such ' work as may be.identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. ' If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting ' and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and ' indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. ' No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting ' Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the ' Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. ' 1 -05.11 Final Inspection 1 Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) ' 1- 05.11(1) Substantial Completion Date ' When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that ' remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of ' 53 completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, ' whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule ' indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. ' 1 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall ' be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. 1 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the ' Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1 05.11(3) Operational Testing , It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or 54 ' signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of ' work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test ' period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the ' Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. ' The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices ' related to the system being tested, unless specifically set forth otherwise in the proposal. ' Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. ' 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All t correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via ' mail delivery service to the Project Engineer's office. Electronic copies such as e- mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: ' 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for ' power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 55 1 -06 CONTROL OF MATERIAL ' 1 06.2(1) Samples and Tests for Acceptance This section of the standard specifications is supplemented and added to the construction contract specifications and bid documents: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. ' The sampling frequency is as follows: Trench Backfillinq t Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. ' Compaction shall conform to Section 7- 08.3(3) or 7- 09.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway , area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subqrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. ' Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing 56 1 ' Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast ' or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). ' Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete ' pavement and copies of all test results shall be provided to the Engineer as construction progresses. ' Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt ' concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- ' 04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk ' One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1 - 07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) 1 Supplement this section with the following: ' In cases of conflict between different safety regulations, the more stringent regulation shall apply. ' The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). ' The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and ' made known procedures for removal of injured persons to a hospital or a doctor's care. ' The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury ' 57 resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 -07.2 State Sales Tax Delete this section, including its sub - sections, in its entirety and replace it with the following: ' 1 -07.2 State Sales Tax (October 1, 2005 APWA GSP) ' 1- 07.2(1) General Rule 171 shall apply to this project. The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. ' The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(2) State Sales Tax — Rule 171 ' WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1 58 P 1-07.2(3) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of ' new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage ' disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any ' article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. ' For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, ' the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. ' Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes ' shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(4) Services ' The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.5 ENVIRONMENTAL REGULATIONS ' 1- 07.5(4) Air Quality Supplement this section with the following: ' The local air pollution authority is the Yakima Regional Clean Air Authority @ 509- 574 -1410. Permits And Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from ' stream beds. Load Limits Section 1 -07.7 is supplemented with the following: (March 13, 1995) ' 59 I If the sources of materials provided by the Contractor necessitates hauling over I roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1 -07.15 Temporary Water Pollution /Erosion Control I 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan III Section 1- 07.15(1) is supplemented with the following: (August 3, 2009) The Contractor shall address the following items in the SPCC Plan in addition I to the requirements of Section 1- 07.15(1): Mixing, Transfers, & Storage I 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in t a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. I 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer I operations. Spills I Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the I ground or water. Maintenance of Equipment I Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. I Disposal Spilled waste, chemicals or petroleum products shall be transported off site I for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. t Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: I Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: I National Response Center 1- 800 - 424 -8802 WA State Div. of Emergency Management (24 hr)1- 800 - 258 -5990 I Ecology Central Regional Office 509 - 575 -2490 60 I I I Spill to Soil (Including encounters of pre- existing contamination): I Ecology Central Regional Office 509 - 575 -2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby I creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509- 575 -2490 Report within 24 hours I ( * * * * *) Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: I Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or I other verification. The following addresses and telephone numbers of utility companies known or I suspected of having facilities within the project limits are supplied for the Contractor's convenience: * ** Cascade Natural Gas Corp. 401 N. 1 St. Yakima, WA I 98901 509 - 457 -5905 Charter Communications 1005 N. 16 Ave. Yakima, WA 98902 509 - 575 -1697 I Pacific Power 509 - 575 -3146 P.O. Box 1729 Yakima, WA 98907 Qwest 8 W. 2 Ave. Room 304 Yakima, WA I 98902 509 - 575 -7183 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, WA 98902 509 - 575 -6196 City of Yakima Wastewater Div. 2220 E. Viola Yakima, WA 98901 509 - 575 -6077 I The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council - Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. I It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. I I I I 61 1 -07.18 Public Liability and Property Damage Insurance ' Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance ' (May 10, 2006 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). ' C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance 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 Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency 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 Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall ' constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so 62 t ' expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. ' 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. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers ' Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, volunteers • and appointed officials. ' The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, ' irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those ' maintained by the Contractor. 1- 07.18(3) Subcontractors ' Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. ' 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: ' 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in ' 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD ' Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. ' 4. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. 63 The City of Yakima, its officers, elected or appointed officials, employees, agents, and volunteers are additional insured's for Upper Kiwanis Park Phase 1 / Maple Street Parking Project, City Project No. 2212. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability ' A policy of Commercial General Liability Insurance, including: Per project aggregate ' Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability , Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation 64 ' ' The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. Public Convenience And Safety Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: ' (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are ' actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. ' During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ ' and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless ' protected as described above. Deviation from the above requirements shall not occur unless the ' Contractor has requested the deviation in writing and the Engineer has provided written approval. ' Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: I 1 t ' 65 P.ii`sted Speed Distance From ;;;y;c Travele :Way 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. ' The Contractor shall prepare and submit at the preconstruction conference the following: 111 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. ' Add the following new section: 1- 08.0(2) Hours of Work (May 25, 2006 APWA GSP) 66 ' ' Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a ' maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. ' If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8- ' hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. ' Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may ' also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. ' Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, • Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. ' 1 -08.3 Progress Schedule The first and second paragraphs are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion ' established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and ' holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 ' prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. 67 This section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. Revise this section to read: 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. Time For Completion (March 13, 1995) ' Section 1 -08.5 is supplemented with the following: This project shall be physically completed within * ** 25 * ** working days. 1 (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall 68 ' 1 ' be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day ' then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been ' performed by the Contractor. The following events must occur before the Completion Date can be established: ' 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the ' contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) ' b. c. Material Acceptance Certification Documents Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. ' d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 - 09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account ' (October 10, 2008 APWA GSP) Supplement this section with the following: ' The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for ' Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments ' (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of ' their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. ' 69 I Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor ' commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. I I 70 ' 1 -10 TEMPORARY TRAFFIC CONTROL Traffic Control Management General ' (December 1, 2008) Section 1- 10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: ' The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council ' 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or ' (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 ' Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: ' (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. 1 1 1 ' 71 • DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description Section 2 -01.1 is supplemented with the following: 1 (March 13, 1995) Clearing and grubbing on this project shall be performed as noted in plans. ROADWAY EXCAVATION AND EMBANKMENT Measurement Section 2 -03.4 is supplemented with the following: (March 13, 1995) Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Control , stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. ' Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross - section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross - sections will be , furnished to the successful bidder on request to the Project Engineer. 1 1 72 ' ' DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT POROUS ASPHALT PAVEMENT ' Description Section 5 -04.1 is supplemented with the following: This work shall also consist of providing and placing porous asphalt concrete pavement. REFERENCES Reference the following standards: ASTM American Society of Testing & Materials, ' current edition. AASHTO American Association of State Highway and ' Transportation Officials, current edition. WSDOT Washington State Department of ' Transportation 2008 Standard Specifications for Road, Bridge and Municipal Construction. NAPA National Asphalt Pavement Association's Porous Asphalt Pavements for Stormwater ' Management, Information Series 131, 2008. WISHA Washington Industrial Safety and Health Act; Revised Code of Washington (RCW) Chapter 49.17 WAC 296 -155 Washington Administrative Code (WAC) 296 -155 Standards for Construction Work RCW Chapter 39.04.180 RCW Chapter 39.04.180 Public Works/Trench Excavations — Safety Systems Required SUBMITTALS Submit the following information in accordance with submittal procedures noted in the Project Manual. ' 1. Furnish certification that all materials comply with specifications; include laboratory test reports verifying compliance. Tests shall have been performed within four months of anticipated use of material. 2. Documentation verifying that the mixing plant is a member of the Washington Asphalt Paving Association of (WAPA). 3. Certified test results that demonstrate conformance with specifications. 73 4. Certification of the installers' qualifications as specified in this Section. 5. Test results for porous pavement installation. 6. Test results of previous porous pavement installations in accordance with this Section for demonstrating qualifications. 7. Samples of the aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and proposed combining ratios and the average gradations of the completed mix. 8. Job Mix Formula — Contractor to determine a design aggregate structure and asphalt binder content in accordance with NAPA. NOTIFICATIONS Schedule and attend a pre- construction meeting with the Owner's ' Representative at least one week prior to the initiation of porous paving work, including subgrade preparation. QUALIFICATIONS ' A. The PA Installation crew shall meet one of the following criteria: 1. Employ a minimum of two persons per crew who have each previously completed at least three (Owner accepted) installations for porous asphalt pavement. Previous installations shall be located within a 200 mile radius of the project site. Provide mix design, project photos, date of installation, size (area of installations), section depth, address of location and Owner contact information (phone and email). B. PA supplier shall have previously supplied at least three separate projects with porous asphalt mix. Previous projects shall be located within a 200 mile radius of the project site. Provide mix design, project photos, size (area of installation), date of installation, section depth and cross section, address of locations and Owner(s) contact information (phone and email). I WARRANTY Work corrections include, but are not limited to: 1. Aggregate separation, soft spots, and excessive sealing. 2. Cracks, elevation irregularities, and paving not draining /infiltrating properly. 3. Warranty for asphalt pavement sections shall be a minimum of two years from project final completion. PROJECT SITE CONDITIONS Environment Requirements. In accordance with referenced standard specifications and the following: a. Do no paving in rain or when subgrade or base is wet or frozen. b. Apply asphalt concrete paving only when base is dry. c. See Construction Requirements for additions to environmental requirements. t 74 ' ' Materials Section 5 -04.2 is supplemented with the following: ' A. Porous Asphalt mix design shall conform to WSDOT Section 9 -03.8 with the following modifications: 1. Aggregates: a. The materials of which porous asphalt concrete is composed shall be of such sizes, gradings and quantities that, when proportioned and mixed together, they will produce a well graded mixture within the requirements listed below which follows. The percentages of aggregates refers to completed dry mix and includes ' mineral filler when used. The material shall be modified HMA Class ' /2" with following gradation to produce open graded mixture: ' U.S. Sieve Size 3/4" Percent Passing by weight 100 %2" 90 - 100 ' 318" 70 - 90 US No. 4 20 - 40 US No. 8 10 - 20 ' US. No. 40 0 - 8 US No. 200 0 — 3 b. Aggregates for porous asphalt concrete shall meet the following test requirement; Fracture, by weight and noted as follows: 1) The fracture requirements for the aggregates are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, U.S No. 8 and above, if that sieve retains more than 5 percent of the total sample. 2) When material is being produced and stock piled ' for use on a specific contract or for a future contract, the fracture material is used from a stockpile that has not been tested as provided above, the requirements for fracture shall at the time of its introduction to the cold feed of the mixing plant. 2. Asphalt Binder: a. Asphalt Binder shall be WSDOT 9- 02.1(4) and PG 64 -28 with the following modifications: 1) Asphalt cement shall be between 5.75 to 6.5% by I weight of total mix. Draindown: 0.3% maximum. Tested in accordance with ASTM D6390 -05. b. The Contractor may substitute alternate grades of PG asphalt cements at no cost to the Contracting Agency. ' The alternate PG asphalt cement shall have an average 7 -day maximum pavement design temperature that is ' 75 I equal to or higher, and a minimum pavement design • temperature that is equal to or lower than the specified PG asphalt cement. The Contractor shall designate in writing the grade of PG asphalt cement to be used prior to submittal of the mix design. Only one PG asphalt cement will be allowed for each class of asphalt concrete pavement. 3. Cationic Emulsified Asphalt: Per WSDOT 9- 02.1(6) 4. Anti - Stripping Additive: Per WSDOT 9 -02.4 not to exceed 1`)/0 by weight of the aggregates. 5. Blending Sand: When there is a deficiency of material passing the U.S. No. 40 in the production of aggregate for porous asphalt concrete, satisfactory final mix is produced, including fracture requirements. Blending sand shall be clean, hard, sound material, ' either naturally occurring sand or crusher fines, and must be material which will readily accept an asphalt coating. The exact grading requirements for the combined product shall be such that, when it is mixed with an aggregate, the Blending sand shall meet the requirements of this specification. Blending sand shall meet the following quality requirement: Sand Equivalent 27 min. 6. Mineral Filler: WSDOT 9- 03.8(5) 7. Job Mix Formula (JMF) a. Porous asphalt concrete mixture will be accepted base on it's conformance to the project Job Mix Formula (JMF). For the determination of a project JMF, the Contractor shall submit to the Owner's Representative sample of the various aggregates and blending sand to be used along with the gradation data showing the various aggregate stockpile averages and the proposed combing ratios and the average gradation of the I completed mix. The Contractor shall perform and submit mix tests to determine the percentage of asphalt by weight to be added. The approved mix shall become the project JMF. Modifications to the JMF will not be allowed and any modified mix placed as part of the project will be rejected. Any proposed modifications to the JMF shall be submitted as a new mix design. b. The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of porous asphalt concrete placed during a workshift shall conform to a single job mix formula established for the class of porous asphalt concrete specified unless there is a need to make an adjustment in the JMF. c. No mixture shall be produced for use on the project until the amount of asphalt material and anti - stripping additive has been established. d. Job Mix Formula — Statistical Acceptance: The average gradation of the completed asphalt concrete mix submittal by the Contractor in the mix design proposal, 111 as required in this Section and the resulting mix design shall be the JMF. Any change or adjustment of percentages in any constituent of the JMF creates a new JMF. 76 ' ' e. Air voids of compacted PA JMF shall be 16 percent minimum to 25 percent maximum per ASTM D3203. f. Job Mix Formula Tolerances and Adjustments: 1) Tolerances — Statistical Acceptance. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall be t conformed to the following tolerances: Constituent of Mixture Tolerance Limits: The tolerance limit for each mix constituent shall not exceed broad band specification limits specified in here, except the tolerance limits for sieves designated as 100% passing will be 99 -100. 2) Tolerances — Nonstatistical Acceptance. After the ' JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in paragraph ' 2.01A.1a of this Section for gradation and the design mix asphalt content plus or minus 0.7 percent. ' 3) Adjustments Aggregates: Upon written request from the Contractor, the Owner's Representative may approve field adjustments to the JMF including ' the Contractor's proposed combining ratios for mineral aggregate stockpiles and blending sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 8 ' sieve, 1 percent for the aggregate passing the No. 40 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. Blending sand may be changed a maximum of 5 percent. The above adjustments as approved by the Owner's Representative will be considered as a new JMF. Adjustments beyond ' these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad ' 4) band specifications. Adjustment for Asphalt Content: The Owner's Representative may approve Contractor's request to change asphalt content a maximum of 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt cement content exceeding 0.3 percent from the initial JMF will be made without approval of Owner's Representative. B. Subbase: Aggregate Discharge Subbase for pavement section shall consist of the following: ' 1. 2. 0.50 foot layer of crushed surfacing base course. 0.33 feet of 1 %2" — 2'/2" washed, crushed stone and gradation modified with 0 -2% passing U.S. No. 200 sieve resting on construction geotextile for separation. ' 77 I 3. 0.50 foot layer of ASTM C -33 sand resting on a 16 —mil impermeable liner. AGGREGATE MATERIALS U This aggregate shall consist of washed, crushed, open - graded stone and meet the following gradation chart. ASTM Sieve Percent Passing (By Size Weight) 2 1 /2 inch 100 - 100 1 1/2 inch 0 -2 %2 inch - -- ' 3/8 inch - -- No. 8 - -- ' No. 200 0 - 2 4. Aggregates for 1 %2" — 2 1/2" Washed, Crushed Stone shall meet the following test requirement; fracture, by weight and noted as follows: a. The fracture requirements for the aggregates are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, 1 '/2" and above, if that sieve retains more than 5 percent of the total sample. C. Porous Pavement Construction Geotextile for Separation shall meet the requirements of WSDOT Section 9 -33. ' D. 16 -mil Impermeable Liner: Use 16 -mil (min) polyvinyl chloride (PVC) as manufactured by Northwest Linings or approved equivalent product. Provide documentation from manufacturer showing quality control tests on liner materials were performed at the manufacturing plant for the following and frequency of testing: a. Thickness (ASTM D5199), density (ASTMD792), tensile strength (ASTM D882) and tear resistance (ASTM D1004) for each roll. b. Dimensional stability (ASTM D1204) and tested 1 per 50,000 square feet or 1 per resin batch, whichever is greater. c. Certification for brittleness temperature (ASTM D1790) 78 ' Construction Requirements Section 5 -04.3 is supplemented with the following: ' GENERAL A. Verify installation conditions are satisfactory to receive work of this Section. ' Do not install until unsatisfactory conditions are corrected. Beginning work constitutes acceptance of conditions as satisfactory. PREPARATION ' A. Verify existing dimensions and shapes. Allow for transitions to existing grades where applicable. t B. Prepare subgrade in accordance with WSDOT Section 2 -06 except verify compaction of subgrade per Section 02300 — Earthwork. Scarify top 'A" surface so subgrade is not sealed. ' C. Do not place Porous Asphalt when ambient air temperature is less than 60 degrees Fahrenheit. r D. Do not place Porous Asphalt on any wet surface, or when the average surface temperatures are less than 45 degrees Fahrenheit when weather ' conditions otherwise prevent the proper handling or finishing of the bituminous mixtures. B. Conform to the details, dimensions and grades specified on the Contract ' Documents. INSTALLATION A. Install TESC measures and flow diversion measures in order to divert runoff into construction area of PA prior to excavation and subgrade preparation of the pavement section. Maintain TESC measures and flow diversion measures until pavement is approved and adjacent areas are permanently stabilized. B. Construct PA to the specified lines and grades with a uniform appearance and in accordance with the manufacturer's instruction, ' criteria and specifications. C. Protect native subgrade to remain. Keep traffic off of the prepared ' subgrade during construction to maximum extent practical. Final 12" excavation of native subgrade to done at time for placement of geotextile and subbase to the maximum extent practical in order to protect the existing subgrade infiltration capabilities. D. Protect subgrade and subbase from wet weather. The existing site's soils are moisture sensitive and if left unprotected during wet weather soils could become unsuitable. If soils are left unprotected and become unsuitable, unsuitable material will be required to be replaced with suitable material approved by Owner's geotechnical engineer at no 111 addition cost to Owner. ' 79 I E. Bring the subgrade of the aggregate discharge subbase to the line, t grade, and elevations indicated on the Drawings and in the typical pavement sections. Fill subgrade where damaged by erosion and ponding before placing the aggregate discharge subbase. I F. Where indicated on plans, place porous pavement cell liner with protective non -woven geotextile and /or porous pavement geotextile fabric after subgrade has been prepared. 1. Maintain flow diversion measures to prevent runoff and sediment from entering the work limits. I 2. Remove debris or sediment that has accumulated on the finished subgrade after viewing and before installing cell liner or geotextile fabric at no addition cost to the Owner. G. Where unlined cells are designated on plans, place porous pavement I geotextile in accordance with manufacturer's standards and recommendations. Overlap adjacent strips of geotextile fabric a minimum t of 16 inches. H. Where lined cells are designated on plans, install porous pavement cell I liner in accordance with liner manufacturer's specifications and recommendations using qualified liner installers. 1. Prepare surfaces to be lined and surfaces shall be smooth and I free of debris, roots, and angular or sharp rocks larger than three quarter (3/4) inches in diameter to a depth of four (4) inches. Acceptance of the surface preparation by the liner manufacturer is III required prior to proceeding with the installation of the porous pavement cell liner. 2. For lined cells with PVC liner, place Protective Non -woven Geotextile at interface between PVC liner and aggregate discharge subbase and at interface between PVC liner and subgrade. 3. The porous pavement cell liner's PVC membrane shall be sealed I to all structures, walls, pipes, and other opening /penetrations through the lining in accordance with liner manufacturer recommendations for leak -proof sealing. I 4. Factory and /or field fabricated pipe boots shall be used to seal all pipes penetrating the liner. All joints shall be tightly bonded for leak -proof sealing. The pipe boots shall be the same material as the cell liner's PVC membrane and attached to the cell liner's PVC membrane per manufacturer's recommendations. 5. Overlap the porous pavement cell liner panels to create a I continuous watertight barrier in accordance with manufacturer recommendations. 6. Inspect panels and seams for flaws, damage and other defects. Repair panels and seams with identified defects or damage or seams that have failed compliance tests using manufacturer's recommended techniques appropriate to the repair and create a watertight patch. ' 7. The porous pavement cell liner shall be installed in a relaxed condition, free of stress or tension upon completion of the installation. Stretching of the liner to fit is not permissible. I 80 I ' 8. Test seams and field seams for continuity and water tightness in accordance with manufacturer's recommendations. 9. Any cuts, rips or tears in the porous pavement cell liner's PVC ' membrane shall be patched with a piece of the same membrane material. Patches shall be installed per liner manufacturer's recommendations and at a minimum should be cut with rounded corner and should overlap a minimum of six inches beyond the ' damage area. Patches shall be applied to the membrane per manufacturer's recommendations. 10. Cover porous pavement cell liner with protective non -woven ' geotextile within 7 calendar days of cell liner deployment. Place protective non -woven geotextile in accordance with manufacturer requirements. Place and compact aggregate discharge subbase to the grades indicated on the Drawings in twelve -inch maximum lifts, keeping equipment ' movement over the aggregate discharge subbase to a minimum. Do not damage porous pavement geotextile fabric or porous pavement cell liner and protective non -woven geotextile during installation of aggregate and ' discharge subbase. Construction vehicles shall not make turns over the aggregate discharge subbase less than 18- inches in depth to avoid damage to the geotextile fabrics and liner. J. Place porous asphalt concrete mixture in accordance with NAPA recommendations. The mixture shall be laid upon a prepared surface, spread, and struck off to the grade and elevations established. Asphalt ' pavers complying with WSDOT Section 5- 04.3(3) shall be used to distribute the mixture. On areas where irregularities or unavoidable obstacles make the use of the mechanical spreading and finishing equipment impractical, the pavement may be done with other equipment or by hand. The asphalt mixture shall be produced by one asphalt plant. Placing of asphalt mixtures at night will not be permitted. r K. Compaction of PA: 1. General: a. Compact porous asphalt concrete mixture in accordance with NAPA recommendations. b. Immediately after the asphalt concrete mixture has been spread, ' struck off, and surface irregularities adjusted, it shall be uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, or irregularities and in conformance with the line, grade and cross - section shown in the ' Plans. If necessary, the mix design may be altered to achieve desired results. c. Compaction shall take place when the mixture is in proper ' condition so that no undue displacement, cracking, or shoving occurs. All compaction units shall be operated at the speed, within specification limits, that will produce the required ' compaction. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers. Any asphalt concrete that has become loose, broken, contaminated, shows an ' excess or deficiency of asphalt - - is in any way defective, shall be removed and replaced at no additional cost with fresh hot mix ' 81 which shall be immediately compacted to conform with the surrounding area. d. Compact in accordance with WSDOT Section 5 -04.3 and 5- 04.3(10)A and modified with the following: 1) Pneumatic tire rollers will be allowed for compaction and in no instance shall any compactor be used in the vibratory mode. 2) Compaction of the surface course should take place when the surface is cool enough to resist a ten ton steel wheel roller. 3) Limit compactive efforts as rolling can cause a harmful reduction in the surface course porosity. 4) Passes of a double -drum roller, operated in static mode, will be allowed for breakdown. Passes of a double -drum ' finish roller operated in static mode, will be allowed to remove ruts, humps, depressions, objectionable marks, or irregularities. L. The Owner's Representative reserves the right to have samples cut or cored from the completed pavement or the individual courses. Additionally the Owner's Representative may take samples of the uncompressed asphalt concrete mixtures as well as all materials incorporated in the work. Where samples have been taken from the uncompressed asphalt concrete, new material shall be placed and compacted to conform with the surrounding area at no additional expense to the Contracting Agency. M. Protect and maintain sediment control measures and flow diversion measures for PA until adjacent areas re stabilized and establish. Do not store materials, soils, equipment on porous pavement. If PA is damaged I or becomes clogged, remove and replace pavement at no additional cost to the Owner. QUALITY ASSURANCE A. Permanent installed sections will be reviewed for the following: 1. Grade, line and slope 2. Field Infiltration Rate 3. Appearance 4. Asphalt Concrete Mixture B. Grade, line and slope: Conform to the dimensions, lines and grades specified on the plans. Maximum variations shall not exceed limits noted in the specifications. C. Sampling and Testing of Porous Asphalt Concrete shall be in WSDOT Section 5 -04.3 and modified with the following: 1. Open graded mixes (asphalt concrete pavement modified HMA Class 1 /2" Open graded) will be evaluated for quality of gradation only, based on samples taken from the cold feed. 2. Aggregates: Aggregates will be accepted for sand equivalent and fracture based on their conformance to the requirements of this section without recourse to statistical evaluation. 3. WSDOT Section 5- 04.3(8)A.5 is modified with the following: 82 I 1 ' No. 4 sieve and larger a. Deviation: Percent Passing +/ -4% No. 6 sieve to No. 80 sieve Percent Passing +/ -2% ' No. 100 sieve and No. 200 Percent Passing +/ -0.4% sieve Asphalt Binder +/ -0.3% A D. PA Field Infiltration Rate: Perform field infiltration test at three locations designated by Owner's Representative no sooner than three calendar days after placing porous surface. Test locations shall be approved by ' the Owner's Representative and be per the following: 1. Perform three field infiltration tests per each day's porous surface placement production for each construction crew, which will be ' considered a set. a. Field Infiltration Rate: Shall be equal to or greater than 100 in /hr and infiltration testing shall be performed using ' the following procedure: 1) Pipe 18 -inch diameter (17.6 -inch inside diameter) PVC pipe 2 -feet long over the porous pavement section. Seal bottom of PVC pipe with temporary plumbing putty to prohibit water from leaking out the bottom sides of the PVC pipe onto the adjacent ' pavement. 2) Pour 4 gallons of potable water into the PVC cylinder. 3) Start watch when all 4 gallons is discharged into the cylinder. Depth of water in cylinder above the pavement surface at start is 3.8 inches when using 17.6" inside diameter PVC pipe. ' 4) When depth of water in PVC pipe reaches 0, then stop watch. 5) Determine infiltration rate by: (38 inches) /time. ' 6) To achieve a minimum of 100 inches per hour, water must draw down to 0 within 136 seconds. 7) Pipes with alternative inside diameters (within +/ -1- I inch of diameter noted above) may be used. However, calculations will need to be adjusted for revised cross - section area to determine infiltration rate. ' 2. Document and record the results of each field infiltration test with a designated test number. Include infiltration rate, date pavement ' was placed, date test was taken and location (stationing or other means) where test was performed in each record. 3. If minimum required field infiltration rate is not achieved at any location as defined in this Section re -test for field infiltration rate at ' a new location for each failed field infiltration test.' Coordinate location with Owner's Representative. 4. If new field infiltration test location does not produce minimum I 5. field infiltration rate further testing will be required. Submit Infiltration Test results for approval prior to coring PA. ' 83 1 E. Appearance: Placed porous surface will be reviewed for appearance by the Owner's Representative. The placed porous surface shall have a consistent surface texture and shall be smooth with no washboarding or cracking. F. PA that does not meet infiltration rate, surface inspection criteria, grade, line slope and other requirements noted in specifications, shall be removed and replaced at no additional cost to the Owner. Delineation for removal and replacement of nonconforming installations shall be identified by the Owner's Representative. CLEANING ' A. After paving operations, clean surfaced of excess or spilled asphaltic materials. B. Do not permit vehicular traffic on asphalt paving until it has cooled and hardened, and in no case sooner than six hours after placing. C. Provide barricades and warning devices as required and in accordance with the MUTCD. D. Leave premise clean and free of residue of work of this Section. Hot Mix Asphalt Pavers Section 5- 04.3(3) is supplemented with the following: Material Transfer DeviceNehicle (August 3, 2009) Section 5- 04.3(3)A is deleted in its entirety. 5- 04.3(7)A Mix Design (April 27, 2009 APWA GSP) Section is deleted and replaced with: 1. General. 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). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350- 042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: ' a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant -strip use provided by WDOT. 84 , ' 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 Project Engineer and may be made per Section 9- 03.8(7). ' 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the ' Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided ' by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the ' discretion of the Engineer, agencies 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. ' 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5- 04.3(8)A for field verification per the requirements of Section 9- 03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9- 03.8(7), the mix design will be considered ' verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the ' tolerances of section 9- 03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5- 04.5(1) and will be used in the ' calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall ' be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. ' 5- 04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Items 1 & 2 are deleted and replaced with: 1. General. Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. ' 85 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5 04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 4, is replaced with the following: ' 4. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. ' 5 04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 7 is deleted. Surface Smoothness (January 5, 2004) , The second sentence of Section 5- 04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. The last paragraph of this section is supplemented with the following: 86 ' ' When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the HMA pavement area, these ' items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility castings shall not be adjusted until the paving is complete. After which, ' the center of each structure and each monument shall be relocated from the references previously established by the Contractor. ' The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired ' grade. The base materials shall be removed and Class 3000 cement concrete shall be place within the entire volume of the excavation up to, but not to exceed, 1 -1/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. ' The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. ' Planing Bituminous Pavement Section 5- 04.3(14) is supplemented with the following: ' The Contractor shall perform the planing operations no more than * ** 10 * ** calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. Weather Limitations The first sentence of Section 5- 04.3(16) is revised to read: HMA for wearing course shall not be placed on any travelled way from * ** November 1 * ** and through March 31st of the following year without written approval from the Engineer. ' Measurement Section 5 -04.4 is supplemented with the following: ' Porous asphalt pavement will be measured by the square foot. ' Payment ' 87 Section 5 -04.5 is supplemented with the following: 1 Payment will be made in accordance with Section 1 -04.1, for the following bid items when they are included in the Proposal: "Porous Asphalt Pavement ", per square foot. The unit contract price per square foot, per square yard or per cubic yard for the various bid items above shall be full pay for furnishing all labor, tools, equipment and materials required to construct the porous asphalt pavement section. 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture The first paragraph is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: ' Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 1 /2 ", 1 ", 3 /4 ", ", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Paragraph two, items 1 -3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. ' 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under ' Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 88 ' For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by ' 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. ' 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 ' For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price ' Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 1 I 1 I 1 ' 89 1 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL ' Construction Requirements General (April 3, 2006) Erodible Soil Eastern Washington The eighth paragraph of Section 8- 01.3(1) is revised to read: Erodible soil not being worked whether at final grade or not, shall be ' covered within the following time period using an approved soil cover practice, unless authorized by the Engineer: July 1 through September 30 30 days October 1 through June 30 15 days 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.1 Description Supplement this section with the following: The work shall include the installation of residential driveway approaches, and adjusting utility castings within the concrete apron of the approaches. 8 - 06.3 Construction Requirements Supplement this section with the following: Residential Driveway Approach. Residential Driveway Approach shall be constructed as detailed on the City of Yakima Standard Detail for Driveway Approaches, R4. 8 - 06.4 Measurement Supplement this section with the following: Residential Driveway Approach shall be measured per each, installed at the locations shown on the plans and in accordance with the standard detail. 8 - 06.5 Payment Supplement this section with the following: "Residential Driveway Approach ", per each. The unit contract price per each for "Residential Driveway Approach" shall be full compensation for all work, equipment, materials and all other items necessary for the complete installation of the approaches where shown on the plans and in accordance with the City of Yakima standard detail. 90 ' 8 -07 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB 8 -07.1 Description ' Supplement this section with the following: This work shall include furnishing and installing a manufactured wheel stop. 1 8 -06.3 Construction Requirements Supplement this section with the following: ' Manufactured Wheel Stop. Manufactured Wheel Stops shall be installed per manufactures requirements as approved by the engineer. The contractor shall supply the technical documentation of the recycled rubber wheel stops for approval ' before purchasing. The recycled rubber wheel stops shall have the following dimensions: (L) 6' x (W) 6" x (H) 4" unless otherwise approved by Engineer. ' 8 -06.4 Measurement Supplement this section with the following: t Manufactured Wheel Stop shall be measured per each, installed at the locations shown on the plans and in accordance with the standard detail. ' 8 -06.5 Payment • Supplement this section with the following: "Manufactured Wheel Stop ", per each. ' The unit contract price per each for "Manufactured Wheel Stop" shall be full compensation for all labor, equipment and materials needed to furnish and install ' the manufactured wheel stop where shown on the plans and in accordance with WSDOT Standard Plan M- 17.410.02. I 1 I I ' 91 DIVISION 9 MATERIALS 9 -03 AGGREGATES ' Aggregates for Hot Mix Asphalt For use when HMA is being utilized on a project 9- 03.8(2) HMA Test Requirements ' (May 25, 2006 APWA GSP) Section 9- 03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be * ** 1 * ** million. ' 9- 03.8(7) HMA Tolerances and Adjustments (May 25, 2006 APWA GSP) Item 1 is deleted and replaced with: (****) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", 3 /4 ", %2 ", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1- 06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99- 100. The tolerance limits on sieves shall only apply to sieves with control points. 9 -14 EROSION CONTROL AND ROADSIDE PLANTING Compost , Section 9- 14.4(8) is supplemented with the following: Compost blended with Topsoil Type C to produce 5% Amended Topsoil Type C and 10% Amended Topsoil Type C shall have the following specifications: 92 , ' Material must meet the definition for "composted materials" in WAC 173 -350 section 220.This code is available online at http: / /www.ecy.wa.gov/ programs /swfa /facilities /350.html. ' Organic matter content .between 35 and 65 percent as determined by loss of ignition test method (ASTM D 2974). pH between 5.5 and 7.0. ' Carbon:nitrogen ration between 20:1 and 35:1. Maximum electrical conductivity of 3 ohms /cm. Moisture content range between 35 and 50 percent. No viable weed seeds. Manufactured inert material (plastic, concrete, ceramics, etc.) should be less than 1 percent on a dry weight or volume basis. Metals should not be in excess of limits on the following table: Metal Limit(mg /kg dry weight) Arsenic <= 20 ppm Cadmium <= 10 ppm Copper <= 750 ppm Lead <= 150 ppm ' Mercury <= 8 ppm Molybdenum <= 9 ppm Nickel <= 210 ppm Selenium <= 18 ppm 1 1 1 ' 93 .. I STANDARD PLANS August 3, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective August 3, 2009 is made a part of this contract. The Standard Plans are revised as follows: ' All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt ". All references in the Standard Plans to the abbreviation "ACP" shall be revised to t read "HMA ". B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -1 a In the TYPE 10 WOOD POST ASSEMBLY, delete callout — NESTED THRIE BEAM In the TYPE 11 WOOD POST ASSEMBLY, THE 18" button head bolt is revised to 25" C-lb In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 ' C -5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay ' limit ". C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" F -10.20 GENERAL NOTE Revise as follows: Replace reference to F -3 with F -30.10 F -40.12 through F -40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 %. G -24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) 94 ' 1 ' J -28.40 Add to the end of Note 4. DO NOT OVERTIGHTEN. After State Inspection, Burr threads to prevent nut rotation. J- 40.10, Section A replace 3" MIN. with 3" MAX. ' K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. 1 Plan K -80.35 L- 20.10, Sheet 1 ' Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. ' L- 20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. 1 L- 30.10, Sheet 1 Delete all references to tension cable and substitute tension wire. ' L- 30.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. ' M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 1 225' MIN. is changed to 300' MIN. M -20.30 ' LEFT EDGE OF LANE PLACEMENT DETAIL Dimension 4" replaced with 1" ' The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different t dates shall not be used in this contract. A- 10.10 -00 8/07/07 A- 30.30 -00 11/08/07 A- 50.20 -00 11/17/08 1 A- 10.20 -00 10/05/07 A- 30.35 -00 10/12/07 A- 50.30 -00 11/17/08 A- 10.30 -00 10/05/07 A- 40.10 -00 10/05/07 A- 50.40 -00 11/17/08 1 A- 20.10 -00 8/31/07 A- 40.20 -00 9/20/07 A- 60.10 -00 10/05/07 ' A- 30.10 -00 11/08/07 A- 40.50 -00 11/08/07 A- 60.20 -00 10/05/07 A- 30.15 -00 11/08/07 A- 50.10 -00 .11 /17/08 A- 60.30 -00 11/08/07 A- 60.40 -00 8/31/07 1 95 1 B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -01 6/10/08 I B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08 I B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06 I B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 B- 10.60- B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 1 00 6/08/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08 t B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00 6/01/06 B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 1 B- 20.20- B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 1 01 11/21/06 B- 20.40- B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08 02 6/10/08 I B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 1 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 B- 30.10- B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 I 00 6/08/06 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 B- 30.30- B- 70.20 -00 6/01/06 B- 95.20 -01 2/03/09 I 00 6/01/06 B- 30.40- B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 00 6/01/06 1 C -1 2/10/09 C -4e 2/20/03 C -14i 2/10/09 I C-la 2/10/09 C -4f 6/30/04 C -14j 12/02/03 C -lb 10/31/03 C -5 10/31/03 C -14k 2/10/09 1 C-lc 5/30/97 C -6 5/30/97 C -15a 7/3/08 C -1d 10/31/03 C -6a 3/14/97 C -15b 7/3/08 1 C- C -6c 1/06/00 C- I 2 1/06/00 16a 11/08/05 96 1 1 I C -2a 6/21/06 C -6d 5/30/97 C- 16b 11/08/05 I C -2b 6/21/06 C -6f 7/25/97 0- 20.14 -00 2/06/07 C -2c 6/21/06 0-7 10/31/03 C- 20.40 -00 2/06/07 I C- C -7a 10/31/03 0- 20.42 -00 2/03/09 2d 6/21/06 I C- C -8 2/10/09 0- 22.14 -00 2/03/09 2e 6/21/06 I C -2f 3/14/97 C -8a 7/25/97 C- 22.16 -00 2/03/09 C -2g 7/27/01 C -8b 2/10/09 0- 22.40 -01 10/05/07 1 C -2h 3/28/97 C -8e 2/21/07 0- 23.60 -00 2/06/07 C- C -8f 6/30/04 C- 25.18 -01 9/20/07 I 2 i 3/28/97 C -2j 6/12/98 0-10 7/31/98 0- 25.20 -03 2/03/09 I C- C -13 7/3/08 C- 25.22 -02 2/03/09 2k 7/27/01 I C- C -13a 7/3/08 C- 25.26 -00 2/03/09 2n 7/27/01 I C- C -13b 7/3/08 C- 25.80 -01 7/3/08 2o 7/13/01 I C- C -13c 7/3/08 C- 28.40 -00 2/06/07 2p 10/31/03 C- C -14a 7/3/08 C- 40.14 -00 2/03/09 I 3 10/04/05 C- C -14b 7/26/02 0- 40.16 -00 2/03/09 1 3a 10/04/05 C -3b 10/04/05 C -14c 7/3/08 0- 40.18.00 2/03/09 1 C -3c 6/21/06 C -14d 7/3/08 0- 90.10 -00 7/3/08 C -4 2/21/07 C -14e 7/3/08 I C -4b 6/08/06 C -14h 2/10/09 1 D- 2.02 -00 11/10/05 D- 2.44 -00 11/10/05 D -3b 6/30/04 D- 2.04 -00 11/10/05 D- 2.46 -00 11/10/05 D -3c 6/30/04 1 97 • 1 0- 2.06 -01 1/06/09 D- 2.48 -00 11/10/05 D -4 12/11/98 1 D- 2.08 -00 11/10/05 0- 2.60 -00 11/10/05 0-6 6/19/98 D- 2.10 -00 11/10/05 D- 2.62 -00 11/10/05 D- 10.10 -01 12/02/08 1 D -2.12- 0- 2.64 -01 1/06/09 D- 10.15 -01 12/02/08 00 11/10/05 I D- 2.14 -00 11/10/05 0- 2.66 -00 11/10/05 D- 10.20 -00 7/8/08 0- 2.16 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.25 -00 7/8/08 1 0- 2.18 -00 11/10/05 0- 2.78 -00 11/10/05 0- 10.30 -00 7/8/08 I D -2.20- D- 2.80 -00 11/10/05 0- 10.35 -00 7/8/08 00 11/10/05 D -2.30- D- 2.82 -00 11/10/05 0- 10.40 -01 12/02/08 I 00 11/10/05 0- 2.32 -00 11/10/05 0- 2.84 -00 11/10/05 D- 10.45 -01 12/02/08 1 D- 2.34 -01 1/06/09 0- 2.86 -00 11/10/05 D- 15.10 -01 12/02/08 I D-2.36-02 1/06/09 0- 2.88 -00 11/10/05 D-15.20-01 1 /06/09 D -2.38- 0- 2.92 -00 11/10/05 0- 15.30 -01 12/02/08 I 00 11/10/05 0- 2.40 -00 11/10/05 0-3 7/13/05 I D -2.42- D3a 12/02/08 00 11/10/05 1 E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 1 F- 10.12 -00 12/20/06 F- 30.10 -00 1/23/07 F- 40.18 -00 2/07/07 I F- 10.16 -00 12/20/06 F- 40.10 -01 10/05/07 F- 40.20 -00 10/05/07 F- 10.40 -01 7/3/08 F- 40.12 -00 2/07/07 F- 42.10 -00 10/05/07 1 F- 10.42 -00 1/23/07 F- 40.14 -00 2/07/07 F- 80.10 -00 1/23/07 F- 10.62 -01 9/05/07 F- 40.15 -00 2/07/07 I F- 10.64- F- 40.16 -00 2/07/07 I 02 7/3/08 G- 10.10 -00 9/20/07 G- 24.60 -00 11/08/07 G- 70.20 -00 10/5/07 t 98 I ' G- 20.10 -00 9/20/07 G- 25.10 -01 1/06/09 G- 70.30 -00 10/5/07 G- 22.10 -01 7/3/08 G- 30.10 -00 11/08/07 G- 90.10 -00 1/06/09 1 G- 24.10 -00 11/08/07 G- 50.10 -00 11/08/07 G- 90.20 - 00.....1 /06/09 G- 24.20 -00 11/08/07 G- 60.10 -00 8/31/07 G- 90.30 - 00.....1 /06/09 1 G- 24.30- G- 60.20 -00 8/31/07 G- 90.40 -00 1/06/09 00 11/08/07 1 G- 24.40- G- 60.30 -00 8/31/07 G- 95.10 -00 11/08/07 01 12/02/08 ' G- 24.50- G- 70.10 -00 10/5/07 G- 95.20 -01 7/10/08 00 11/08/07 ' G- 95.30 -01 7/10/08 H- 10.10 -00 7/3/08 H- 32.10 -00 9/20/07 H- 70.10 -00 9/05/07 H- 10.15 -00 7/3/08 H- 60.10 -01 7/3/08 H- 70.20 -00 9/05/07 ' H- 30.10 -00 10/12/07 H- 60.20 -01 7/3/08 H- 70.30 -01 11/17/08 ' 1- 10.10 -00 8/31/07 1- 30.50 -00 11/14/07 1- 50.20 -00 8/31/07 1- 30.10 -00 9/20/07 1- 40.10 -00 9/20/07 1- 60.10 -00 8/31/07 1 1- 30.20 -00 9/20/07 1- 40.20 -00 9/20/07 1- 60.20 -00 8/31/07 1- 30.30 -00 9/20/07 1- 50.10 -00 9/20/07 1- 80.10 -00 8/31/07 ' 1- 30.40 -00 10/12/07 ' J-lf 6/23/00 J -9a 4/24/98 J- 28.30 -00 8/07/07 J -3 8/01/97 J -10 7/18/97 J- 28.40 -00 8/07/07 J -3b 3/04/05 J- J- 28.42 -00 8/07/07 11 b 9/02/05 ' J -3c 6/24/02 J -12 2/10/09 J- 28.45 -00 8/07/07 J -3d 11/05/03 J -16a 3/04/05 J- 28.50 -00 8/07/07 ' J -5 8/01/97 J -16b 2/10/09 J- 28.60 -00 8/07/07 J -6c 4/24/98 J -16c 2/10/09 J- 28.70 -00 11/08/07 ' J -7a 9/12/01 J -18 2/10/09 J- 40.10 -00.. 1/06/09 J -7c 6/19/98 J -19 2/10/09 J- 40.30 -00 1/06/09 1 99 1 J -7d 4/24/98 J -20 9/02/05 J- 75.10 -00 2/10/09 1 J -8a 5/20/04 J- 28.10 -00 8/07/07 J- 75.20 -00 2/10/09 J -8b 5/20/04 J- 28.22 -00 8/07/07 J- 75.30 -00 2/10/09 1 J -8c 5/20/04 J- 28.24 -00 8/07/07 J- 90.10 -00 2/10/09 J -8d 5/20/04 J- 28.26 -01 12/02/08 J- 90.20 -00 2/10/09 K- 10.20 -01 10/12/07 K- 26.40 -01 10/12/07 K- 40.60 -00 2/15/07 1 K- 10.40 -00 2/15/07 K- 30.20 -00 2/15/07 K- 40.80 -00 2/15/07 K- 20.20 -01 10/12/07 K- 30.40 -01 10/12/07 K- 55.20 -00 2/15/07 K- 20.40 -00 2/15/07 K- 32.20 -00 2/15/07 K- 60.20 -02 7/3/08 K- 20.60 -00 2/15/07 K- 32.40 -00 2/15/07 K- 60.40 -00 2/15/07 K- 22.20 -01 10/12/07 K- 32.60 -00 2/15/07 K- 70.20 -00 2/15/07 1 K- 24.20 -00 2/15/07 K- 32.80 -00 2/15/07 K- 80.10 -00 2/21/07 K- 24.40 -01 10/12/07 K- 34.20 -00 2/15/07 K- 80.20 -00 12/20/06 K- 24.60 -00 2/15/07 K- 36.20 -00 2/15/07 K- 80.30 -00 2/21/07 K- 24.80 -01 10/12/07 K- 40.20 -00 2/15/07 K- 80.35 -00 2/21/07 1 K- 26.20 -00 2/15/07 K- 40.40 -00 2/15/07 K- 80.37 -00 2/21/07 L- 10.10 -00 2/21/07 L- 40.10 -00 2/21/07 L- 70.10 -01 5/21/08 L- 20.10 -00 2/07/07 L- 40.15 -00 2/21/07 L- 70.20 -01 5/21/08 1 L- 30.10 -00 2/07/07 L- 40.20 -00 2/21/07 M- 1.20 -01 1/30/07 M- 7.50 -01 1/30/07 M- 24.60 -02 2/06/07 M- 1.40 -01 1/30/07 M- 9.50 -01 1/30/07 M- 40.10 -00 9/20/07 1 M- 1.60 -01 1/30/07 M- 9.60 -00 2/10/09 M- 40.20- 00...10/12/07 M-1.80-02 8/31 /07 M- 11.10 -01 1/30/07 M- 40.30 -00 9/20/07 M- 2.20 -01 1/30/07 M- 15.10 -01 2/06/07 M- 40.40 -00 9/20/07 1 M- 2.40 -01 1/30/07 M- 17.10 -02 7/3/08 M- 40.50 -00 9/20/07 M- 2.60 -01 1/30/07 M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07 M- 3.10 -02 2/10/09 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 3.20 -01 1/30/07 M- 20.30 -01 1/30/07 M- 60.20 -01 2/03/09 100 1 1 1 M- 3.30 -02 2/10/09 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08 M- 3.40 -02 2/10/09 M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08 M- 3.50 -01 1/30/07 M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08 M- 5.10 -01 1/30/07 M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 101 1 1 CONTRACT I THIS AGREEMENT, made and entered into in triplicate, thisiZ day of 4 A 5 1 - 7 2010, by and between the City of Yakima, hereinafter called the Owner, and Granite Northwest, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: I 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: U I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 114 514.50, for Kiwanis Upper Park Phase 1 — Maple Street Parking, all in accordance with, and as described in the attached plans and specifications and the 2010 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in twenty five (25) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. I 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. I 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 I 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 I and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. , I IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly I provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. I Countersigned: CITY OF YAKIMA CONTRACTOR this day of A U L'S} 2010. Granite Northwest, Inc. aWashingtonCorporation 1 J / ntractor I By: City ager Attest: Cynthia P. Johnson 1 0 f _ (Print Name) =- Its: Assistant Secretary P IMA I = �, (President, Owner, etc.) i • Si AL . 1 ; Address: 585 W. Beach Street • I �.. s � Watsonville, CA 95076 Bond Nos.: 82279162 Federal Premium: $320.00 105473981 Travelers I PERFORMANCE BOND 09011021 F &D I BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: I That we, the undersigned, Granite Northwest, Inc. a Washington Corporation as Principal and Federal Insurance Company- a I corporation organized and existing under the laws of the State of Indiana ** as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $114,514.50 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. 1 This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of , 20 . 1 Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF 1 YAKIMA has let or is about to let to the said Granite Northwest , Inc . the above bounded Principal, a certain contract, the said contract being numbered 2212, and providing for Kiwanis Upper Park Phase 1, Maple Street Parking (which contract is referred to herein and is made a part hereof as though attached hereto), and, I WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Granite Northwest, Inc . I 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, 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, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or I negligence on the part of said principal, or any sub - cont in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, 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 within a oeriod cf one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and I remain in full force and effect. Granite Northwest, Inc. Contractor) I By._ Cynthia P. Johnson (Print Name) I App edastof Its: Assistant Secretary (President, Owner, etc...) 9 (City Attorney) Federal Insurance Company* 1 (- Su ,r, ! re�i) i • B _ „=..'t . J�-' ,s ` °A Kathleen Schreckengos'( 1 (Print Name) 17s: Attorney —in —Fact I *Travelers Casualty and Surety Company of America, Fidelity and Deposit Company of Maryland, Jointly and Severally Liable II * *Connecticut, Maryland, respectively II Executed in 1 Counterpart 1 1 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT . ^e�: '%C ,c;. ^.c,�C: v : ,c- 4c:C'. 4 „^,, ,:,--.:,,<`,,`.,,,,,„. w - :,��t� �: ^,=;l :, State of California I County of Santa Cruz 1- On August 4 2010 before me, Vanda Funk Notary Public 1 Date personally appeared Here Insert Name andTitie of the Officer Kathleen Schreckenost Attorney -in -Fact Name(s) of Signor(s) I r who proved to me on the basis of satisfactory evidence to - be the person(s) whose name(s) is /are subscribed to the I within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the I instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. VANDA FUNK I certify under PENALTY OF PERJURY under the laws ' r: commission # 1 790252 of the State of California that the foregoing paragraph is :4Ytte �. i-a Notary Public - California Z true and correct. z ' ` �° Santa Cruz ruz County 1 ',- .mow'_ fly Comm. Expires Feb 1, 2012 � , , $,� 40 .- -, 0 — ; .� WITNESS my han and official seal. Signature Place Rotary Seal Above �� Signatu of N otary Public Vanda Funk, Notary Public OPTIONAL I Though the information below is not required by law,, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document 1 Title or Type of Document: Document Date: Number of Pages: 1 Signer(s) OtherThan.Named Above: Capacity(ies) Claimed by Signer(s) I Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑ Corporate Officer —Title(s): 1 ❑ Partner — ❑ Limited ❑ General -- ❑ Partner — ❑ Limited ❑ General 110 LIMBERNri RIGNTiTHUMQPRINI? ❑ Attorney in Fact OF:StGNER ❑Attorney in Fact OFSIGNER ❑ Trustee To cf thumb hero ❑ Trustee Top of thumb here I ❑ Guardian or Conservator ❑ Other: ❑Guardian or Conservator ❑ Other: Signer Is Representing: Signer Is Representing: ?� Y 4'u C:‹2u v2r;< x.,x4<` <x‹ z. c < .: x : x-m.%., - 'ti xx 4,.v�, - .. e..., Z < Z cZ I 02007 National Notary Associabon• 9350 De Soto Ave., NO,Bot 2 402• Chatsworth, CA 91313.2402• msv NetioralNotery.org Item 05907 Reorder: Call Toll-Free 1- 800- 876-5B27 1 • Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road CHUB ATTORNEY Pacific Indemnity Company Warren, NJ 07059 I Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John Gilliland, Cynthia P. Johnson, Kathleen Schreckengost, Ananya Mukherjee and Eve Perez of Watsonville, California I each ds their true and lawful Attorney- in- Fact to execute under such designation in titer names and to affix their corporate seals to and deliver for and on their behalf as surely thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on behalf I In connection with bids, proposals or contracts to or with the United Slates of Arnerica, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- in- Fact in the Company's name and on its behalf as surety thereon or otherwise, under Us corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof. be valid and binding upon the Company. I In Witness Whereof, said FEDERAL. INSURANCE COMPANY, VIGjhANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 17 day of December, 2009 1 enneth C Wendel Assistant Secretary , . Norris, Jr., Vice P re ' ent STATE OF NEW JERSEY SS County of Somerset On this. 17th day of December, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which I executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURKNCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies: and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr , and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney Is in the genuine handwriting of David B. Norris, Jr„ and was thereto subscribed by authority of said By- Laws and in deponent's presence I Notarial Seal.,,, S 1 EPHEN B. R ADT ( 0 No. B. e9 N otary Public, State of New Jersey ` o TAR nExpire s Oct. 0 �O Commission Expires Oc 25, 2014 P -k ' / ` Notary Public JEPi" CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COfv1PANY, and PACIFIC INDEMNITY COMPANY: 1 "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by t he Charrman or the President or a Vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, punted or lithographed. The signature of each of the following officers' Chairman, 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 I any certificate relating thereto appointing 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 upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the I "Companies ") do hereby certify that 9) the foregoing extract of the By- Laws of the Companies is true and correct, (CO the Companies are duly licensed and authorized to trarsect surety business in all 50 of the United States of America and the District of Columbia and aro authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward 1 Island; and (iii) the foregoing Power of Attorney is true, correct and in loll force and effect. G iven under my hand and seals of said Companies at Warren, N. this 4th day of August 2010 � S JRAN OF \ 7i, `� .. �Nc- . Ir. 1 w EL; 'N'OlA — — tot 4 J 1.1 ;)j rt µ5��- > - `•4'ety YOQ +V . /d Jr 2 h,/ -- /i A s I s — Kenneth C Wendel. , Ass lent S I — ecrelarY IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (208) 903- 3656 e -mail: surety@ chubb.com 1 Form 15-10- 015413- I LRev. 10. 02) CORP CONSENT 1 1 P' VELE!5 J POWER OF ATTORNEY I Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America I St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company I Attorney -In -Fact No. 221864 Surety Bond No. or Project Description: Principal: Granite Northwest, Inc. 105473981 Obligee: City of Yakima I KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, 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 1 Companies do hereby make, constitute and appoint John D. Gilliland, Jigisha Desai, Ananya Mukherjee, Cynthia P. Johnson, and Kathleen Schreckengost the City of Watsonville, State of California, 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 I contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. On behalf of Granite Construction Incorporated and all Subsidiaries alone or in Joint Venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 7th day of December, 2009. Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company I Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company . 1 v n � 'A- ° !: f' - �,.+ ( - icy ���+tC w +° 1977 �, I i 14$ tir: i,t. r �''.SEAL.t ' L.�v +' . • ��w. f 4" °c : of u 1 By: .e....- . Geo ge W�mpson, or Vice President I On this the 7th day of December, 2009, before me personally appeared George W. Thompson; 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, I 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. p•TT My Commission expires the 30th day of June, 2011. 4 �- • �- 0 S" Marie C. Tetreault, Notary Public 9rEcIP 1 Page l of 2 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, I 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, I 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 I 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 I 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 1 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 I 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 I facsimile to any Power of Attorney or to any certificate ;elating 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 I 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, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and I 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, which 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 Companies this Aug 4, 2010. V -L-a.----______ 1 • Kori M. Johanson, Assistant Secretary • Z 1 9 : 2 O 1977 $r t tit t F N4173� 0 QC i\ S� y SX is5 yF j� ; ;.S t.AI,.r•. ' t',,5E": L Chcl /fe 1-' 183G �.r ma / �y q F' t '. f \ • i-- ; : ` ' ! , ,+. : — t� + �kq a14 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. 1 I 1 Page 2 of 2 1 1 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF :MARYLAND COLONIAL A1YIERICAN CASUALTY AND SURE'L'Y COMPANY I KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL_ AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by FRANK E. NIIARTIN, JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VL Section 2, of the By -Laws of said Companies, which are set forth on the next page hereof and ale hereby certified to be in lull force and cflect on the dale hereof, does hereby nominate, constitute and appoint Jigisha DESAI, Ananya i\ILKIIERJEE, Cynrhia I'. JOHNSON, Kathleen SCIIRECKEiN'GOSf and John D. GII_.LII,AIND, all of Watsonville, California. EACI1 its true and lawful agent and Attorney -in-Fact to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and decal: any and all bonds and undertakings issued on behalf of Granite Construction Incorporated, Watsonville, California and all subsidiaries alone or in a joint senture, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if it had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, MD, in their ov,m proper persons. This power of attorney revokes that issued on behalf ofiigisha DESAI, John D. GILLILAND, Ananya F IUKHERJF,F,, Eve PEREZ dated March 4, 2009. "Me said Assistant Secretary does hereby certify that the extract set forth on the next page hereof is a taste copy of Article VI, Section 2, of (he By -Laws of I said Company, and is now in force. IN WITNESS WHEREOF the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, as of this Ist day of December, A.D. 2009. FIDELI'T'Y AND DEI'OSI'1' COMPANY OF ;\1 \R)I„ \ND ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 1{ SEAL f �), ors r � � G, .. -' a % ' ITN a * i � , 7 u`yb ti I Eric Barnes As'istanr,5011cvtrrt Frani L 1 Torun, 0 1'nc•- I're.,rrlou State of Maryland I County of Baltimore 1 SS. On this Ist day of December, A.D. 211(1'), before the subscriber, a Notary Public oldie State of N-laryland, duly commissioned and qualified, came I FRANK E. MARTIN, JR., \'ice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN C'ASUALT'Y AND SUKL'fY C'O'MPANY, to me personally known to be the individuals and o fficers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself dcposcth and sarth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and thew signatures as such officers were duly II affixed and subscribed to the said insuumenl by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto se( my hand and affixed my Official Seal the day and year firs) aho\ 0 written. 1 . .. Corna ;1 Dann :\'Otu1! !'abbe My Commission Expires' July 14, 201 1 1 ('UAL (11 - 17i :1' 1 E\TR, \CT 1RU! \I L'1'- LA\l'S OF FIDELITY ,\N1) DEPOSIT COi\11'ANY OF ;11:11t1'L. \1'I) "Article VI, Section 2. The Chairman of the Board, or the President, or any Lxecutive Vice - President or any Vice President that is specially authorized b■' the Board of Directors or the Chainnan in concurrence w ith the Corporate Secretary. shall have the power, by and 'A ild the concurrence of the Secretary, to appoint Attorney -in -Fact as the business of the Company may requue, or to authorize any person or persons to execute on behalf of the Company any hones, undertal::ngs, recognizances. stipulations, policies, contracts, agreements. deeds, and releases and 1 assignments of judgements. decrees, mortgages and instruments in the nattne of mortgages, and also all whet instruments and documents which the business of the Company may require, and to affix the sell of the Company thereto... E\TR, ■C'I FRO M BY- I,A \ \'S OF C0I OiNI:\L :\ \IFRICAN CASUALTY AND SURETI' COMP, \Nl' "Article VI, Section 2. The Chairman of he Board, or the President, or any Executive Vice- President or any Vice President that is specially authorized by the I3oaid of Directors or the Chairman in concurrence with the Corporate Secretary, shall have the power, by and with the concurrence of the Secretary, to appoint Attorney- m-Fact as the business o_ the Company may require, or to authorve any person or persons to 0xecute on behalf' of the Company any bonds, underlaldmgs, recognizance -, stipulations, policies, contracts, agreements, deeds, and releases and assignments of Judgements, decrees, mortgages and instruments in the nature of mortgages and also all other instruments and documents \Ohich the business of the Company may require, and to affix the, seal of the Company thereto.' 1 CERTIFICATE I, the undersigned, Assistant Secetary of the FIDELITY AND DEPOSI I COIV11'ANY OF MARYLAND, and the COLONIAL AMERICAN CASUAL T1' AND SURETY" CO \'IPANY, do hereby certify that the of rgrnal Power of Attorney of which the foregoing is a full, true and correct 1 copy. is in full force and effect 00 the date of this eert•ficate; and I do further certify that the Vice - President who executed the said Power of ttorney was one of the additional Vice - Presidents spee.ally authorized by the Board of Directors to appoint any Attorney -in -Pact a, provided in • Article VI, Section 2, of the By -Laws of d e III EL.1 AND DEPOSIT COMPANY 09 MARYLAND, and the COLONIAL Ar \IERICAN C'ASUALI l' AND SURETY COMPANY. 1 '11115 Power of Attorney and Certificate may be signed by facsurillc under ,and by authority of the following resolution of the Board of Dieclors of the FIDELITY AND DEPOSIT COI\-1PA: \ OF NI,oih\ LAND, at a meeting duly called and held on the 10 clay of May, 1990 and of the Board of Uueclors of the COLONIAL ;\ 1Cf;ICr \\ CASUALTY AND 5111:[11' COMPANY at a meeting duly called and held 00 the 5111 day of May, 199 RESOLVED: 'that the facsimile or lnechamealh' reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice- President. Secivany. or \ssls13111 ScelcIary of the Company, whether n ade herctiifore or hereafter, where%er appearing upon a certified copy nl any power of ano1 ne) issued by the Company shall he 0 <did and Landing upon the Company with the same force and effect as though manually affixed. - I N TESTINI01 \'l \VI- 11::RL01-', 1 Ira%e hcaeunto subscriLecl my n.uuc and 011 rd the corporate seal of the said Companies 011 August 4, 2010 rr7 �CPp� GuW[� 1 °\ ITM 8$AL s `r 4 ,,a J.1146s (OioldF.11rrlel - S'ecrelary 1 1 1 1 1 1 1 GRANITE NORTHWEST, INC. CERTIFICATE OF SECRETARY I, Ronald L. Gatto, Secretary of GRANITE NORTHWEST, INC., a Washington ' corporation, do hereby certify that the following is a true and correct copy of resolutions duly adopted on March 26, 2010 by unanimous written consent and without a meeting in accordance 1 with the provisions of Article IV, Section 12 of the Bylaws of the Company; that the Director acting was duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect. AUTHORIZATION TO EXECUTE DOCUMENTS AND AGREEMENTS RESOLVED, that the below listed individuals of the Company are authorized to execute documents and agreements in connection with the operations of this Company: Martin P. Matheson President Ananya Mukherjee Vice President, Treasurer & Assistant Secretary Ronald L. Gatto Vice President, Controller & Secretary Darren S. Beevor Assistant Secretary David J. Brunton Assistant Secretary Cynthia P. Johnson Assistant Secretary ' Kathleen Schreckengost Assistant Secretary ' RESOLVED FURTHER, that the below listed individuals of Granite Construction Incorporated, parent of the Company, are authorized to execute documents and agreements in connection with the operations of this Company: William G. Dorey President & Chief Executive Officer LeAnne M. Stewart Senior Vice President, Chief Financial Officer, Corporate Compliance Officer & Assistant Secretary James H. Roberts Executive Vice President & Chief Operating Officer Michael F. Donnino Senior Vice President, Group 1 Manager & Assistant I Thomas S. Case Secretary Vice President, Group 2 Manager & Assistant Secretary Jigisha Desai Vice President, Treasurer, Assistant Financial Officer & ' Assistant Secretary John A. Franich Vice President, Group 3 Manager & Assistant Secretary . Michael Futch Vice President, General Counsel & Secretary ' Randy J. Kremer Vice President, Manager of Construction Materials & Assistant Secretary Laurel J. Krzeminski Vice President, Controller, Assistant Financial Officer & ' Assistant Secretary Page 1 of 3 ' L: \SJ \CORP Corporate \09-0027 Certificates of Secretary \Acuotts - Certificates- UWCs \Certs for Northwest 032610.doc 1 1 Kent H. Marshall Vice President, Director of Business Development & Assistant Secretary Jay L. McQuillen, Jr. Vice President, Group 4 Manager & Assistant Secretary 1 Margaret B. Wynn Vice President of Human Resources & Assistant Secretary Thomas M. Bodeman Director of Corporate Taxation and Assistant Secretary Ananya Mukherjee Assistant Treasurer I AUTHORIZATION TO ATTEST DOCUMENTS AND AGREEMENTS 1 RESOLVED, that the below listed individuals of the Company, are authorized to attest documents and agreements in connection with the operations of this Company: 1 Martin P. Matheson President Ananya Mukherjee Vice President, Treasurer & Assistant Secretary Ronald L. Gatto Vice President, Controller & Secretary 1 Darren S. Beevor Assistant Secretary David J. Brunton Assistant Secretary Cynthia P. Johnson Assistant Secretary 1 Kathleen Schreckengost Assistant Secretary 1 RESOLVED, that the below listed individuals of Granite Construction Incorporated, parent of the Company, are authorized to attest documents and agreements in connection with the operations of this Company: 1 William G. Dorey President & Chief Executive Officer 1 LeAmrre M. Stewart Senior Vice President, Chief Financial Officer, Corporate Compliance Officer & Assistant Secretary • James H. Roberts Executive Vice President & Chief Operating Officer 1 Michael F. Donnino Senior Vice President, Group I Manager & Assistant Secretary Thomas S. Case Vice President, Group 2 Manager & Assistant Secretary 1 Jigisha Desai Vice President, Treasurer, Assistant Financial Officer & Assistant Secretary . John A. Franich Vice President, Group 3 Manager & Assistant Secretary 1 Michael Futch Vice President, General Counsel &Secretary Randy J. Kremer Vice President, Manager of Construction Materials & Assistant Secretary 1 Laurel J. Krzeminski Vice President, Controller, Assistant Financial Officer & Assistant Secretary Kent H. Marshall Vice President, Director of Business Development & I Assistant Secretary Jay L. McQuillen, Jr. Vice President, Group 4 Manager & Assistant Secretary Margaret B. Wynn Vice President of Human Resources & Assistant Secretary 1 Thomas M. Bodeman Director of Corporate Taxation and Assistant Secretary' Page2of3 • 1 L: \SHARED.COU \ALL \CORP Corporate \09 -0027 Certificates of Secretary\ Actions - Certificates -UWCs \Cents for Northwest 032610.doc 1 . Ananya Mukheijee Assistant Secretary Richard A. Watts Assistant General Counsel, Group 4 Counsel & Assistant Secretary Kenneth M. Smith Group 1 Counsel & Assistant Secretary Jason M. Jasper Group 2 Counsel & Assistant Secretary Heather J. Lenhardt Group 3 Counsel & Assistant Secretary 1 Dated: April 9, 2010 ;Op Ronald L. atto • 1 1 1 1 1 1 1 1 Page 3 of 3 1 L: \SHARED.COU \ALL \CORP Corporate \09 -0027 Certificates of Secretaiy \Actions - Certificates- UWCs \Certs for Northwest 032610.doc 1 1 ACORD, cERTIFICATE OF LIABILITY INSURANCE DATE (r:IM /DD Y rYY) 08/05/2010 PRODUCER LIC #0056172 1 - 831 - 724 - 3841 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION II McSherry and Hudson ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 575 Auto Center Dr. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 2690 Watsonville, CA 95076 I INSURERS AFFORDING COVERAGE i NAIC # INSURED ' INSURER A VALLEY FORGE INS CO 20508 GRANITE NORTHWEST, INC. INSURER B: • P. 0 BOX 50085 1 ' INSURER C WATSONVILLE, CA 95077 �INSURERD. INSURER 9' COVERAGES I 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L I POLICY EFFECTIVE !POLICY EXPIRATION I I LTR INSRD TYPE 09 INSURANCE POLICY NUMBER DATE (MMIDDIYYI DATE (MMIDD/YY) I LIMITS A X GENERAL LIABILITY GL 2074978689 10/01/09 10/01/12 EACH OCCURRENCE 5 2,000,000 • X ; COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Fa occurence) i S 2,000,000 I CLAIMS MADE I X I OCCUR : ' • MED EXP (Any one person) ' S NIL X 'Contractual Liability PEP,SCN.4L3ADV INJURY S 2,000, 000 X XCU Hazards GENEF,'P.LAGGP.EGATE S 10, 000, 000 • GENII AGGREGATE LIMIT APPLIES PER.' PRODUCTS - COMPIOPAGG 52,000,000 1' PRO - POLICY 111 JECT LOC ' A X AUTOMOBILELIABILITY 'BUA 2074978692 10/01/09 ! • ICOP , 1 31NED SINGLE LIMIT 152,000,000 X ' ANY AUTO 10/01/12 (Ea accident) ' ALLOVVNED AUTOS - - HIRED AUTOS AUTOS ' BODILY INJURY - 1 SCHEDULED (Per person) i BODILY INJURY X NON -OWNED AUTOS (Per accident) S I X Contractual Liab. PROPERTY DAMAGE S Per aCCid enQ • GARAGE LIABILITY ' AUTO ONLY - EA ACCIDENT _ ANY AUTO ' OTHER THAN EA ACC ' S AUTO ONLY AGG . -- - EXCESSIUMBKELLA LIABILITY EACH OCCURRENCE S • _- - . OCCUR - - -. CLAIMS MADE AGGREGATE 1 S ' DEDUCTIBLE S RETENTION 5 S • A 10/01/12 WORKERS COMPENSATION AND WC 274978644 (AOS) 10/01/09 WC STATU- IOTA -I f TORY LIMITS ! ER 4 EMPLOYERS' LIABILITY WC 274978644 EL PROPRIETOR /PARTNER /EXECUTIVE 10/01/09 I 10/01/ 12 E.L. EACH ACCIDENT g2,000,000 OFFICER /MEMBEP, EXCLUDED? E.L. DISEASE - EA EMPLOYEE ' S2, 000, 000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICI'LIMIT 52,000,000 OTHER 1 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS -- I JOB #251082 - KIWANIS UPPER PARK PHASE 1 - MAPLE STREET PARKING - CITY PROJECT NO. 2212 CITY OF YAKIMA, CITY OF UNION GAP, THEIR AGENTS, EMPLOYEES AND ELECTED AND APPOINTED OFFICIALS, ARE HEREBY LISTED AS ADDITIONAL INSUREDS WITH RESPECT TO LIABILITIES ARISING OUT OF CONTRACTOR'S WORK, PER ENDORSEMENTS ATTACHED. 1 GL PER ISO FORM CG0001 10/01; AL PER ISO FORM CA0001 10/01 CERTIFICATE HOLDER CANCELLATION 10 -DAYS NOTICE FOR NON PAY OF PREMIUM _ 251082 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION I CITY OF YAKIMA DATE THEREOF, THE ISSUING INSURER WILL fir- Ut: ` ) MAIL 60 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1'.XTXP${.� 'i DY0 S, KvI XX 129 NORTH 2ND STREET } ' Z'-''` X i ;` `IC*Ji.;�gi }: I XME't SR'KaCYJ XXXXXXXXXXy XXXX XXXXXX `XXXXXXXXXXXXXXXXXXXXXXXXXX YAK IMA, WA 9890,1 AUTHORIZED REPRESENTATIVE � USA I( ) w - ( / Q om _ —Y AC ORD 25 (2001;0$) lknighc251 ^ACORD CORPORATION 1988 1 16950085 1 1 IMPORTANT 1 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ' 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1' 1 1 1 1 1 1 1 1 1 ACORD 25 (2001/08) DATE ®-, SUPPLEMENT TO CERTIFICATE OF INSURANCE 08/05/:010 1 NAME OF INSURED: GP.ANITE NORTHWEST, INC. -� 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 -® SUPP (10/00) ' 1 G-140331-B 1. 1 POLICY NUMBER: GL 2074978689 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) I Or Organizations (As required by written contract /agreement per Paragraph A. below.) 1 1 Location(s) of Covered Operations (As per the written contract /agreement, provided the location is within the "coverage territory" of this Coverage Part.) 1 (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) 1 A. Section II - Who Is An insured is amended to c. "Your work" that is included in the include as an additional insured any �erson(s) or "products- completed operations hazard" organization(s), including any person or and performed for the additional insured, I organization shown in the Schedule above, whom but only if this Coverage Part provides such you are required to add as an additions insured on coverage, and only if the written contract or this Coverage Part under a written contract or written agreement requires you to provide written agreement, provided: the additional insured such coverage. I a. The written contract or written agreement was • 2. However, we will not provide the additional executed prior to: insured any broader coverage or any higher 1. The "bodily injury" or "property damage "; or limit of insurance than the least of those: I 2. The offense that caused the "personal and advertising injury" a. Required by the written contract or written agreement; for which the additional insured seeks coverage b. Described in B.1. above; or I under this Coverage Part; and c. Afforded to you under this policy. 3. b. The written contract or written agreement This insurance is excess of all other insurance pertains to your ongoing operations or your available to the additional insured, whether I work" for the additional insured(s). primary, excess, contingent or on any other B. The insurance provided to the additional insured is basis, unless the written contract or agreement limited as follows: requires this insurance to be primary. In that 1. The person or organization is ar additional event, this insurance will be primary relative to I insured only with respect to liability for "bodily insurance which covers the additional insured injury," "property damage," or "personal and advertising injury" caused in whole or as a named insured, We will not require in part by: contribution from such insurance if the written contract or written agreement also requires that a. Your acts or omissions; or this insurance be non - contributory. But with I b. The acts or omissions of those acting on respect to all other insurance under which the your behalf additional insured qualifies as an insured or additional insured, this insurance will be excess, in the performance of your ongoing operations I for the additional insured(s) or G- 140331 -B Includes copyrighted mate of Insurance Services Office, Inc., with its permission Page 1 of 2 (Ed. 01/09) G- 140331 -B Ed. 01109) 1 4. The insurance provided to the additional An additional insured under this endorsement insured terminates when your operations for the will as soon as practicable: I additional insured are complete. But if the written contract or written agreement specifies a an offense which may result in a claim or date until which this insurance must apply, then (1) Give us written notice of an "occurrence" or "suit" under this insurance, and of any claim this insurance terminates: or "suit" that does result: I a. On the date specified in the written contract (2) Tender the defense and indemnity of any or written agreement; or claim or "suit" to any other insurer or self b. When this policy expires or is cancelled, insurer whose policy or program applies to I whichever occurs first. a loss we cover under this Coverage Part; (3) C. With respect to the insurance afforded to the Except as provided in Paragraph B.3 of this additional insured, the following additional endorsement, agree to make available any 1 exclusions apply, other insurance the additional insured has This insurance does not apply to: for a loss we cover under this Coverage Part; and 1. "Bodily injury," "property damage," or "personal (4) Send us copies of all legal papers received, and advertising injury" arising out of the and otherwise cooperate with us in the I rendering of, or the failure to render, any investigation, defense, or settlement of the professional architectural, engineering, or claim or "suit." surveying services, including: a. The preparing, approving, or failing to We have no duty to defend or indemnify an I prepare or approve maps, shop drawings, additional insured under this endorsement until opinions, reports, surveys, field orders, we 1eceive from the additional insured written change orders or drawings and notice of a claim or "suit." I specifications; and b. Supervisory, inspection, architectural or 2. With respect only to the insurance provided by this endorsement, the first sentence of engineering activities. Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the I 2. "Bodily injury," "property damage," or "personal following: and advertising injury" arising out of any 4. Other Insurance premises or work for which the additional insured is specifically listed as an additional a. Primary Insurance 1 insured on another endorsement attached to This insurance is primary and non - this Coverage Part. contributory except when rendered D. SECTION W — COMMERCIAL GENERAL excess by this endorsement, or when LIABILITY CONDITIONS is amended as follows: Paragraph b. below applies. I 1. The Duties In The Event of Occurrence, E. The provisions of the written contract or written Offense, Claim or Suit condition is amended to agreement do not in any way broaden or amend • add the following additional conditions this Coverage Part. 1 applicable to the additional insured: 1 1 1 1. 1 G -14 3 4 es ��� 1 -E3 Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 2 of 2 (Ed.01 /09) 1 1 1 r POLICY NUMBER: GL 2074978689 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. t This endorsement modifies insurance provided under the following form: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART Severability of Interest �. The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the Company's liability. ' Waiver of Subrogation The Company waives any right of subrogation against any additional insured because of payments the Company makes for injury or damage arising out of operations performed for such additional 1 insured by the named insured but, only if a written contract requires such a waiver. Notice of Cancellation This insurance policy will not be cancelled, limited, non - renewed, or any coverage reduced until sixty (60) days after receipt by any additional insured of a written notice of such cancellation, reduction of coverage or non - renewal. In the event of cancellation for non - payment of premium, ten (10) days written notice of such cancellation will be given. 1 1 1 1 1 1 For All Ow Commitments You make Policy Number: BUA 2074978692 Valley Forge Insurance Company This endorsement modifies insurance provided under the following form: ADDITIONAL INSURED BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the 1 Coverage Form apply unless modified by this endorsement. SCHEDULE Additional Insured: Any person or organization whom the named insured is required by written ' contract to add as an additional insured on this .policy. Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule but only for "bodily injury" or "property damage" resulting from the operation of an "auto" owned or used by the Named Insured. ' Primary Wording The coverage afforded to the additional insured shall operate as primary insurance. and no other insurance shall be called on to contribute to a loss hereunder but only if the written contract requires that this insurance be primary and non - contributory. ' Severability of Interest The insurance afforded by this policy applies severally as to each insured except that the inclusion of ' more than one insured shall not operate to increase the limit of the Company's liability. Waiver of Subrogation The Company waives any right of subrogation against any additional insured because of payments the ' Company makes for injury or damage arising out of operations performed for such additional insured by the named insured but, only if a written contract requires such a waiver. Notice of Cancellation ' This insurance policy will not be cancelled, limited, non- renewed, or any coverage reduced until sixty (60) days after receipt by any additional insured of a written notice of such cancellation, reduction of coverage or non - renewal. In the event of cancellation for non - payment of premium, ten (10) days written notice of such cancellation will be given. 1 MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON) 1 ) COUNTY OF YAKIMA ) ss 1 I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the 1 attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the ' above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 1 Contractor 1 Subscribed and sworn to before me on this day of , 201 1 Notary Public in and for the State of Washington residing at 1 1 1 1 1 1 1 1 111 1 1 PREVAILING WAGE RATES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries ' are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, ' are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined ' by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. ' In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 1 1 1 1 1 1 1 1 113 1 1 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 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 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND I- IOLIDAYS 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 THROUGI-T 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 ALTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 114 1 1 1 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -2- ' 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED 'IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE ' OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. • R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' S. THE FIRST TWO (2) HOURS AF'T'ER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. ' T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED,.OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, QR OUTSIDE THE NORMAL SHIFT, AND ALL ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE .STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFTAND ALL WORK PERFORMED Al' 1 ER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS .S HALL ' BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE'EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES: PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE, WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) ' U. HOURS OR MORE. 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 ' V. HOURLYRATE 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 AFl ER 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 ' Y. HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 APROVAL 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. ALL HOURS WORKED,IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE, OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON.SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. t 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. 1 1 115 1 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -3- D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL 3E PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY" RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. S. 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, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. 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 FLOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 1 16 1 • 1 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -4_ I 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 I THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFI'ER 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. I X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS 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. U 4A. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). I 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, I THANKSGIVING DAY, THE FRIDAY AFI1 R 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). I I E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY„ PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). I H. HOLIDAYS: NEW YEARS DAY, ,MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY', THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). I 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, I 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 I M. DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). • I 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). I 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. • 1 ' 117 . BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -5- ' Q. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW 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). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. FOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE. DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,'THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY Al I ER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). 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). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEARS 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). 111 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 AF1 ER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CFIRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY • 1 18 1 1 1 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9), ' U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY,. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, ' INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR A1'1 ER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS' DAY, EMPLOYEE'S BIRTHDAY (11). '. Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (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. 111 NOTE CODES S. 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' - 81.50 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: 81.00, 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:11.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. 1 1 1 1 119 .1 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES I Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts 111 The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY 1 EFFECTIVE 09-02 -2009 *************************************************************************** * * * * * * *. * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS ' JOURNEY LEVEL $31.61 1H 5D BOILERMAKERS JOURNEY LEVEL $53.61 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $38.62 1M 5A CABINETMAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS I ACOUSTICAL WORKER $37 1M 5D BRIDGE, DOCK AND WARF CARPENTERS 547.36 1M 5D CARPENTER $37.22 1M 5D CREOSOTED MATERIAL $37.22 1M 5D I DRYWALL APPLICATOR $37.22 1M 5D FLOOR FINISHER $37.22 1M 5D FLOOR LAYER $37.22 1M 5D FLOOR SANDER $37.22 1M 5D I MILLWRIGHT $48.36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47.56 1M 5D SAWFILER $37.22 1M 5D SHINGLER $37.22 1M 5D I STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37.22 1M 5D CEMENT MASONS JOURNEY LEVEL $35.30 1N 5D DIVERS & TENDERS DIVER 3100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52 23 1M 5D I SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER 550.72 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49.06 1T 5D 8L .BOATMEN $49,57 1T 5D 8L ENGINEER WELDER $49.62 IT 5D 8L LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L I MATES $49.57 IT 5D 8L OILER 549.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.71 1P 5A I Page 1 1 120 1 1 1 YAKIMA COUNTY EFFECTIVE 09-02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note 1 Classification WAGE Code Code Code ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 ELECTRICIANS - INSIDE I CABLE SPLICER $51.64 1E 5A JOURNEY LEVEL $49.84 1E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP I CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A I CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A I JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A I POWDERPERSON $41,22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS 1 MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q F ABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 I LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS I JOURNEY LEVEL $29,65 1H 5D GLAZIERS JOURNEY LEVEL $22.43 18 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS I MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS I JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER I JOURNEY LEVEL $9,24 1 INSPECTION /CLEANING /SEALING OF SEWER &WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9,73 1 GROUT TRUCK OPERATOR $11.48 1 I HEAD OPERATOR $12.78 1 TECHNICIAN $8 55 1 TV TRUCK OPERATOR $10 53 1 1 Page 2 1 1 121 1 1 YAKIMA COUNTY EFFECTIVE 09 -02 -2009 I (See Benefit Code Key) Over PREVAILING Time Hdiday Note Classification WAGE Code Code Code INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48.72 10 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS • UNDERGROUND SEWER & WATER GENERAL LABORER $31.61 1H 5D PIPE LAYER $32.16 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 I LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $37,22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $61.24 2V 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47.12 IT 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 IT 50 8P TONS 1 BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 IT 50 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 50 8P BARRIER MACHINE (ZIPPER) $49.90 1T 50 8P BATCH PLANT OPERATOR, CONCRETE $49.90 IT 5D 8P BELT LOADERS (ELEVATING TYPE) $49,48 IT 5D 8P BOBCAT (SKID STEER) $47.12 1T 50 8P BROKK REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 IT 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 IT 5D 8P COMPRESSORS $47.12 1T 50 8P CONCRETE FINISH MACHINE - LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P I Page 3 1 122 1 1 1 YAKIMA COUNTY I EFFECTIVE 09-02 -2009 (See Benefit Code Key) Over I Classification PREVAILING WAGE Time Holiday Note_ Code Code Code CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P CONVEYORS $49,48 1T 5D 8P I CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION -OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49:48 IT 50 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 1T 5D 8P I CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) I CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 IT 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 IT 5D 8P 'CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ', ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $49.90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50.39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50.94 IT 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER /DECK WINCHES (POWER) $49,90 IT 5D 8P I DERRICK, BUILDING $50.39 1T 5D 8P DOZERS; D -9 8 UNDER $49.48 1T 5D 8P DRILL.OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P I ELEVATOR AND MANLIFT, PERMANENT AND SHAFT - TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P I FORK LIFTS, (UNDER 3000 LBS) $47,12 1T 5D 8P. 'GRADE ENGINEER $49.48 IT 5D 8P GRADECHECKER AND.STAKEMAN $47:12 1T 5D' 8P GUARDRAIL PUNCH $49.90 1T 5D 8P I HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49,49 IT 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTSBOOM TRUCKS (10 TON 8 UNDER) $47.12 1T 5D 8P I HYDRALIFTSBOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 IT 5D 8P LOADERS, OVERHEAD (8 YD 8 OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49,90 1T 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P I MECHANICS, ALL $50.94 1T 5D 8P MIXERS, ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $49,48 1T 5D 8P I MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P I PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P Page 4 1 I 123 1 .1 YAKIMA COUNTY EFFECTIVE 09-02 -2009 I (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code PLANT OILER (ASPHALT, CRUSHER) $49.48 IT 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P I POWER PLANT $47.12 1T 50 8P PUMPS, WATER $47.12 1T 5D 8P QUAD 9, 0-10, AND HD-41 $50.39 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P i REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $5039 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 IT 50 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO-GRINDER $49.90 1T 50 8P SAWS, CONCRETE $49.48 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 IT 5D 8P I OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCREED MAN $50.39 1T 5D 8P SHOTCRETE GUNITE 547.12 IT 5D 8P SLIPFORM PAVERS 550.39 1T 5D BP SPREADER, TOPSIDER & SCREEDMAN $50 39 1T 50 8P SUBGRADE TRIMMER 549.90 1T 5D 8P TOWER BUCKET ELEVATORS 549.48 1T 50 8P I TRACTORS, (75 HP & UNDER) 549.48 1T 50 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE 549.90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 IT 5D 8P TRENCHING MACHINES $49.48 1T 50 8P TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) 549,48 1T 5D 8P TRUCK CRANE OILER /DRIVER (100 TON & OVER) $49.90 1T 50 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P I WHEEL TRACTORS, FARMALL TYPE $47.12 IT 5D 8P YO YO PAY DOZER $49.90 1T 5D BP POWER EQUIPMENT OPERATORS. UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS I JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37 85 4A 5A TREE TRIMMER 535.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $61.24 2V 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL 529.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS I JOURNEY LEVEL 511.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL 519.08 1 Page 5 1 1 124 I 1 I YAKIMA COUNTY EFFECTIVE 09-02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note 1 Classification WAGE Cade Code Code RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS I JOURNEY LEVEL $22,43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS I JOURNEY LEVEL $8.55 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS I JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAllO /TILE FINISHERS JOURNEY LEVEL $17.00 1 RESIDENTIAL TERRAZZO /TILE SETTERS I JOURNEY LEVEL $8,55 1 ROOFERS JOURNEY LEVEL $32.52 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $35.52 2P 51 I SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $14.65 1 1 SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23,11 1N 5A I SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $46.30 1R 50 I STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 I PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20:00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE I CABLE SPLICER $32.27 2B 5A HOLE DIGGER /GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A I SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 28 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A 1 Page 6 1 1 125 1 1 YAKIMA COUNTY EFFECTIVE 09 -02 -2009 I *************************************************************************** * * * * * ** * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $30 37 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $26.29 1M 5A TRAFFIC CONTROL STRIPERS I JOURNEY LEVEL $38 90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $34.24 2G 61 DUMP TRUCK & TRAILER $34.24 2G 61 I OTHER TRUCKS $34.24 2G 61 TRANSIT MIXER $34.24 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 1 1 1 1 1 1 1 1 Page 7 1 126 Il J 0 2) . 0 1 1 PROPOSAL To the City Clerk Yakima, Washington 1 This certifies that the undersigned has examined the location of: City of Yakima Kiwanis Upper Park Phase 1 1 Maple Street Parking 1 City Project No. 2212 and that the lans specifications and contract governing the work embraced in this improvement, p p g g s and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit rices for all items, all extensions, p and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 1 127 1 1 iTEM PROPOSAL BD SHEET City of 1 !mans Lipper ?a r1-;:. !-. SC 1 'Ala nit'. StreJ.:. Parkin2 1 ,.., I . IT EM 1 PROPOs- _ ITEM ; 1 i UNrT : AMOUNT I I ,'1 !`:.°). I PAYMENT SECTION — -- — i ( i UNI7 1 DO;LLARS : DOLLARS 1 SPCC.: 1:•:...AN 1 1 1-07.15 1 i I CI° 1 ; ,.., ; it,40311.1ZA. .. I ' Ci e I 1 -- i •,....; 1 , ; ! •; Cf::L 1 1 ' 1 2 zc c !7__ z '1- _ - — , eo (E ,-:-.;:-. ; :;.;T--C;,:.; 7;;;:.--;.f _::": l' (Di_ 1 . : - 1 . ' 1 C11 1. :: •;', ••;,!‹.) 1 =•:: ;',3:1-•.;;;.:!..1- — . 1 i ...,.! • :---- . . ■ -7 c"' 7 2 i 4_ , ....>4-1C.> 1 1 ,- . - -- 1 1 4 ; - - - ' • - -••• ' 1 - ':; 1- C !!‘ (c7 i 1 2- 5 1 I . 7 R 1 GADS; 1 ,.• I 2-01.5 II ,------., '-)::: 172_EANLI P — --1- zt-';‘,/v-C; 7 ;;)r- I:- 1! .1!" . i •-: : ;• 1 , o ; I 1. 1 20"; 5 . ..., ! ::-;•-;;;,.‘, ;Dv/ f.,,, -,•• 7 y .° . f. • ;;,!.. --;;-;,•,,: 1!,; c; _ !...!,a I !,, _ 1 a 2.... 6- 200 7 : 1 ; G6C 1 5: \; ' i • tic' _, ..-,., • ; „. i 7 c.fo I \ 1 1 f.1• . :11.,::::-.:'• ;•,!;-.• • ! 1 ,-; 1z.. ; ;1111;i...: :-.! : --i--- . : : 4..,-.::, :: : . : :2:::u:::::"-:.E.::=_ :i:::::•-:::.. — • ,..,4.D ASPHA3..7 .1 . - 1q;E••=;. - 1 - 1:..1.. 1 ) i. • — ___, • ' 7r •-, 01,,; ; -- • t ; - ; 13 , 1 / • ; . 1 1 id MA CL •.", IN. "::,:::.; ;34-28 5 TON I C: CI -.' - '19 ! 7 ; POROUS P.,PH= .T l'AV --- , • 00 _ • 1 1 5-04.5 ; - p Tyr: ::...: - -- --- - - _ ......- : 1 150 1 8-02.5 — I 7 - ,z.z....4;.„., „. . .. , ... .... „ „ . . ... .. ( , ... ...... ..._... . 1 0'10 1 L: ! • . li? ! • „ 1 ,. ; ' - ■ j a 1 23 1 I _......._,.......______ _ . , ' ,..., :E SD:Li ;;;IT -.,,, ::::;:::;,\,::-- v;, .::,.DD:: • 1 - 1 MANUFACTURT:=2 VViiE.E1_ ':-', __ ___ ____ ..._ _____ ._______ ' _____: - r _ 1 1 „.. , qe6 l• , .,, _fl , ._. ...., : • T _________ 761 0 / • 1 , .,. i C El;. C 0 N C El T1. Ri-;1••••1? ; YT .; 1 5.- •; 4 ,:-. ! i - ■ --i --; - . . 1 1 I :TEM ' PROPrISAL ITEM , . ;.., -- „_ NC. , PAYMENT SECTtON 1 CTY : UN:7 1 DOLLARS I r ; ::.:' V E. ,: ' CC' :., 'S: ;,',.' ET t : i'. i „_ e t 1 i .-- f - _ .. ..... __ .,,...., ..,L._ 1 ! Od 4 ) - TO b 3 '7 • :.. 1-nk ....._____ _ __....,.. . 1 T i ? 1 H. „.--,- i i i 1 - 1 t 1 * END OF ADD FM NO. 1 111 1 1 • • . . 1 1 1 1 1 1 1 1 . BID BOND FORM • 1_. Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of ' $ *BIDDER' S BOND which amount is not less than five percent of the total bid. Sign Here GRANITE NORTHWEST, INC. BID BOND 1 KNOW ALL MEN BY THESE PRESENTS: That we, Granite Northwest, Inc. any as principal, and Federal Insurance Comp Surety, "'� as auiC, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five (5) % of bid amount Dollars, for the payment of which the Principal and the Surety bind themselves, .their heirs, executors, 1 administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal I for Kiwani s Upper Park Phase 1 Maple Street Parking , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved ' by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to The Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect a nd the Surety shall f pa 1 and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THfS 16th DAY OF JULY , 2010 GRANITE NORTHWEST, INC., Principal Ananya Mukherjee l Vice President Cynthia P. Johnson, Attorney -in -Fact *PLEASE SEE ATTACHED CALIFORNIA NOTARIAL A ACKNOWL DGEMEN POWER -OF- ATTORNEY ' FOR SURETY... 20 - Received return of deposit in the sum of $ • 1 1 1 131 1 ... 1 I CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT frcr,MC w4 ,,c�S '. , r-;t�.c -x c.%ct .~<=ac;,o..wkx` .... . State of California / .. I County of Santa Cruz before efore me, 3 7/1d11a Vanda Funk, Notary Public , Date Hera Insert Name and Title of the Officer personally appeared Cynthia P. Johnson, Attorney -in -Fact Name(s) of Signer(s) I Federal Insurance Company r who proved to me on the basis of satisfactory evidence to I - be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the I VANDA FUNt< instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 4. � C om CCaliforniaU € certify under PENALTY OF PERJURY under the laws I _ ■'"lam : ra Notgr _ �- •��y Pub! Crc uz # i 7 72$2 x of the State of California that the foregoing paragraph is . £ °` Santa true and correct. . ;,.�. `,),Comm r C ounty ,es Feb t, 2012 I WITNESS my han and official seal. Signature Place Notary Seal Above Signature of Notary Public Vanda Funk, Notary Public: OPTIONAL 5;16 ° Though the information below is not required by law, it may prove valuable to persons relying on the document • and could prevent fraudulent removal and reattachment of this form to another document. I Description of Attached Document Title or Type of Document: Document Date: Number of Pages: 1 Signer(s) Other Than.Named Above: Capacity(ies) Claimed by Signer(s) I Signer's Name: Signer's Name: ❑ Individual ❑ Individual I ❑ Corporate Officer — Title(s): ❑Corporate Officer —Title(s): O Partner —0 Limited ❑General RtGH>RHUMePRINT ❑ Partner —0 Limited D General RfGHTTHUMBPRINT ❑ Attorney in Fact ;>. OFSIGNER ' :': ❑ Attorney in Fact , OF SIGNER Top of thumb here Top of P thumb here I ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑ Other: I Signer Is Representing: Signer-Is Representing: - ' Yl.•p. - N YJ -!r.w •d W-W-W-W '!l •d w - d-'- •d. 'Y w -'a, 'a' • .•e, •d.•d W- e.'-`N •V. - Y. S d. .•y.•�j.w w.'N'. ll.Y> N -'N(•e, I 02007 National Notary Association • 9350 De Soto Ave., P.O.Box 2402 • Chatsworth, CA 91313 -2402 • www.NationalNotary.org Item 45907 Reorder: COTott -Free 1- 800 -878 -6827 1 r ; Chubb POWER Federal Insurance Company Attn: Surety Department ix;~;_` ; S urety OF Vigilant Insurance Company 15 Mountain View Road I CHUB ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE I COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John Gilliland, Cynthia P. Johnson, Kathleen Schreckengost, Ananya Mukherjee and Eve Perez of Watsonville, California-------------_-_---_-- ------ ------ ----------------- _ -------------- — • I each as their true and lawful Attomey- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on behalf I in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attomey- in- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and I attested these presents and affixed their corporate seals on this 17 day of December, 2009 (..'"C*--" • /i /I I I rt� .� – , /f[� .. L %-e" l/� I enneth C. Wendel, Assistant Secretary . Norris, Jr., Vice Pr ent S TATE OF NEW JERSEY ss. I County of Somerset On this. 17th day of December, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL I INSI3 NCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authcrity; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attomey is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in deponent's presence. - ' Notarial Seal_,, STEPHEN B. BRADT �,��l1 B. @q'�.\; Notary Public, State of New Jersey ,, moo No.2321087 / ` r., �o1A R Y 1 Commission Expires Oct. 25, 2014 • — PU 0 . 0.011/11 t 4' JEP 34'/ Notary Public CERTIFICATION I Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "A11 powers of attorney for and on behalf of the Company may and shalt be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, 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 I any certificate relating thereto appointing Assistant Secretaries or Attomeys- 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 upon the Company with respect to any bond or undertaking to which it is attached? I I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies ") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the I U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and 011) the foregoing Power of Attomey is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 07/16/10 I a ,,SuA'Wc,,, ' oiMirri ` �,,z�!uyc 4 . t c u v°" v ti 1i cD'. ; ". • / ' �� Kenneth C. Wendel, Pss t art Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE I CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e -mail: surety@ chubb.com Fonn 15 -10- 01540- U (Rev. 10- 02) CORP CONSENT NON - COLLUSION DECLARATION ' 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: ' 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. • 1 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. ' NOTICE TO ALL BIDDERS 1 To report bid rigging activities call: I - 800 - 424 - 9071 ' The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" ' to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway ' construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 1 1 133 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: 1 (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. 1 *(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. 1 "(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 111 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." 1 134 ' 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. 1 1 1 1 1 1 1 1 1 135 1 D 1 1) RESOLUTION NO. - 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise 1 Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal 1 and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- 1 prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that 1 Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of 1 such public works, and WHEREAS, the City of Yakima is determined to maximize 1 Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption 1 of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, II BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority II Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. 1 9 ADOPTED BY THE CITY COUNCIL this 4 Gk day of (L-,4.4._. , 1983. y II yor 1 ATTEST: i City Clerk II 1 136 1 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. 1 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 l 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 suchworker 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 1 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. 1 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 1 137 • 1 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. 1 j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. 1 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 1 have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. 1 o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. 1 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. 1 1 1 138 1 BIDDERS CERTIFICATION 1 ' 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: Granite Northwest, Inc. certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract U f" 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: 1 1 and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering ' agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. ' GRANITE NORTHWEST, INC. By: / A-nanya Mukherjee, Vice President Signature of Authorized Representative of Bidder) - 1 1 1 1 1 1 139 Materially and Responsiveness 1 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 and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract U 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 1 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. 1 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 I 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 1 141 1 taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. 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 1 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 1 Federal Contractor Compliance. 1 1 1 1 1 1 1 1 1 142 1 1 PROPOSAL Kiwanis Upper Park Phase 1 1 Maple Street Parking City Project No. 2212 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the I approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK LJ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND ® IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) one (1) & I SIGNATURE OF AUTHORIZED OFFICIAL(s) S S \ C' ,, OL_ , 1. 090 S P' Ananya Mukherjee, Vice _President FIRM NAME Granite Northwest, Inc. (ADRESS) p_o. Box 50085 ' (831) 724 -1011 PHONE NUMBER T^Tatsnnvil UL__95077 - 5nR5 1 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER GRANINI943QP I FEDERAL ID No. 12 10 1 5 1 6 1 6 13 13 18 15 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 577 , 672 -01 1 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered I hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of I Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic I means, please make reference to the following proposal number in your communication. 1 143 1 BIDDER'S CHECK LIST ' The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non - responsive, except for ' specific trades listed. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this ' information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. ' B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. ' C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 1 ' 145 1 1 1 PLANS AND DETAILS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 E NM II=1 IME Mill MB 11.0 IMIll MI NOTES = LONGITUDINAL BUFFER SPACE = B SIGN SPACING = X w 1. This plan Is intended for use on roadways when traffic volumes create POSTED SPEED(MPH) 25 30 35 40 45 RURAL ROADS 45/55 MPH 500't z sufficient gaps for motor vehicles to yield. rC LENGTH 6 (FEET) 55 85 120 170 270 RURAL ROADS 8. URBAN ARTERIALS 35/40 MPH 350't RURAL ROADS, URBAN ARTERIALS, 2. Steady Burning Warning Lights (Type C per MUTCD) shell be used to LIJ RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' t mark Channelizing Devices at night. w URBAN STREETS 25 MPH OR LESS 100't g ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 3. Adequate sight distance shall be provided for drivers to see opposing traffic, otherwise use flaggers and/or Temporary Signal. CHANNELIZING DEVICE SPACING ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE 4. Extend Channelizing Device taper across shoulder — recommended. C POSTED SPEED IN TAPER IN TANGENT AT -GRADE INTERSECTIONS AND DRIVEWAYS. (MPH) (FEET) (FEET) 35 / 45 30 60 5. Post mount signs when in place for 3 days or longer. 25 / 30 20 40 6. For speed limit 35 mph or higher replace W1 -3R with W1-4R. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. • R1 -2 RM W20 8. Consider using a PCMS for additional advance warning. 4 W3 ONE LANE V ROAD AHEAD vrzo 1 ROAD WORK V AHEAD • R1-21 ONCOMING f ROAD END WORK G25-2A BAN TRAFFIC B _ 100' MAX. 15' _ X .. - x X _ N q 11 b N le 0 ® ® WORK AREA / �1 N ® ® ® FOR LOCAL AGENCY USE ONLY Z ° ° ° ° ° Z NOT FOR USE ON STATE ROUTES . ogE J. TR�A li � v (0 e c% oa w,LSy14 y � I 12 x p x II '. ° r s 141 W20-1 W1 -3R END G20-2A * 53 � O � 43 o a I ROAD (ROAD WORK) e, CI S T e R G \ WORK W20-4 S'O NAL - Q Wg AHEAD ONE LANE 'EXPIRES AUGUST 9. 20091 61 € ROAD LANE CLOSURE AHEAD WITHOUT FLAGGERS ^ LEGEND ' LOW VOLUME ROAD STANDARD PLAN K- 20.20 -01 N SIGN LOCATION APPROVED FOR PUBLICATION 0 0 o CHANNELIZING DEVICES EZL7 BARRICADE - TYPE 3 L Pasco Bakoflch 111 10 -12-07 S FLASHING WARNING LIGHT PM. 03310M aoigmi are T Washington S. Deportment of Trmvpaalbn VfAr i — — — — •• - — — — S 1 B �L t �l } -��-II �I-�} - 61DEYMlK 0.05® Z 0 LI LI LI lJ _ S CROSS ~ iaaE B� I 16' . ® ° ° 1 1 D ° stoevuK Deroul R9-11A MOD z NI f D / ZS ( Brw ODD CCU co 1 w ° s�= R9-11A MOD U _�_ -- Eli — U L! ° 7 • * p PE SIDALK R9 b 1PATh y 2S CLOSED B/W WORK AREA ww •�� •�• SIDEWALK CLOSED AHEAD RB-11 WALKWAY- - s \\� CROSS &V1r 1 5' MIN. �.\ ° R9-11 BNV A a' _ _ ' ° ® � ° SEE NOTE 2 SIDEWIIK CLOSED • - � �'� ° °° CI q Q I I I m i WORK AREA 2 I i' Z § 11' L ,=t,, �'t �� 4_ LLJ I 1 I d, _ LLI III l i p - I I I I I ' I 1 1 1 7 + III '' L 1 I 1 I I L 1 1==b CI= \'--C1-.. EA - d - III] - I 1 1 1 I FOR LOCAL AGENCY USE ONLY L • ' NOT FOR USE ON STATE ROUTES I 1 1 \ _ _ LI _ �- _ ISIDEWAX CLOSED 1 � , oP u sy , A-9 ° con I I I R9-10 J� Y USE O� MER8IDE J B/W 5� t o 1 PEDESTRIAN DETOUR 6- d y p 1 NON - WORKING HOURS j ,pf 1 k - 6 / I T>> z ❑ k tl O 4. 2 5335 O Q` ! < i °N S � �tsTS R � G \� • 1 I� s ' NOTES k v p (EXPIRES AUGUST 9. 20071 ` V9 2$ PEDESTRIAN DETOUR 1. When crosswalks or other pedestrian facilities are closed or re- WORKING HOURS located, temporary facilities shall be detectable and shall include INTERSECTION accessibility features consistent with the features present in the .. PEDESTRIAN DETOUR existing pedestrian facility. R8 B^^ 2. Controls shown are for pedestrian traffic only. STANDARD PLAN K- 34.20 -00 LEGEND * Install on Type 2 Barricades throughout SHEET 1 OF 1 SHEET NU the work area 24 hours prior to imple- 3. Use Waming Lights on barricades. APPROVED FOR PUBLICATION N SIGN LOCATION PARKING menting traffic control. Prior notification ® ® ® CHANNELIZlNG DEVICES of Local Law Enforcement required. 4. Maintain a minimum width of 3 feet for pedestrian path. Ken L. Smith 02 - 15 - 07 RATE neaou ENGINEER OA. ® TYPE 2 BARRICADE ' 5. For signs size refer to Manual on Uniform Traffic Control Devices 7 wmnrn°r.G sm. D.e•.TG.n •r T (MUTCD) and WSDOT Sign Fabrication Manual M55-05. z BUFFER DATA MINIMUM TAPER LENGTH = L (FEET) SIGN SPACING = X (1) NOTES R URAL ROADS 45 / 55 MPH soa : 1 A Protective Vehicle is recommended regardless if a Truck N TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) LANE WIDTH POSTED SPEED (MPH) (TMA) is available; a work vehicle z (FEET) 25 30 35 40 45 50 55 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350 t Mounted Attenuator m VEHICLE TYPE LOADED WEIGHT may be used. When no TMA is used, the Protective 10 105 150 205 270 450 500 550 RURAL ROADS, URBAN ARTERIALS, Vehicle shall be strategically located t0 shield workers, Q 25 / 30 MPH 200 t (2) z 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. URBAN STREETS S 25 MPH OR LESS 100 t (2) IN ACCORDANCE WITH MANU- 12 125 180 245 320 540 600 660 FLAT BED, ETC. 2 For Ion FACTURER RECOMMENDATION) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE long term projects conflicting pavement ement markings that are no longer applicable shall be removed. O ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. Temporary markings shall be used as necessary (DRY PAVEMENT ASSUMED) (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. and signs shall be post mounted. c, _ (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT 3. The sign MOTORCYCLES USE EXTREME CAUTION W20-1 ROADWAY CONDITIONS. may be used. ROAD 4. For signs size refer to Manual on Uniform Traffic Control WORK r a CHANNELIZING DEVICE SPACING Devices (MUTCD) and WSDOT Sign Fabrication Manual AHEAD I M55 -05. HEAD G20-2A POSTED SPEED IN TAPER IN TANGENT * WHEN APPLICABLE (MPH) (FEET) (FEET) X 4 _ END ROAD WORK 50/70 40 80 35 / 45 30 60 5521.801* 558 -1801 W20-1 G20-2A 25 / 30 20 40 ABRUPT NO ROAD • END ® LANE SHOULDER WORK ROAD wORK '.- EDGE AHEAD o A ® e Lr3 x x x N / / a a a \ , WOR \0� ® o 0 o Ee L FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES \ / a a x � p pQ O 4 of W yy � A - gam hi W �° i. so TOG 3a 5520.1 END (? 5 �' -���, f d W20-1 X G20. ROADWORK �_�/ o ! fl ROAD WORK \ ROAD ; 0 �\ "3 1 s s/' � € 'a AHEAD I s WORK t/' ST e v G` V I G20 - 2A AHEAD ZONAL N 1 2 e ` END j— HOULDER WORK AREA 2' EXISTING LANE EXPIRES 0009ST 9. 20071 i ROAD WORK 2S TEMPORARY TRAFFIC R INTERSECTION I N CONTROL DEVICE r .. SHOULDER WORK LEGEND _ STANDARD PLAN K- 36.20 -00 y SHEET 1 OF 1 SHEET IA SIGN LOCATION 4H:1V WEDGE OF COMPACTED APPROVED FOR PUBLICATION STABLE MATERIAL - SEE WSDOT S ECTION O K en L. Smith 02-15 -07 0 0 o CHANNELRING DEVICES STD. SPEC. 1 -07 -23(1) STATE Or- moxaiowESI WE NMI PROTECTIVE VEHICLE - RECOMMENDED SHOULDER TO SCALE) OTECTION T WT SW. Dwartmenl of 1ranp.aflo. WO .1.1 11.11 111111 E E - - - - MI I MN ME M N 1.111 11.11 = SIGN SPACING = X (1) NOTES N RURAL ROADS 45 / 55 MPH 500 t 1. The sign shown is not required in the following cases: the work space RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' t is behind a barrier, or more than 2' behind the curb, or more than 15' m RURAL ROADS, URBAN ARTERIALS, from the edge of a roadway. RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' t (2) 2. For sign size, refer to Manual on Uniform Traffic Control Devices URBAN STREETS 25 MPH OR LESS 100' t (2) (MUTCD) and WSDOT Sign Fabrication Manual M55-05. ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. ca (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY a NOT FOR USE ON STATE ROUTES x / W S RK AREA O OP wASy y SEE NOTE 1 ROAD W20-1 Y � S�c Ae � _ T Oy �� 1 WORK � �� AHEAD 'O a eg sa � BO @' d$“ S /ONAL g 1EXPIRES AUGUST 9. 20071 LEGEND WORK BEYOND q SIGN LOCATION THE SHOULDER STANDARD PLAN K- 40.80 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 _' STATE DESIGN DIONNTER MIE W// Wmhlnpbn State Dopmlm.nl of TrnmpamM1on NOTES P> 4' - o' MIN, - 8' - m MAX. 1. All fasteners may be zinc plated, galvanized or stainless steel. All USE ATTACHMENT DETAIL 0 f 0Vt1 steel angle and tubular steel shall be hot - rolled, high carbon steel, USE ATTACHMENT DETAIL A � �` 45' --1 I _ painted or galvanized. OR 0 x``,,11 " '� 1 br a I 2. Install one lightweight Type A Low-Intensity pe waming light ATTACHMENT DETAIL O \� ; P b I on the traffic c side the of the barricade. e. Install two o Type ALow- Intensity flashing waming lights per barricade when the barricades are used to close a roadway. Attach the light to the barricade according to oo °� 1 1 the light manufacturers recommendations or use the details shown i' 1 on this plan. 0 \ �`� TOP OF BARRICADE 1 1 0 3. Stripes on barricade rails shall be altemating orange and white V .® B SUPPORT ANGLE a retroreflective stripes (sloping downward at an angle of 45 degrees g I � g o : A//i" I in the direction traffic is to pass). 0 , . � � b O 4. The Type 3 barricade design shown on this plan meets the crash m o P test requirements of NCHRP 350. Alternative designs may be ap- proved if they conform to the NCHRP 350 crash test criteria.and Cam, �/ 1 the MUTCD. C, �9 5 6" 5 . When a sign is mounted on the barricade, it shall be securely bolted k%., to at least two plywood panels. The top of the sign shall not be ELEVATION SIDE higher than the top panel of the barricade. WARNING LIGHT ATTACHMENT DETAIL TYPE 3 BARRICADE 6. When sandbags are used in freezing weather, Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. WARNING LIGHT 6" • 1 12" = 1 12° • 1/8" ' . ATTACHMENT STEEL ANGLE ;�;:� STEEL ANGLE TOP OF BARRICADE SEE NOTE 2 FRONT OF I '.(;?I • SUPPORT ANGLE BARRICADE — 2� I?;'[-y ?.,I S' - °I 8'x2••2"•1/8' u( I TUBULAR STEEL DRILL TWO 12" DIAM. HOLES THROUGH �' ', „ 1 BARRICADE SUPPORT ANGLE (1) 3/8' - 16 x 1 3/4" ORANGE AND WHITE c >;; DRILL THREE STEEL HEX BOLT REFLECTIVE SHEET S. _. � 5 . 12• DIAM. HOLES �., ASTM D 49 58 -T YPE I¢ ANGLE RESTS ON I : I (1) 3/8" - 18 = 3' 1lltiEiE[1l (1) 318 - 16 ` 1• (2) 1" FIAT WASHERS ' ORIY (SEE NOTE 3) TOP OF BOLT '•' STEEL HEX BOLT STEEL HEX BOLT (1) LOCKWASHER (2) 1" FLAT WASHERS 0 " ^' ' I ;, g:= ri (2) 1' FLAT WASHERS (1) 3/8 "- 18 STEEL 112 "•112°•1/8" ;'*i =1 q ICELL /II HEX - 16 STEEL HEX NUT (rvPJ ® STEEL ANGLE i,:4. (1) 3/8" - 16 STEEL HIX NUT (1) - L� — �° HIX NUT 4' - 11' LONG (TYP.) II • 'M ='" 81 b ll 3/4" ACX PLYWOOD PANEL ' ' ® %-1 I � WASy2 A 9 ° ATTACHMENT DETAIL O I ��°� F 0 d i l l S , %,lo D E TAIL OC ` � y •" A %_ r 4 c s e 5 . y iv. co WARNING LIGHT 6' • 2' • 2" • 1/8' TUBULAR SANDBAGS AS REQUIRED I � "� o¢` ® 0...., � F Cf S Te Q�O t =� � `i ATTACHMENT STEEL WITH PRE - DRILLED TO STABILIZE BASE ® .45,5, G R 40 HOLES - ALL LEGS I� I I S1 ONAL F '' TOP OF BARRICADE ' 'I p f SUPPORT ANGLE �•�� � I EXPIRES AUGUST 9, 20071 SI S 1 - i DRILL 7W0 12" DIAM. HOLES THROUGH 4i`:�.� p����. :,' v? STEEL ANGLE O I .--• i BARRICADE SUPPORT ANGLE �� %��',������ " SI 5' - e' LONG (TYPJ ®• ( TYPE 3 BARRICADE 'nLRLL� (1) 3/8" - 16 • 3" : I O - I 1 S STEEL HEX BOLT STANDARD PLAN K- 80.20 -00 O r (2) 1' FLAT WASHERS (1) 318'- 18 STEEL 8' • 2' • 2" • 1/8' TUBULAR STEEL SHEET 1 OF 2 SHEETS I 1 +�- -- 1 D7ID17�! HEX NUT • 1 I 1 L APPROVED FOR PUBUCATION ISOMETRIC VIEW 1/8 6. Kevin J. Dayton 12 -20-08 1/8 • (TYP.) IRATE MOON MOD ER DATE ATTACHMENT DETAIL 0 7 wmmrrlmn SW. Deperinr.rn el TnruperFMen 1111111 1111111 1111111 111111 1111111 MN 1111111 1111111 1111111 111111 1111111 111111/ 111111/ 1111111 1111111 1111111 111111 1111111 1111111 1NORK AR 1277ariereird 16. 117. 11 1.1.11 FAMfi iteNIMMIMa immimomm I■si USEABLE TRAFFIC LANE 1 2' MIN. AREA CLOSED TO TRAFFIC regf7 07 174 § ' I MaNt IX' kt: 40 1 1 1 b i I I TYPE 3L BARRICADE , b 5 TYPE 3R BARRICADE 1 1 . ce E riff g . 1 1 rt I F/A firj/f7 " $ t 1 1 1 1 iS I I TYPE 3L BARRICADE ----- r STRIPES ON THE BARRICADES SHALL SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS ROAD CLOSURE AT INTERSECTION AREA CLOSED TO TRAFFIC • _ 2' MIN.+ USEABLE TRAFFIC LANE VVORK AREA /i 00' j. 44 hill bleXXIWF1 0 . <4, a WAS8/ 1 1 1 ii! 49 li! f p .i? SS A Nig -.' ( ';;;I PreMi 0".. KM I IA . , m II NI . 1 Imi■ 1 - . 4 -:, -7inf• , ZT ih! 1 ' 1 I I IMMINI 1111111.11 7 `GISTYAk" 4 , M%1\:*X6-•*- .4 ixt x tm tms, . .rel , o NA t 1 1 I I I I 'EXPIRES AUGUST 9. 20071 thil 1 1 TYPE 3R BARRICADE TYPE 3L BARRICADE TYPE 3R BARRICADE \N------. TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 ROAD CLOSURE AT OTHER LOCATIONS SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION J. Dayton 12-20-06 UMMOOMMBIONOM BARRICADE PLACEMENT v -hp Washington Stale Departmont of Transportatkon 1 1 11 I II WIDTH PER YMC I 11 8.64.070 SEE PLANS 11 CONCRETE APRON 7' MIN. OR I II 1 I TO R/W LINE (WHICHEVER IS GREATER) RP RP F FAC 'vJ �' q,), •� �� :�$S g PREFERRED RAMP • "•'�•�' %••'` ALTERNATE RAMP 1 CONFIGURATION •,�y �' CONFIGURATION CONCRETE A f VALLEY GUTTER M 1 COMMERCIAL APPROACH RAISED CURBING MAY CONTINUE INTO SITE. 1 COLD JOINT (TYP) VALLEY GUTTER P \ccoNcm 4 /y y -9�,F i• --- 1' --- 86 v s 3' VALLEY MIN. 0.25' CSTC (COMPACTED DEPTH) 2.4.. ... .. ��....... ��� GUTTER SECTION A COLD JOINT (TYP) A1111111 • x MIN. 0.17' CSTC (COMPACTED DEPTH) I 0.5' CEMENT CONCRETE RESIDENTIAL APPROACH I NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. I 2. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN I APPROVED BY THE CITY,ENGINEER. 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 4. DUE TO THE MINIMUM SIZE RADIUS OF 15' SPECIAL CONSIDERATIONS I NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON THE RAMPS. 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION. 1 i o ?. + City Of Yakima City of Yakima - Standard Detail ' !' ; ` , Engineering Division !' _, ` � 11 129 North Second Street DRIVEWAY APPROACHES R4 :% Yakima, Washington NOT TO SCALE I = Revision 11 -2008 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE.. Mik FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING ' SEE PLANS 0.33' CEMENT CONCRETE COLD JOINT S= 0.02ft/ft COMPACTED - SUBGRADE SEE PLANS 0.17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION ' [COLD COLD JOINT y .. 1 . 24w 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) ' 6" SIDEWALK SECTION ' NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. ' 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. ' 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 1 of . ity Of Yakima City ;�,.. � . City of Yakima - Standard Detail , En ineerin Division % g g CEMENT CONCRETE SIDEWALK R5 129 North Second Street s• ;/ Yakima, Washington NOT TO SCALE ' Revision 05 -2009 . I 4,..) 1 ' a-1-y oF: yAKINAA 1 KIWANIS UPPER PARK PHASE 1 1 MAPLE STREET PARKING 1 CITY OF YAKIMA JOB NO. 2212 ■ 1 I 1 BEGIN CONSTRUCTION , END CONSTRUCTION 1 E MAPLE STREET GATEWAY PARKING LOT __ C i STATION 10+56.39 A ... 1 .. STATION 19+97.32 rc ., .. IN • '' " = j..P -- 1 W — E , 1 7 ) r '; ., - rzt) „ ,----, ..-.,- s KIWANIS 1. co % 0 [I PARK _ tr to c f. t-= I .\_`— ri._ __ „ VIR t Ili I SHEET INDEX ,....., , a .....% ,.,... ....„.... ,., 1 ,:,,,_ .__, \ 1/4 ........_.,, „.„, ., ‹, vl i 11 1 -- ■.9 E BEACH ST . 1 . -v,* ___,-----------, ' \ •"'"::::::--,, , „;-:”. _<. - ;i;; ;; - ---- - ki PROJECT OVERVIEW 1 4 1 C.1 \ ROADWAY SECTIONS ALIGNMENT 2 3- -'--- '. v" .:-,--,,,,,,,,,_,;____ f . DETAIL 5 ' , -, is :--- --':::.==..:.',.:.::-. -- ,--■ \ \ '''-- 1 7 1 / ., ---_,---- 4&po../ .: 7 - --- - 14Ek. : S ITN' 1. RR= ,--. :-:-- , x (1)` ! - ''• IES I == F.E L[i 1 1 A .• .... lk , .... + \ ‘.„:....v-T1- --- - - / 1 ' [i.1.-_,A-t-i• :, .. .., __,4•'/' ii _ _II mit=,_:_ik Nws,,,, '',„,::,.)::: _, . , -7- , i ttg-Fr -4■Il =I FHILL=111/1 A\0.,-,10, ' - D — ,........._ ---- - Di - 1111 U D ' - jibb■ BP \- 'c(\0" -- 0ft% • ' * / I L 7T I R 'll l i 1, , • 1-7 ' n , r -IBBEIBrnmi3 0 0 T% ip - __:,=:-::-.- -::., , 1_1•11 -,4 - MIF 1 g __ __\,,„ _ IF=], ,•-, 7 -- , ___ _ ' G 111 C)*poR , -__IInn , A '■:El g 0.' '01 IC " INV 1\ 1;5 , —0 I - ‘-‘ 1 -' -.I - - ___ I 1 g.'c o' C),,100 ot „ ''''jim, 0, -,,___,\ -. -, k gir gtiprallau liggikvaliAikque tottooAvi ■ 1-t ''' '''''''' 1 ,_ . , , g PLAN DISCLAIMER - ,,. ______,- --,_ ,,,,, DERGROUND FEATURES SHOWN HEREON REPRESENT I F I IIITEEW:0 0,... _ , ',‘ ‘‘t.-- ,„, ;-- iL i"•:.f . . . - H 14 -- 1 ikalckg eoliPit, B AVAILABLE INFORMATION AS OBTAINED FROM LOCAL I IDIE 1 1 _1 15 ,_ :ii n___Juirai lunniumm_m_ .. ,..., =-- , 1 TTT ---11 Pffiffffluitiii \I WITLIR ‘, \ RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL D__ V23at 1 I —11 Fi Ilira_JLrolcm467 Di ... ‘, UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL I --- , / 1 --17- Ili.- 0! , triltummoE TiEbie__I olim al ,, __ _ 1, MI__ nJ I ,CM um_ , ... , ' s.:. \ , ..:_A ' EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-5534344 RE, r „, Id I__ IN -1,111M1111Z, liTrinf r — :L: , '. Al I JULY 2010 1° I , 1 1 1 1 1 6' ► 25.17' TO 25.5' I EXISTING ROADWAY 8' TO 8.33' 1. "] 1 I PARKING STALLS 1' TOPSOIL TYPE A -� 16' N. SAW CUT i S = 0.02 FT /FT ��S = 0.02 FT /FT / / / / \ \ \ \ \\ \\ IlL. � \ \ • � \ \ \ �� � •1 '.����'';? "�` . � F A T ♦�` •'�fY:��i EXIST. GROUND_____ _ \ \ \ 1 0.33' CEMENT CONCRETE EXISTING SURFACE I 0.17' CSTC (COMPACTED DEPTH) 0.17' HMA CL. 1/2" PG 64 -28 (COMPACTED DEPTH) COMPACTED SUB GRADE 0.33' ATB (COMPACTED DEPTH) i CEMENT CONC. TRAFFIC CURB (SEE DETAIL) 0.50' CSBC (COMPACTED DEPTH) I 0.50' POROUS ASPHALT PAVEMENT I , e,ER ` ,i' o n F� � �CQ� i C T O e C O I O� 39407 CV R ECISTE? 4 '' 1 /, ° City Of Yakima KIWANIS UPPER PARK PHASE 1 Project Eng: DMK Drawing Scales ROADWAY SECTION 2 ( _i En MAPLE STREET PARKING \� � Engineering Division D rawn B Y: DMK Horizontal = NIA 10 +56.39 ,: - 129 North Second S12e1 8 +9 / 32 DATE REVISION BY Yakima Washin on CITY OF YAKIMA PROJECT NO. 2212 Chkd By: BHS Vertical = N/A 5 i 1 '-- 3 STA: 12 +48.60 STA: 14 +00 I `.�Z_�Id= pi TBC EL: 1041.25 TBC EL: 1038.75 UTILITY POLE ANCHOR TO BE • s RELOCATED BEFORE 1 �,_ 4/ C ® CONSTRUCTION BEGINS o 0 4 m o ' `' 1 i . , ffiii Q' 1 1 w 1 STA: 10 +77.41 p _��. _ I _ � - T W -= = 1 5� 00 " w 35L14' E - - - w -'" 11 TBC EL: 1042.55 : -' - - - 0 w . _ ..._ _, 1 . Z7 ,,,, 3 STA: 14+18.71 STA 15 +35 - -... W /- + < �',, "\ ‘, O \� ; ' . ; ' • . . j STA. 12 +48.60 A.P. i jl OFFSET: 15.00 L OFFSET: 15.00 L v II ` _ ' w ' STA: 11 +76.91 STA: 13 +93.36 W m w._.. _._ j = z w kb� w OFFSET: 15.00 L � i OFFSET: 15.00 L STA: 10 +56.39 w `�- _ 1 FSETi3i6L w - _ STA: 11 +58.91 Q ' w � OFFSET: 15.00 L � oo � w P E S STA: 10 +77.91 I + MP `' OFFSET: 17.32 L 1 0 ° STA: 10 +56.39 OFFSET: 8.00 L BEGIN PROJECT 1 10 +56.39 CONSTRUCTION NOTES 1 10 PAVED PARKING (SEE DETAIL) • I. LEGEND OZ CEMENT CONC. TRAFFIC CURB W w EXIST. WATER LINE : 03 6' CEMENT CONC. SIDEWALK (SEE DETAIL) '1, s s EXI ST. SEWER LINE I 4 CEMENT CONC. TRAFFIC CURB PLANTING AREA r: . @ EXIST. SAN. SEWER MH 05 RESIDENTIAL APPROACH DRIVEWAY (SEE DETAIL) 0 EXIST. WATER STRUCTURE COVER ® CEMENT CONC. CURB RAMP TYPE 1 (THREE ACCESSIBLE 1 N WATER VALVE STALLS, SEE DETAIL) SAW CUT 8' LT. OF CENTERLINE ® MATCH SIDEWALK INTO EXISTING SIDEWALK I _ _ - - = _ _ NEW ASPHALT AREA ® CLEAR AND GRUB LIMITS = 03 R SAy C-7-t- t ® MATCH GRADE, SEE DETAIL SHEET 5 ' 10 �'\ � �� � � wni -c�� REMOVE AND RESET EXISTING SIGN BEHIND SIDEWALK O , y r 11 RAISE EXISTING WATER COVERS TO MATCH PROPOSED GRADE .. - -� o I • '''!1.1,-5 39407 1 %c{� 12 REMOVE AND REPLACE IRRIGATION SYSTEM WHEN NEEDED � / THROUGHOUT PROJECT. TO BE PAID FOR BY FORCE ACCOUNT. ° I. R ECISTEO S) `.s.) NO PARKING AREA vSS'ONAL E�. 0 I - 14 MANUFACTURED WHEEL STOP . 0 1i '1 Cit Of Yakima KIWANIS UPPER PARK PHASE 1 Project Eng: DMK Drawing scales ALIGNMENT 3 I �� Engineerin Division MAPLE STREET PARKING Drawn By: DMK Horizontal =. 1:40 Engineering 10 +56.39 � .�, 29 North SecondSVeel Chkd. By BHS Vertical = 5 i ` DATE REVISION BY TM j Yakima,Washingbn CITY OF YAKIMA PROJECT NO. 2212 18 +95.00 • I i Mfr / �f / 1 i ! sTA: 16 +00 POND / / TBC EL: 1033.50 r / 1 4 EXISTING ALL FIELD ° EXISTING IRRIGATION VALVES T STA: BC EL +10297 5 Y BE RELOCATED BY CITY CREWS t BEFORE PROJECT BEGINS \ 1 z I - _ - ®�' STA: 18 +33.56 � i • `' OFFSET: 11.81 L / �' Q w W w- . - w w -w . w TA 18 +33.59 w ,%,, % w w w w w w w w w w — 1 16 +00 MAPLE ST OFFSET: 8.33 L j ;; 17 +00 %i M xi oa ---+ -- - S 3 E 1 i I 1 `2 19 +00 ' w STA: 16 +67.06 - �— / %r / 5 s s s s s s 5 \ s 5 q O S S S s S S S / S s . , 1 w OFFSET: 1 5.00 L �� CO r� � Z \ � (� \ \\;� \1 O EXIS T ING I % / 1 ` SIGN .; END PROJECT .A = - __ N X 18 +97.32 ; w 1 0 + . - -- Z I - H STA: 18 +97.32 cn OFFSET: 82.46 R ss \ sss\ \s‘ (' c X w :- ± --- --_______ --------___ i N "' I \ \ \_,D ".. V //: p �;, , _.. CONSTRUCTION NOTES ----__81________ J m " ' , "? F \ ✓'/ ; ? , "' 1j PAVED PARKING (SEE DETAIL) STA: 1� +82.74 y ./, �/ c_5„ r/ ' ; s \ \ O CEMENT CONC. TRAFFIC CURB ��� \, EXISTING A SPHALT PARKING OFFSET: 95.74 R ' 3O 6' CEMENT CONC. SIDEWALK (SEE DETAIL) \ M ' 4O CEMENT CONC. TRAFFIC CURB PLANTING AREA I . \ ss, 0 RESIDENTIAL APPROACH DRIVEWAY (SEE DETAIL) \ \\\ ` O CEMENT CONC. CURB RAMP TYPE 1 (THREE ACCESSIBLE I \ STALLS, SEE DETAIL) s':\ 7O MATCH SIDEWALK INTO EXISTING SIDEWALK \ \\ 1 - w LEGEND w EXIST. WATER LINE O8 CLEAR AND GRUB LIMITS �_ Z1_� J Og MATCH GRADE, SEE DETAIL SHEET 5 =� R s s EXI SEWER LINE 10 REMOVE AND RESET EXISTING SIGN BEHIND SIDEWALK 1 � A:w" / 4" 4/c, 16 % EXIST. SAN. SEWER MH 0 ) ,f 2 m 11 RAISE EXISTING WATER COVERS TO MATCH PROPOSED GRADE EXIST. WATER STRUCTURE COVER 2 REMOVE AND REPLACE IRRIGATION SYSTEM WHEN NEEDED 1 I • . j. _, , 4 , WATER VALVE THROUGHOUT PROJECT. TO BE PAID FOR BY FORCE ACCOUNT. ,, - 39407 ° A RECrsTEgE ��' SAW CUT 8' LT. OF CENTERLINE 13 NO PARKING AREA 1 ‹SSIONAL �G� NEW ASPHALT AREA 0 MANUFACTURED WHEEL STOP KIWANIS UPPER PARK PHASE 1 1 C Engine Of Yakima M APLE STREET PARKING Project Eng: DMK Drawing scales ALIGNMENT 4 � •��� I Engineering Division Drawn By: DMK Horizontal = 1:40 10 +58.35 129 North Second Street 18 +95.00 DATE REVISION By • „a Yakima, Washin on CITY OF YAKIMA PROJECT NO. 2212 Chkd By: BHS vertical = 5 1 I 1 EXISTING _ _ ROADWAY im l 6' 25.5' I 8' TO 8.33' - PARKING STALLS ►{ 1 3' o.... ....• H 1 1 TOPSOIL L TYPE A M ATCH EDGE SAW CUT .. ._. 7 ...______ _...,.. S = 0.02 FT /FT TO 0,01 FT /FT r __Y; :.- / e y � ma y \ \ ' \ C�\� � ix ? • /Q'GC\ " " ' � ,CSC.. � \< '.��!C�l �. \L. � � K 1. � �'*��'��2 , EXISTING CEMENT % �. � �, %��, � \ \^ "� �, , � \ i �� Q ,. \ i1,A ,, / v`<\ . i ■i ■i,, i i i CONCRETE WATER VAULT NOT TO BE I EXIST. GROUND DISTURBED EXISTING SURFACE __ __ -- 0.33' CEMENT CONCRETE I 0.17' CSTC (COMPACTED DEPTH) _ 0.17' HMA CL. 1/2" PG 64-28 COMPACTED SUB GRADE (COMPACTED DEPTH) 0.33' ATB (COMPACTED DEPTH) CEMENT CONC. TRAFFIC CURB (SEE DETAIL) 0.50' CSBC (COMPACTED DEPTH) 0.50' POROUS ASPHALT PAVEMENT 1 ELEVATION VIEW 1 TRAFFIC CURB q 1 I I --..0 2 /° 14 +40.50 APPROX. SIDEWALK SAW CUT 1 ICI 1% EL. 1038.16 EL. 1038.25 1 EXISTING CEMENT CONCRETE WATER VAULT NOT TO BE DISTURBED I 1% EL. 1038.16 EL. 1038.25 • �g E R S _ � �P�� of WAiy /4, 10' � ► 2% 14 +15.50 APPROX.1 cr 1 ��} 39407 _ 4 w o r,S RECISTERE ` PLAN VIE W I S IONAL E�� ',, moo. City Of Yakima KIWANIS UPPER PARK PHASE 1 Project Eng: DMK Drawing Scales DETAIL 5 � � , � Engineering Division MAPLE STREET PARKIN Drawn By: DMK Horizontal = N/A 14 +15.50 '�.,,, _� ,�� 129 North Second Street - DATE REVISION BY � „J'' � Vakima,WashingOn CITY OF YAKIMA PROJECT NO. 2212 Chkd. By: BHS Vertical - N/A 15 +40.50 1 CENTRAL 7 1/2" TRUCK GENERAL NOTE ISLAND APRON I 5 1/2" 2" See Standard Plan F-3 for Curb Expansion and Contraction Joint spacing. 1/2" R 1" R. / /3---- FACE OF CURB f TRUCK 10" ROUNDABOUT LANE TRUCK 10" 12" ROUNDABOUT LANE APRON APRON 6" D _ 1/2" R. 7" 3" S FACE OF CURB 1/2" R. 7 3 FACE OF CURB 1/2" R. 1" R. CEMENT CONCRETE —: _ SIDEWALK OR D ° • 1/2" R. 1/2" R. TOP OF TOP OF /� TOP OF /� / ASPHALT CONCRETE APRON APRON �/ APRON / 1/2" R. ` PASSAGEWAY O ° D _TOP OF / TOP OF N D D / , ° ' /i O / ROADWAY ° ./ O_ O- ROADWAY IMIllial---- • D , / : / ° D D \ m D 1 ,' D 1/4" PREMOLDED JOINT FILLER D r;\__ ROUNDABOUT LANE D D iD o- ROUNDABOUT LANE (WHEN ADJACENT TO CEMENT \- D D \- CROSS SLOPE ✓ CROSS SLOPE CONCRETE SIDEWALK) l'' 1' -10" 9 1/2" D CEMENT CONCRETE ROUNDABOUT TRUCK APRON PEDESTRIAN CURB ROUNDABOUT CENTRAL ISLAND ROUNDABOUT TRUCK APRON CEMENT CONCRETE CEMENT CONCRETE CURB CEMENT CONCRETE CURB CURB AND GUTTER 6" CEMENT CONCRETE 1/2" R. SIDEWALK RAMP, 1" R. LANDING, OR DRIVE - VARIES WAY ENTRANCE VARIES 12" TO 24D FACE OF CURB FACE OF CURB FROM D 6"TOO „ ° VARIES 6 1/2" 6 1/2" VARIES FROM 6" TO 0, 6" D ° ° , D 1" 10" TO 22" FACE OF CURB MAINTAIN 1H:6V SLOPE D FACE OF CURB (SEE CONTRACT) 5 1/2" 1" VARIES 1 , R ON SIDE OF CURB 1/4" PREMOLDED LEVEL MATCH ROADWAY MATCH \I" R. LEVEL 1" R. MATCH 1/2" R. 1" R. MATCH JOINT FILLER ROADWAY - �� ROADWAY / AD`l SLOPE SLOPE SLOPE SLOPE ROWA 1/2" R. TOP OF D . ° TOP OF ROADWAY f O D ROADWAY D i 0 TOP OF TOP OF CEMENT CONCRETE 1/2" R. D 1/2" R 1/2" R. ROADWAY g 1/2" R. ROADWAY D r D° �� o _ 1 _ PEDESTRIAN CURB • D ' D ° D ,- D ° 0 D ° / ° D AT SIDEWALK RAMPS & LANDINGS, D D ° D ° D D D ° D w D D • CO AND DRIVEWAY ENTRANCES (D G . D° D D tD Q D D 1 11 1/2" 11 1/2" I 1' - 6" I FLUSH PAN VITH GUTTER R 1' - 6" AT 1 11 RAMP ENTRANCE DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION .i.,.1 Y TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT SIDEWALK RAMPS AND 1 \ J. �� i ° ° z DRIVEWAY ENTRANCES � K., 0 � ASy / �� � �z�w ® � Z Z `� c 2 zsm � _ 8 m VARIES 12" TO 24" a / k ~� ' . NH FACE OF CURB ' O 1" 10" TO 22" 1" 6 1/2" 7 1/4" FACE OF CURB 1=>.,„, fW /ti'I2- '' V ? z'' 0 FACE OF CURB - (SEE CONTRACT) FACE OF CURB �0 STV3 �4:,) y e z 51/2" 1" _ 3" 4" 1 1/2" R. � ff' I STE 1 Z z = o 1" R. --\ LEVEL 1" R. 1/2" R. 1.. R. 1/2" R. 1// ss ��NAL E � 3 TOP OF , r , . ------r- �w� g o;w'� TOP OF TOP OF D TOP OF I EXPIRES JULY 27, 2007 2,i LL ROADWAY in D ° i0 ROA D ° `O ROADW ° Al v ROADWAY D - - a D CEMENT CONCRETE CURBS • I D D D STANDARD PLAN F- 10.12 -00 D D ° SHEET 1 OF 1 SHEET I APPROVED FOR PUBLICATION 1 3/4" y 11 3/4" 8 1/4" 8 1/4" I r r Kevin J. Dayton STATE DESIGN ENGINEER 12 -20 -06 DUAL -FACED CEMENT CEMENT CONCRETE MOUNTABLE CEMENT DATE T Washington Slate Department of Trvnsportation 1 CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB -„ SIDEWALK RAMP c, 4' - 0" MIN. SIDEWALK RAMP i r 4' - 0" MIN. CEMENT CONCRETE SIDEWALK RAMP & ACCESS ZONE q l 4' - 0" MIN. I SIDEWALK OF STALL I q OF STALL ---1- OF STALL (R7 -801 � . (R7 -801 (R7 -801 R7 -801 A (R7 -801 -F7- I 1..... -•- 2' 0 i 4....a (TYP.) 1 / y FACE t -I E:=7:=1 \ ESSE=S=3 • 'N!■ N 4" WIDE, YELLOW 4" WIDE, YELLOW / FACE OF CURB PAINT LINES � �2, o'' o CURB 4" WIDE, YE LLOW D y PAINT LINES - PAINT LINES AO,, b / �, 4" WIDE, WHITE ° r PAINT LINE (TYP.) co 4 WIDE, WHITE - ' . / PAINT LINE (TYP.) 45 I I ` J 2 J w 8 .. 8 8., R p 2. 8 R�� 2' -0" I 91 A " 2' 0" _ 4 _ . , or 4' -2 "R. SEE DETAIL A w z 2' -6" L4' -0" 8' - 0 "MIN. 5' -0" 8' -0 "MIN. 8' -0 "MIN. w DE TAIL A or 8' - 0" _8' - 0" MIN. 5' - 0" 8' - 0" MIN. 8' - 0" MIN. B' - 0" MIN. 8' - 0" MIN. 8' - 0" 8' - 0" MIN. 8' - 0" MIN. PLAN m PLAN PLAN ALTERNATIVE PARKING STALL MARKINGS g ONE ACCESSIBLE STALL TWO ACCESSIBLE STALLS USE ONLY WHEN SPECIFIED IN THE CONTRACT CI 90° PARKING STALL ARRANGEMENT 90° PARKING STALL ARRANGEMENT NOTES a' - o" MIN. r a' - o" MIN. 1. Three, four and five accessible stall arrangements may be either 60° (angled) or 90° (per - CEMENT i1 endicular parking arran ements. See Contract. CONCRETE pendicular) p g g SIDEWALK RAMP SIDEWALK SIDEWALK RAMP 2. An Access Parking Space Symbol is required for each accessible parking stall. A blue ( R7 -801 ) \--f- background and white border are required when the symbol is installed on a cement con - AllikR7-801 R7 -801A) (R7 -80 2' _ 0 Crete surface. ' 2' 0" 3. All accessible stalls shall have wheel stops. Place wheel stops in other stalls when speci� tied in the contract. Wheel stops shall be approximately 6" high and a minimum of 6' long. • 1 60 60° °'� 2 FACE OF /4CcEuRB V ;/p> \ 2 , 4. Refer to the Standard Plans for sidewalk ramp, detectable warning pattern, and curb details. 4" WIDE, YELLOW ��,� CURB b PAINT LINES 4" WIDE, WHITE b .) \ LEGEND iT >a PAINT LINE (TYP , \ � it 4" WIDE, YELLOW f' Reserved Parking Sign and post ( R7 801) ': \ .- PAINT LINES �,� V. with (R7 -801A) Plaque, if indicated �� 1. TJ��, W Z y 1 V hJ See Si n Fabrication Manual 6 6 V fifq#14 L ( 9 ) ®�® of wasy �/ A 210 W d WIDTH x \ — Access Parking Space Symbol r�' ' - � s 9' -10" X I _ _ ms s Zwa _ N i y - 0 9' -10" x � � C � a o o ��� E � , W o 0 0 8- 0 9 3 o" o ® M anu factured wheel stop w ° l (SEE TABLE) $. ,r10 9' - 0" 10' -5" (SEE TABLE) - $- �O p ,lao '' iS S' ( p X � 10' - 0" 11' - 7" 0' \-\- Detectable Warning Pattern ' ` R 8 " PLAN 11' - 0 " 12 , _ 8 „ PLAN g 0 .)4,215 TE��° 4 cy `v Z i o c, >? y �e> ONE ACCESSIBLE STALL 12' - 0" 13' - 10" TWO ACCESSIBLE STALLS F s � ` s < y a s y tra 3< 60° PARKING STALL ARRANGEMENT 60° PARKING STALL ARRANGEMENT Z ONAL F z =., 2' - 0" - O_ - 1 4' -0 "MIN. SIDEWALK RAMP F 4' -0 "MIN. I z'2w` EXPIRES AUGUST 9, 2009 Z m � LL E IIIMI r - Ammestmr y } PARKING SPACE LAYOUTS / 1 ►, f lit t IF I' `^ '10 N I f j , i � 'Ii �I` f ,. STANDARD PLAN M- 17.10 -02 SHEET 1 OF 1 SHEET Y 5' _ 0 r ii TYP. �� v � Iiii,b, �� ' 1 APPROVED FOR PUBLICATION / lik 1D ii,\ 1,, , � n p � , v � � \ a r Pasco Bakotich 111 07 -03 -08 I Nz.,1%;".\ ` C STATE DESIGN ENGINEER DATE �j - � � Washington State Department of Tw rt nspoafion I THREE ACCESSIBLE STALLS FOUR ACCESSIBLE STALLS lis' ACCESSIBLE STALLS -"