Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Stephens & Sons Construction, Inc. - Kiwanis Park Ballfields, Phase 3
1 1 1 11 6dERw,K5 City of Yakima Engineering Division Kiwanis Park Ballfields Phase 3 Construction Contract Specifications & Bid Documents City Project Number 2212 129 North Second Street � Phone (509) 575 -6111 %4 Yakima. WA 98901 _ i Fax (509) 576 -6314 June 2011 DEPARTMENT OF COMMUNITYAND ECONOMIC DEVELOPMENT 129 North Second Street Yakima, Washington 98901 Phone: (509) 575 -6113 • Fax (509) 576 -6792 Michael Morales, Director ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For Kiwanis Park Ballfields Phase 3 City Project No.: 2212 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Standard Specifications; Special Provisions Section 5 -04 Section 5 -04 Hot Mix Asphalt 5 -04.2 Materials This section in the Construction Contract Specifications and Bid Documents is modified as follows: B. Subbase: Delete items 2 and 3 on page 125 in their entirety. Delete paragraphs C and D on page 125 in their entirety. 5 -04.3 Construction Requirements This section in the Construction Contract Specifications and Bid Documents is modified as follows: INSTALLATION Paragraphs F, G, H, I and J on pages 127 and 128 are deleted in their entirety. Yakima brAmIl *Ameft MY Code Administration 575 -6121 • Engineering 575 -6111 • Neighborhood Services 575 -6101 • Planning 575 -6183 1 I I'" 1994 QUALITY ASSURANCE ' Paragraphs D and F on pages 130 and 131 are deleted in their entirety. 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. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: _-��4� -7 - 13 -11 Brett H. Sheffiel ,P.E. Date Chief Engineer * END OF ADDENDUM N ®.1 0 Addendum 1 Page 2 of 2 7/13/2011 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 North Second Street Yakima, Washington 98901 Phone: (509) 575 -6113 • Fax (509) 576 -6792 Michael Morales, Director ADDENDUM NO. 2 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For Kiwanis Park Ballfields Phase 3 City Project No.: 2212 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Plan Sheet Revisions for Sheet D1 and D2 Plan Sheet D1 of 13 Detail B on Plan Sheet D1 of 13 is deleted. Plan Sheet D2 of 13 Details titled "Maintenance and Pedestrian Gate Elevations ", Corner /Gate Post Elevations ", and "30 Ft. Chain Link Fence at Backstop" on Plan Sheet D2 of 13 are deleted. ITEM 2. New Plan Sheet Plan Sheet "Addendum 2" The new plan sheet titled "Addendum 2" is added to the plans. It replaces the deleted details from Item 1. ITEM 3. Retaining Wall Plan Sheets S2 of 13 and D1 of 13 For the distance of retaining wall to be built, refer to sheet D1 of 13, Detail A — Retaining Wall. Disregard the distances shown on Sheet S2 of 13. 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. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: - 43" 1 -14- i I Brett H. She i Id, P.E. Date Chief Engineer 0 END OF ADDENDUM NO.2 0 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 North Second Street Yakima, Washington 98901 Phone: (509) 57,5 -6113 - Fax (509) 576 -6792 Michael Morales, Director ADDENDUM NO. 3 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For Kiwanis Park Ballfields Phase 3 City Project No.: 2212 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Bid Opening The Bid Opening has been rescheduled to Tuesday, July 26th at 2:00pm. ITEM 2. Standard Specifications; Special Provisions Section 8 -20 Section 8 -20 Illumination, Traffic Signal Systems, and Electrical This entire section is to be deleted and replaced with attached nine (9) pages due to prior omission of Musco Lighting Specifications. ITEM 3. Detail Sheets Musco Lighting Detail Sheets Add attached Musco Lighting Detail Sheets LGS -04, LGS 04/04, LGS -6, and 147216FD to Plans & Details. 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. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: S:), -7 181 li Douglas Mayo, P.E. Date' City Eng veer 0 END OF ADDENDUM NO.3 0 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL This section is supplemented with the following: 8 -20.1 Description This section is supplemented with the following: This work consists of furnishing, testing and field testing all materials and equipment necessary to place into operation the new ballfield lighting systems and site area lighting systems. 8 -20.2 Materials This section is supplemented with the following: Provide new material and equipment approved and labeled for the purpose for which they are to be used by a nationally recognized electrical testing laboratory. Similar items of equipment shall be of the same manufacture and quality. The equipment and materials shall meet applicable UL, NEMA, IEEE, ANSI, ETL, ITL, NECA and NEC standards. 8 -20.3 Construction Requirements 8- 20.3(1) General This section is supplemented with the following: The Contractor is responsible for coordinating with the Washington Department of Labor and Industries for any inspections required on this project. The Contractor shall be responsible to supply any necessary materials, such as, miscellaneous screws, bolts, fasteners, trim or other accessories required to install the new fixtures. The miscellaneous and accessory items shall be of a size, type and finish appropriate to the task and compatible with the finishes of materials with which they are used. Z The work shall conform to all applicable codes, standards, regulations, etc., required, issued or otherwise enforced by any and all authorities having jurisdiction including, but not limited the current edition of the following: International Building Code National Electrical Code Life Safety Code (NFPA 101, 1985 edition) Occupational Safety and Health Administration Any and all other local, state, or national authorities The Contractor has exclusive responsibility for construction means and techniques 1 including compliance with all regulations governing safety and health of employees and the public in the vicinity of construction. The Contractor shall assess proposed 1 Addendum No. 3 July 18, 2011 Page 1 conditions and make all necessary preparations and precautions such as scaffolding, and other temporary construction necessary to accomplish the work in full compliance with the requirements of this section. Provide shop drawings for area lighting fixtures, ballasts, lighting poles, circuit breakers and panelboards. Provide Operating and Maintenance Manuals for lighting fixtures and ballasts and panelboards: The manuals shall be supplied to the Engineer for review and approval in the quantities indicated in Division 1 before any electrical equipment is shipped to the job site. Construction record drawings of the work shall be provided upon completion of the work and shall be folded and punched for insertion into the manual after they are reviewed by the Engineer. Manuals for the electrical system shall be enclosed in 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. Provide manufacturer's installation, operation, maintenance, and service information, shop drawings, and testing records, for each equipment item furnished under the electrical work. Assemble and index each section listing the contents individually on the tab divider for that section. Compile a spare parts list and a suppliers index for each section and assemble in the section provided. Testing Test electrical equipment before it is energized and placed in service. Testing shall be performed by the Contractor in the presence of the Owners representative. Test lighting fixtures and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds. Test wire and cable installation, when complete and seventy -two hours prior to energization of the system. Check for continuity, visual damage and marking. 8- 20.3(5) Conduit Raceway Application: Provide rigid steel conduit and liquid tight flexible metal conduit for conduits run exposed, above grade on the site. I PVC conduit located below grade shall have rigid steel elbows. The use of PVC elbows for horizontal and vertical direction changes is not permitted. I Addendum No. 3 July 18, 2011 Page 2 1 SUPPORTING DEVICES Material: Cold- formed steel, with corrosion - resistant coating. Metal Items for Use Outdoors or in Damp Locations: Hot -dip galvanized steel. Expansion Anchors: Carbon -steel wedge or sleeve type. Support raceway, equipment, and devices from framing members with sufficient clearance for maintenance and service. Provide backing plates, and /or framing material to support equipment, devices and materials which are located between the framing members. 8- 20.3(6) Junction Boxes, Cable Vaults and Pull Boxes Junction and device boxes and fittings which are outdoors or in wet or damp locations shall be galvanized cast iron or cast aluminum with threaded holes or hubs. 8- 20.3(8) Wiring Conductors, No. 10 AWG and Smaller: Solid or stranded copper. Conductors, Larger than No. 10 AWG: Stranded copper. Color code conductors as follows: Basic color coding: 480Y/277 Phase volts A Brown B Orange C Yellow Neutral Gray Ground Green 8- 20.3(9) Bonding Revise the 7th paragraph on Page 8 -79 to read: "shall be made by exothermic welding." in lieu of "shall be made with 2 approved ground clamps." 8- 20.3(13)C Luminaires Clean fixture lens, diffusers, enclosures on fixtures. Dirty enclosures, lens or I diffusers shall be removed, washed and rinsed as recommended by fixture manufacturer. 1 Addendum No. 3 July 18, 2011 Page 3 Lamps that fail before completion of the work shall be immediately replaced by the Contractor. The Contractor shall verify that polarity, voltage and connections are correct before relamping the fixture. SECTION 16500 SPORTS FIELD LIGHTING PART I - GENERAL 1.01 Related Documents Drawings and general provisions of the bid documents, including general and supplementary conditions apply to this section. 1.02 Description of Work A. The Sports Lighting section includes: 1. Galvanized steel pole and luminaire mounting crossarm 2. Luminaire, with appropriate glare /spill light control 3. Lamps 4. Mounting Brackets for Area Lights 5. Pole Foundations 6. Control System B. The purpose of this specification is to define the performance standards, product values and features required, manufacturer's service responsibilities, and design standards for Kiwanis Park, Yakima, WA 1.03 Submittals A. It has been predetermined that these project specifications are the minimum acceptable criteria for this project. Musco Sports Lighting LLC is the only pre- approved equipment supplier. B. Manufacturers requesting approval shall provide submittal information as per Section 1.03 D. Submittal information must be received 5 days prior to bid opening, approved manufacturers will be notified by addendum. C. Submit each item in this article according to the conditions of the contract and specification section. Any deviations to the specification require the manufacturer to list and describe in detail such deviations. Failure to provide this information shall be grounds for immediate rejection. D. Submittal information required: 1. Light scans as per Section 1.04 of the specification. 2. Spill scans as per Section 1.05 of the specification. 3. Detailed warranty information as per Section 3.01 of the specification. 4. Detail foundation design as described in Section 2.01 of the specification. Addendum No. 3 July 18, 2011 Page 4 5. Provide written information for the automated control system to include monitoring. Also provide examples of system reporting and access, include toll free phone numbers for personal contact to operate the system. 6. Energy cost analysis detailing energy and maintenance cost over a 25 year life cycle. 7. A list of 5 similar project references in the State of Washington using the proposed equipment. The list shall include contact names and phone numbers. 1.04 Sports Lighting Performance A. The manufacturer shall supply lighting equipment and computer generated point -by- point analysis to meet the following: a. The performance shall be +/- 10% of predicted mean in accordance with IESNA RP -6 -01 and measured within the first 100 hours of operation. Light Levels shall meet or exceed the following for the entire 5000 hour lamp life. Area of Lighting Entire Field Baseball /Softball infields 50.0 footcandles Baseball /Softball outfields 30.0 footcandles b. Uniformity Ratio: The footcandle level shall have a uniformity ratio of maximum to minimum ratio of not greater than the following: Area of Lighting Entire Field Baseball /Softball infields 2.0:1 Baseball /Softball outfields 2.5:1 c. The manufacturer guarantees field light intensity levels and uniformity ratios at initial start-up and throughout rated life of the lamp (5000 hrs). Light level readings shall be completed as detailed in the point -by -point analysis specification. ' 1.05 Point by Point Analysis ' B. Submitted computer models shall depict the Measurements of light shall be demonstrated on a computer generated model which consists of a grid of a specified number of points covering a stated area on an equally spaced grid. See the below chart for the exact specifications of points, areas, and grid spacing for each field. ' a. Computer Models - Test Stations Area of Lighting # of Points Size of Area to be Covered Grid Spa in Baseball /Softball 25 Infield 20'x 20' Baseball /Softball 94 Outfield 20'x 20' ' The lighting manufacturer shall be required to provide lighting calculations based upon the criteria of one of the following options: tAddendum No. 3 July 18, 2011 Page 5 Option A I. Lamps shall be rated for a nominal 134,000 lumens over the rated life of the lamp; 11. Light levels shall be a constant for 5000 hrs (rated lamp life); 111. Light levels shall be guaranteed over a 25 year period. Option B IV. Lamps shall be rated for a maximum of 155,000 initial lumens. V. A Recoverable Light Loss Factor not greater than 0.70 shall be used. VI. Light levels shall be guaranteed by the manufacturer. VII. Luminaires shall be NEMA 3, 4 & 5, NEMA 2 are not permitted. 1.06 Spill /Glare analysis A. Submitted spill /glare computer models shall depict the field test stations on a line 150' from the boundary of each field, and the test stations shall be shown every 30' along the line with the field lights on. Bidder shall submit as described below: a. Spill Light Values: Light levels shall not exceed the designated average footcandles shown below. These levels shall be shown as initial footcandles and shall be measured from the boundary of the playing field in any direction. From Boundary Line Horizontal Footcandles Maximum Footcandles .40 Average Footcandles .20 PART II - MATERIALS 2.01 Lighting Structure A. General Description The lighting structure system shall consist of a steel pole and steel crossarm assembly, wire harness, and aluminum electrical component enclosure (ECE). The pole shall be supported by a pre- stressed concrete base section embedded in concrete backfill or concrete foundation; or supported by an anchor bolt and base plate assembly with a concrete foundation. Where noted on the electrical drawings, the manufacturer shall provide mounting brackets for area lighting fixtures provided by the Contractor and mounted by the Contractor. MUSCO shall coordinate the installation requirements of area lights with the Contractor in order to provide mounting brackets that coordinate with the actual area lights being provided. Electrical components shall be labeled and listed by a recognized electrical testing laboratory approved by the Washington State Department of Labor and Industries for installation on the project. Addendum No. 3 July 18, 2011 Page 6 1 B. Pole Structural Steel The wind loading on the pole and all attachments shall be based upon the IBC 2009 building code and wind speed at 85 MPH, Exposure C. The pole manufacturer shall provide complete pole and foundation calculations, prepared and sealed by a Structural Engineer, licensed in the State of Washington. C. Foundation Design 1. The foundation design shall be based upon recommendations contained in the Geotechnical Report furnished by the Owner. If a Geotechnical Report is not provided by the Owner, a preliminary foundation design shall be based on soils that meet or exceed those of a Class 5 material as defined by the 1997 UBC Table 18 -1 -A. It shall be the contractor's responsibility to notify the owner of soil conditions other than the design criteria. The owner shall then be responsible and absorb the additional costs associated with: a. Providing engineered foundation embedment design by a registered engineer in the State of Washington for soils other than specified soil conditions. b. Additional materials required to achieve alternate foundation. D. Luminaire Assembly 1. The luminaires shall be separate from the ballasts and capacitors, ballast and capacitor to be mounted remote to the Luminaire in the ECE. 2. Each reflector shall arrive completely assembled c/w lamp and be ready to attach to the crossarm in such a way that its aiming position has been determined relative to all other fixtures on the pole, so that in the factory all luminaires on the assembly are oriented to form a single photometric unit. 3. The crossarm mounting plate shall be attached to the crossarm assembly at the factory and be constructed in such a way that the pre - assembled luminaire shall attach using 2 stainless steel threaded bolts. 4. Lamps shall be 1500 watt metal halide and shall meet ANSI designation M48PC - 1500 and be Philips MH1500MZ (Z lamp orientation) or an approved equal. 5. The reflector shall be cast aluminum and powder coated gray and shall be complete with an external visor. 2.02 Control and Monitoring System 1. Factory assembled lighting control cabinet (LCC) — The LCC shall be assembled and wired by a UL listed panel builder. The LCC shall contain Contactors and Monitoring and Control System. The LCC shall arrive at the job site ready to attach to an existing wall, switchgear, or a free standing enclosure. Addendum No. 3 July 18, 2011 Page 7 a. Control Wire Terminations - The Control Wire Terminations shall include UL listed terminal blocks mounted on a DIN rail and 250 volt, 16 amp, touch safe type fuse holders. b. The LCC shall be constructed of aluminum and shall be powder coated gray. The cabinet door shall utilize a lockable, 3 point latching assembly that provides a NEMA 4 rated seal. c. Contactor Modules — Contactors shall be UL listed for lighting applications. They shall be rated at full capacity, be electrically held, utilize a 120 volt coil and be rated for operation in a ambient temperature range from -40 degrees C to +70 degrees C. d. Warranty — The LCC shall be covered under the standard warranty for the accompanying lighting equipment. 2. Lighting HOA (Hand- Off -Auto) selector switch cabinet located adjacent to the LCC. The switch cabinet shall have HOA switches for each Ballfield as well as a switch for parking lot and plaza area lighting. The OFF -ON -AUTO switches shall operate as follows: The three position switch will control each lighting zone which controls the contactor(s) directly. In the OFF position all contacts are open. In the ON position the ON set of contacts close, closing the circuit to the control relay and closing the contactor. In the AUTO position, the AUTO contacts are closed enabling remote operation. Remote Monitoring System: System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be scheduled. The manufacturer shall notify the owner of outages within 24 hours, or the next business day. The controller shall determine switch position (manual or auto) and contactor status (open or closed). The Monitoring System shall be factory wired to control terminal blocks. 4. Remote Lighting Control System: The Lighting Control System shall allow owners and users with a security code to schedule on /off system operation via a web site, phone, fax or email up to ten years in advance. Manufacturer shall provide and maintain a two -way TCP /IP communication link. Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. The Light Control System shall be factory wired to control terminal blocks. Part III - Warranty and Accountability 3.01 Warranty A. Manufacturer shall include one group lamp replacement to be completed at the end of the 5000 hours of operation. Manufacturer shall warrant the system to meet designed light levels upon completion of this re -lamp. B. Preventative and spot maintenance: Manufacturer shall provide all preventative and spot maintenance, including parts and labor for 25 years from the date of equipment delivery. Individual lamp outages shall be repaired when more than 10% of the lamps are out on any one field, or when lamp outages materially impact the usage of any field. Owner agrees to check fuses in the event of a fixture outage. Addendum No. 3 July 18, 2011 Page 8 3.02 Life Cycle Savings A. Energy Consumption: Based on a 5000 hour operating cycle, the average kWh consumption for the entire field lighting system shall be 102 or less. 3.03 Inspection and Verification - The lighting manufacturer shall guarantee illumination light levels within +/- 10% of the criteria in section 1.04. Field measurements shall be done per IESNA RP -6 -01 recommendations. Failure to achieve the required results will require individual fixture re- aiming and re- measurements at the expense of the manufacturer. 3.04 Field Technician - Manufacturer shall have available a local factory trained technician to provide project support including but not limited to: Lamp replacement, confirm luminaire aiming points, troubleshoot, and educate customer maintenance personnel. 8 -20.4 Measurement Replace with following: Measurement for Site Electrical will be for the sum total of all electrical items and all proposed electrical detailed on plan sheets E1 -E6. Measurement for Field Lighting will be for the sum total of all items listed in section 8 -20 and detailed on detail sheets LSG- 04/04, LSG -04, LSG -06, and 147216FD. 8 -20.5 Payment Payment will be made for the following bid items: "Site Electrical ", by lump sum. "Field Lighting ", by lump sum. Addendum No. 3 July 18, 2011 Page 9 1. Poletop Lu Assembly 2. Wire Horn( (Inside Pole) 3. Electrical Enclosure — Ballasts — Capacitors —Smart Lamp — Fusing — Primary Lon —One Disconr Per Light —SI — Grounding L 4. Galvanized (1, 2, 3 or 5. Precast C Centrifugally SI Typical Light— Structure Green'"t System Detail — 4 Luminaires Green Generation® Luminaire Attachment Bracket F Y -4 1/2' [1029mm] '10' -0" [3048mm] s2' -0• [610mm] Customer /Contractor supplies: — Grounding rod and connection to system grounding lug — Concrete backfill — Underground wiring — Service entrance Removable Pole Cap Wire Access Hub Handhole with Grounding Lug Access Lifting Bar Hole Above Ground Access Hole Underground Access Hole I� Grounding Rod FRONT VIEW SIDE VIEW Y & connection System FIELD SIDE Notes: 1. This drawing is not to scale. 2. ' This dimension for reference only. Variances may occur depending on steel pole tolerances, concrete tolerances, galvanizing thickness, hole depth accuracy. 3. Musco provides o base installation bar, an installation level modified for taper, and installation wedges. 4. Provisions for auxiliary equipment such as speaker or security lighting can be incorporated. 5. Copyright 1991, 2007, 2008 Musco Lighting. Patents issued and pending. LSG -04 1. Poletop Lu Assembly 2. Wire Horn( (Inside Pole) 3. Electrical Enclosure - Ballasts — Capacitors —Smart Lamp — Fusing — Primary Lani —One Disconn Per Light —St — Grounding U 4. Galvanized (1, 2, 3 or 4 5. Precast Ct Centrifugally Sp Typical Light— Structure GreenTm System Detail — 4/4 Luminaires • Green Generations Luminaire Attachment Bracket F 3' -4 1/2" [1029mm] •10' -0* [3048mm] •2' -0' [610mm] Customer /Contractor supplies: — Grounding rod and connection to system grounding lug — Concrete backfill — Underground wiring — Service entrance Removable Pole Cap Wire Access Hub Handhole with Grounding Lug Access Lifting Bar Hole Above Ground Access Hole Underground Access Hole I�►— Grounding Rod FRONT VIEW SIDE VIEW Y & Connection FIELD SIDE System Notes: 1. This drawing is not to scale. 2. ' This dimension for reference only. Variances may occur depending on steel pole tolerances, concrete tolerances, galvanizing thickness, hole depth accuracy. 3. Musco provides a base installation bar, an installation level modified for taper, and installation wedges. 4. Provisions for auxiliary equipment such as speaker or security lighting can be incorporated. 5. Copyright 1991, 2005 Musco Lighting. Patents issued and pending. LSG -04/04 Typical Light— Structure Green'"' System Detail — 6 Luminaires Green Generation® Luminaire Removable Pole Cap 1. Poletop Luminaire Assembly 2. Wire Harness (Inside Pole) Attachment Bracket 3. Electrical Components 4' -4 112' Enclosure [1334mm] — Ballasts — Capacitors —Smart Lamp® Control — Fusing Wire Access Hub — Primary Landing Lugs Q —One Disconnect Per Circuit Per Light— Structure GreenTmSystem H with — Grounding Lug Grounding ng Lug Access Jacking Ear Y10' -0' [3048mm] 4. Galvanized Steel Pole (1, 2, 3 or 4 Sections) Lifting Bar Hole [610mm] Above Ground Access Hole Ground Level Customer /Contractor supplies: Underground Access Hole — Grounding rod and connection Concrete Backfill to system grounding lug 5. Precast Concrete Base / — Concrete i — Underground w wirr ing Centrifugally Spun, Prestressed — Service entrance Grounding Rod FRONT VIEW SIDE VIEW & Connection System FIELD SIDE Notes: 1. This drawing is not to scale. 2. Y This dimension for reference only. Variances may occur depending on steel pole tolerances, concrete tolerances, galvanizing thickness, hole depth accuracy. 3. Musco provides a base installation bar, an installation level modified for taper, and installation wedges. 4. Provisions for auxiliary equipment such as speaker or security lighting can be incorporated. 5. Copyright 1991, 2007, 2008 Musco Lighting. Patents issued and pending. LSG -06 L tA 0 -< *a cL 3 Steel Pole U) a C 'E E Ile Concrete Backfill Pre—Stressed Concrete Base V Ground Line h nit Bury Depth Note: Foundation design based on assumed soil conditions of Class Existing 5 Material per IBC or UBC. Soil Conditions . A1:1 Concrete backfill must have a minimum compressive strength of 3000psi after 28 days. Hole Diameter Pole Locations Fixtures Mounting Base Hole Burial Dressed Pole per Pole Height Weight Diameter Depth Weight* A 1, A3 8 60' 2710 30" 12' 1767 A2, A 4 60' 1840 30" 1 1 10, 1211 1 1 81, 82, 83 6 70' 3780 30" 14' 2163 134, 135, B� 147 216 *Weight of steel pole and fixtures. ES T.BUtZ earn NTS am 03/09/11 COPYNGHT (C) MUSOO UGHITHO lkrL 21*7 Not to be q I und In whole or port without 147216FD the written �t of Musoo UghOW Vm I e, t lodirle, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 North Second Street Yakima, Washington 98901 Phase: (509) 575 -6113 • Fax (509) 576 -6792 Michael Morales, Director ADDENDUM NO. 4 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For Kiwanis Park Ballfields Phase 3 City Project No.: 2212 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Standard Specifications; Special Provisions Section 1 -06 Section 1 -06 Control of Material Buy America The sub section "Buy America" is to be deleted. ITEM 2. Standard Specifications; Special Provisions Section 8 -02 Section 8 -02 Roadside Restoration 8 -02.3 Construction Requirements This section in the Construction Contract Specifications and Bid Documents is supplemented as follows: 8- 02.3(16) Seeded Lawn Installation ' This section is supplemented with the following: A. Seed Mix: 40% Low -grow turf -type Perennial Rye Blend of three different varieties ' 40% Kentucky bluegrass blend of drought resistant varieties such as Touchdown, Banff, Baron, or Adlephi. 20% Turf -type tall fescue cultivars t B. Seeding Rate: 7 lbs. per 1,000 sq. ft. C. All seed minimum 98% pure and minimum 90% germination. D. Hydroseed Mulch /Tackifier: Woodfiber mulch with 3% tackifier, or approved equal. Apply at rate of 2,000 Ibs / acre. E. Fertilizer: Use brands acceptable to Engineer and that conform to applicable State fertilizer laws. 16 -20 -20 at 5 lbs. per 1,000 sq. ft. and 38% ureaformaldehyde at 5 lbs. per 1,000 sq. ft. Note: It is the Contractor's responsibility to use best practices to construct grass outfield by adhering to these specifications as well as section 8- 02.3(16) of the WSDOT Standard Specifications For Road, Bridge, and Municipal Construction 2010 edition. 8- 02.3(17)C BALLFIELD SURFACING MATERIALS B. OUTFIELD SAND MIX This section is supplemented with the following: 1. Submit a representative sample of proposed topsoil to Soils and Plant Laboratory, Anaheim CA (Phone 714 - 282 -8777) for test #A05 -2. Submit test results to City Engineer for review. Adjust fertilizer /amendment composition as recommended by the laboratory. Contractor to make arrangements for, and pay, for tests and fertilizers /amendments. ITEM 3 . Standard Specifications; Special Provisions Section 8 -12 Section 8 -12 Chain Link Fence and Wire Fence 8 -12.5 Payment (This item shall be modified, adding Foul Line Poles, as follows: ) "Backstop/Wing Fence" per each. The unit contract price per each for "Backstop/Wing Fence" shall be full compensation for all labor, equipment and materials needed to furnish and install the Backstop/Wing Fences and Foul Line Poles where shown on the plans and in accordance with the Standard Specifications and contract Special Provisions. 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. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Douglks Mayo, P. Date City Engineer * END OF ADDENDUM NO.4 Addendum 4 Page 2 of 2 7/21/2011 Cl Y OF YAKIMA Kiwanis Park Ballfields Phase 3 "1 City Project No. 2212 June 2011 �g E R Sh�(C� 1w Aq vn 39407 r' �FCISTERT� -S� t�SSI OVAL ' 1 1 CONTENTS CITY OF YAKIMA Kiwanis Park Ballfields Phase 3 City Project No. 2212 SECTION PAGE INVITATION TO BID .............................................. ............................... 5 STANDARD SPECIFICATIONS Standard Specifications ........................................ ............................... 7 Amendments to the 2006 Standard Specifications ...... ..............................7 SPECIAL PROVISIONS General Special Provisions and Contract Special Provisions ...................... 87 ProjectDescription .......................................... .............................88 1 -02 Bid Procedures and Conditions ................ ............................... 90 1 -03 Award and Execution of Contract .............. ............................... 93 1 -04 Scope of Work ...................................... ............................... 95 1 -05 Control of Work ..................................... ............................... 95 1 -06 Control of Material ................................. ............................... 99 1 -07 Legal Relations and Responsibilities to the Public ....................... 102 1 -08 Prosecution and Progress ....................... ............................... 111 1 -09 Measurement and Payment ...................... ............................... 115 1 -10 Temporary Traffic Control ......................... ............................... 116 2 -01 Clearing, Grubbing, and Roadside Cleanup . ............................... 117 2 -02 Removal of Structure and Obstruction ............. ............................117 2 -03 Roadway Excavation and Embankment ................. ............................118 5 -04 Hot Mix Asphalt ................................... ............................... 120 5 -04 Porous Asphalt Pavement ....................... ............................... 120 6 -03 Steel Structures ................................................ ............................... 135 6 -04 Timber Structures ............................................. ............................... 140 7 -05 Manholes, Inlets, Catch Basins, and Drywells .. ............................... 143 7 -08 General Pipe Installation Requirements ............ ............................... 143 7 -09 Water Mains ...................................................... ............................... 144 7 -17 Sanitary Sewers ................................................ ............................... 144 8 -01 Erosion Control and Water Pollution Control ............................. 145 8 -02 Roadside Restoration ....................................... ............................... 146 8 -04 Curbs, Gutters, and Spillways .......................... ............................... 149 8 -06 Cement Concrete Driveway Entrances .... ............................... 149 8 -07 Precast Traffic Curb and Block Traffic Curb ........................... 150 8 -12 Chain Link Fence and Wire Fence ................... ............................... 152 8 -20 Illumination, Traffic Signal Systems, and Electrical .......................... 160 3 8 -21 Permanent Signing ......................................... ............................... 163 8 -24 Rock and Gravity Block Wall and Gabion Cribbing ....................... 163 ' STANDARD PLANS ..................................... ............................... 171 Contract Form ............................................... ............................... Performance Bond Form ................................... ............................... Informational Certificate of Insurance ................... ............................... Informational Additional Insured Endorsement ....... ............................... Minimum Wage Affidavit Form .......................... ............................... 179 '181 183 185 '187 PREVAILING WAGE RATES Prevailing Wage Rates ...................................... ............................... 189 ' PROPOSAL ProposalForm ................................................ ............................... 209 Item Proposal Bid Sheet .................................. ............................... BidBond Form ................................................ ............................... 211 215 ' Non - Collusion Declaration ................................. ............................... 217 Non - Discrimination Provision ............................. ............................... SubcontractorList .......................................................... ............................... 218 219 ' Women and Minority Business Enterprise Policy ... ............................... 221 Council Resolution .......................................... ............................... 222 Affirmative Action Plan .................................... ............................... 223 Bidders Certification ......................................... ............................... 225 Materially and Responsiveness ........................... ............................... 227 Proposal Signature Sheet ................................ ............................... 229 BiddersCheck List .......................................... ............................... 231 PLANS & DETAILS ' Traffic Control Plans .................... ............................... .......................Attached Construction Plans ...................... ............................... .......................Attached M 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 19, 2011 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Kiwanis Park Ballfields Phase 3 City Project No. 2212 This project consists of constructing three new baseball /softball fields with a 2500 square yard plaza including lights and fencing, approximately 100 feet of pedestrian pathway, a 3500 square yard parking lot, and other related work. 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 $50.00 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 28TH day of June, 2011 PUBLISH: June 28, 2011 July 5, 2011 1 5 Deborah J. Kloster CITY CLERK INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 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. SECTION 1 -01, DEFINITIONS AND TERMS August 2, 2010 1- 01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is treplaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1 -02, BID PROCEDURES AND CONDITIONS January 4, 2010 1 -02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.com or Insu revision. com and BidX.com. 1 -02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1- 02.12. The following new paragraph is inserted after the first paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- ' 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. t 1 SECTION 1 -06, CONTROL OF MATERIALS January 3, 2011 1 -06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub - section: 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 • Prestressed Concrete Girders and Precast Bridge Components • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Epoxy Coated Reinforcing Steel • Painted and Powder Coated Luminaire and Signal Poles • 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. 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. n. 1 I 1- 06.2(2)A General Table 2 "Pay Factors" on page 1 -39 is revised to read: i] Table 2 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 n_43 n =67 to to to to to to to to to to n_11 n_14 n_17 n =22 n_29 n_42 n_66 b 1.05 b 0.85 46 51 54 56 100 100 100 100 100 100 100 100 100 100 1.04 0.84 45 49 53 55 100 99 97 95 96 96 96 97 97 97 97 1.03 44 48 51 54 100 98 96 94 92 93 93 94 95 95 96 96 1.02 47 50 53 54 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 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 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 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 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 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 0.91 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 0.89 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 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 1 ,vv,.,..,.--/ ITable 2 "Pay Factors" on page 1 -40 is revised to read: 1 1 Table 2 PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu + 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 b 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 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 41 46 1 49 51 53 55 1 56 1 58 59 61 63 64 66 68 70 0.80 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 1 53 54 1 56 1 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. 0 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC January 3, 2011 1 -07.2 Sales Tax The third sentence in the first paragraph is revised to read: The Contractor shall contact the Contract Payment section of the Division of Accounting & Financial Services of the Department of Transportation, Olympia WA for questions on sales tax. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). 1- 07.9(1) General The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: 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 -07.14 Responsibility for Damage The third, fourth and fifth paragraphs are revised to read: Subject to the limitations in this section and RCW 4.24.115 the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Subject to the limitations in this section and RCW 4.24.115, the Contractor shall indemnify, defend, and save harmless any county, city, or region, its officers, and employees connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the 10 n I protection of the State, its officers and employees, provided that no retention of money due the Contractor be made by the State except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city, or district. Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the _ Contractor ..or__the..Contractor's agent..or.employees,_the indemnity provisions..provided.in..the preceding paragraphs of this section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. This section is supplemented with the following: THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION OBLIGATIONS SET FORTH IN SECTION 1- 07.14, THE CONTRACTOR SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE SUBCONTRACTOR. 1 -07.15 Temporary Water Pollution /Erosion Control The fourth paragraph is deleted. 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan The third sentence in the first paragraph is revised to read: No on -site construction activities may commence until the Contracting Agency accepts a SPCC Plan for the project. In item number 10, the first paragraph below the pay item "SPCC Plan," lump sum is revised to read: When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. 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. 11 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 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 designated by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 1 -07.18 Public Liability and Property Damage Insurance This section is deleted in its entirety and replaced with the following: 1 -07.18 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Secretary (Section 1- 05.12). Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State, the Governor, the Commission, the Secretary , the Department and all officers and employees of the State as named insured. 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each one year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations coverage shall be provided for a period of three years following Substantial Completion of the Work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the Work with a combined single limit of not less than $1,000, 000 each occurrence. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence with the State named as an additional insured or designated insured in connection with the Contractor's Performance of the Contract. If pollutants are to be 12 transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in- transit pollution risk is covered under a Pollution Liability insurance policy. 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees of the State, and their respective members, directors,_ officers, employees,. agents and consultants (collectively the "Additional Insureds ") shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non - contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self- insurance beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. All insurance coverage required by this Section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. All endorsements adding Additional Insureds to required policies shall be issued on (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. 5. The coverage limits to be provided by Contractor for itself and to the Contracting Agency and Additional Insureds pursuant to this section or any Special Provision, shall be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products /completed operations claims. The additional insured coverage required under this Section for products /completed operations claims shall remain in full force and effect for not less than three years following Substantial Completion of the project. If the Contractor maintains, at any time, coverage limits for itself in excess of limits set forth in this Section 1 -07.18 or any Special Provision, then those additional coverage limits shall also apply to the Contracting Agency and the Additional Insureds. This includes, but is not limited to, any coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. 6. All insurance policies and coverage's required under Section 1 -07.18 and Section 1- 07.10 shall contain a waiver of subrogation against the Contracting Agency , the State, any Additional Insured and their respective departments, agencies, boards, and commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. This waiver has been mutually negotiated by the parties. 7. Where applicable, the Contractor shall cause each Subcontractor to provide insurance that complies with all applicable requirements of the Contractor - provided insurance as set forth herein, in circumstances where the Subcontractor is not covered by the Contractor - provided insurance. The Contractor shall have sole responsibility for determining the limits of coverage required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent 13 business practices. In the event that a Subcontractor is required to add the Contractor as an additional insured pursuant to its contract for Work at the Project, then the Contractor shall also cause each Subcontractor to include the Contracting Agency and the Additional Insureds as additional insureds as well, for primary and non- contributory limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a "Special Provision ". - - 8. Unless specifically noted otherwise in the Contract Documents, the parties to this Contract do not intend by any of the provisions of this Contract to cause the public or any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. It is the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which supplies materials, labor, services, or equipment to the Contractor for the performance of the Work shall become thereby a third party beneficiary of this Contract. The Contract Documents shall not be construed to create a contractual relationship of any kind between the Contracting Agency and a Subcontractor or any other Person except the Contractor. 9. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. 10. With the exception of the Commercial Automobile liability coverage, no policies of insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and all disputes concerning (i) terms and scope of insurance coverage afforded by the policies required hereunder and /or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 11. Prior to Contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504- 7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these Specifications. Within 30 days of being awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 14 u 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the Department of Transportation, Contract Payment Section, P.O. Box 47420 Olympia, WA 98504 -7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13. Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification and copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5- business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit Contract prices and no additional payment will be made. SECTION 1 -08, PROSECUTION AND PROGRESS January 3, 2011 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: 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. tItem number 2.c. in the sixth paragraph is revised to read: c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports of tAmounts Credited as DBE Participation, as required by the Contract Provisions. ' 15 11 SECTION 1 -09, MEASUREMENT AND PAYMENT January 3, 2011 1- 09.2(1) General Requirement for Weighing Equipment This section is revised to read: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. Scales Scales shall: be accurate to within 0.5- percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; 4. be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt scales are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. scale verification checks are performed at the direction of the Contracting Agency (see Section 1- 09.2(5)); 3. several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 16 LI 4. test results su s and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize ' form 422 -027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity ' tickets for scales that are not self - printing. The Contractor shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; 2. contract number; 3. contract unit Bid item; 4. unit of measure; 5. identification number of hauling vehicle; and 6. weight delivered a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales ' The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. 1- 09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. 1- 09.2(3) Specific Requirements for Platform Scales In the first paragraph, the last sentence is revised to read: A tare weight shall be taken of each hauling vehicle at least once daily. The third paragraph is deleted. 17 1- 09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. Verification checks may not be routinely conducted quantities of weighed material who's estimated proposal quantity, multiplied by its unit price, has a value of less than $20,000. The verification will consist of one of the following methods and be at the Contractor's option: 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale and then check the project scale with it. 3. Establish a certified fixed load weighing at least 10,000 pounds as a check - weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. Should the scale verification check reveal a weight difference of more than 0.5- percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5- percent limit, the Contractor shall immediately stop weighing and the scale shall be recertified at the Contractor's expense. Belt Scales, To test the accuracy of a belt- conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the Engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1 ' 1- 09.2(6) Payment This section is revised to read: Unless specified otherwise the Contracting Agency will pay for no materials received by weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. ' The Contractor shall not be compensated for any loss from under weighing that is revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all material weighed since the last valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5- percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to ' weighing and proportioning materials for payment. These costs include but are not limited to: • furnishing, installing, certifying, and maintaining scales; ' providing a weigher to operate a Contractor provided scale; ' providing a weigher to operate a commercial scale, if necessary; • providing self - printing tickets, if necessary; • rerouting a truck for verification weighing; ' assisting the Engineer with scale verification checks; • any other related costs associated with meeting the requirements of this section. 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. ' 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 19 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. In the third paragraph, the second sentence is deleted. 1- 09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL January 3, 2011 In Division 1 -10, all references to "truck mounted" are revised to read "transportable ". 1- 10.2(3) Conformance to Established Standards The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. 1- 10.3(2)C Lane Closure Setup/Takedown Item number 1 in the first paragraph is revised to read: If the Plans show a portable changeable message sign, it shall be established in advance of the operation; far enough back to provide warning of both the operation and any queue of traffic that has formed during the operation. 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. 20 1 ' In the third paragraph, t " ' ' " he reference to trucks is revised to read host vehicles . 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)". SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April .5, 2010 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. 1 r� SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2 -02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the 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. SECTION 2 -09, STRUCTURE EXCAVATION January 3, 2011 2- 09.3(1)E Backfilling The sixth paragraph is revised to read: The water /cement ratio shall be calculated on the total weight of cementitious material. Cementitious materials are those listed in Section 5 -05.2. 21 2- 09.3(2) Classification of Structure Excavation Item number 1 is revised to read: 1. Class A. Structure excavation required for bridge and retaining wall footings, geosynthetic retaining wall footings, structural earth walls and sign structure footings, pile or drilled shaft caps, seals, wingwall footings, detention vaults, and noise barrier wall footings shall be classified as Structure excavation Class A. If the excavation requires a cofferdam, structural shoring, or extra excavation, the work outside the neat lines of the Structure excavation Class A shall be classified as shoring or extra excavation Class A. 2- 09.3(3)D Shoring and Cofferdams The 14th paragraph is revised to read: If soldier piles are placed in drilled holes, and lagging is installed concurrently with the excavation, all backfill above the bottom of the lagging shall consist of controlled density fill or lean concrete. Backfill below the bottom of the lagging may consist of pea gravel. If full - height steel sheet lagging is installed prior to excavation, soldier pile holes may be backfilled with pea gravel. 2 -09.4 Measurement The second sentence in the second paragraph, following: "Horizontal Limits ", is supplemented with the I (4) more than 1 -foot outside the perimeter of the soil reinforcement area for geosynthetic and structural earth walls. SECTION 5 -04, HOT MIX ASPHALT April 5, 2010 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: 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. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal 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: 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 22 1 IF ' 5- 04.3(10)61 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. ' SECTION 5 -05, CEMENT CONCRETE PAVEMENT January 3, 2011 ' 5 -05.2 Materials This section is supplemented with the following: ' Cementitious Materials are considered to be the following: portland cement, blended hydraulic cement, fly ash, ground granulated blast- furnace slag, microsilica fume, and metakaolin. 5- 05.3(1) Concrete Mix Design For Paving In number 1., the second sentence in the fourth paragraph is revised to read: ' Cementitious materials are those listed in Section 5 -05.2. ' In number 3.c., the last paragraph is deleted. 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement ' All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". In the fifth paragraph "WAQTC FOP for TM 2" is revised to read "WAQTC TM 2 ". The eighth paragraph is revised to read: t Acceptance testing for compliance of air content and 28 -day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC / AASHTO T 152. ' Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. 5- 05.3(11) Finishing The first sentence in the third paragraph is revised to read: On projects requiring less than 500 - square yards of cement concrete pavement or irregular ' areas the surface finish may be either longitudinal tining or be given a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. The third sentence in the third paragraph is deleted. The last sentence in the third paragraph is revised to read: ' 23 Regardless of the surface finish, if the pavement has a raised curb without a formed concrete gutter, the texturing shall end 2 -feet from the curb line. This section is supplemented with the following two new paragraphs: The standard method of surface finish shall be longitudinal tining. In advance of curing operations, where longitudinal tining is required, the pavement shall be given an initial and a final texturing. Initial texturing shall be performed with a burlap drag or broom device that will produce striations parallel with centerline. Final texturing shall be performed with a spring steel tine device that will produce grooves parallel with the centerline. The spring steel tine device shall be operated within 5- inches, but not closer than 3- inches, of pavement edges. Burlap drags, brooms and tine devices shall be installed on self - propelled equipment having external alignment control. The installation shall be such that when texturing, the area of burlap in contact with the pavement surface shall be maintained constant at all times. Broom and tine devices shall be provided with positive elevation control. Downward pressure on pavement surface shall be maintained at all times during texturing so as to achieve uniform texturing without measurable variations in pavement profile. Self- propelled texturing machines shall be operated so that travel speed when texturing is maintained constant. Failure of equipment to conform to all provisions in this paragraph shall constitute cause for stopping placement of concrete until the equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing device shall be rectangular in cross section, 3/32 to '/8 inch wide, on 3/4 inch centers, and of sufficient length, thickness and resilience to form grooves approximately 3/16 inch deep in the fresh concrete surface. Final texture shall be uniform in appearance with substantially all of the grooves having a depth between 1/16 inch and 5/16 inch. 5- 05.3(12) Surface Smoothness The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves. 5- 05.3(13)A Curing Compound The tenth paragraph is deleted. 5- 05.3(16) Protection of Pavement All references to " AASHTO T 22" are revised to read VSDOT FOP for AASHTO T 22 ". 01 I fl I r L II 5- 05.3(17) Opening to Traffic All references to " AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". SECTION 6 -01, GENERAL REQUIREMENTS FOR STRUCTURES August 2, 2010 6 -01.6 Load Restrictions on Bridges Under Construction In the first paragraph "roadway deck" is deleted and replaced with "bridge deck ". 6 -01.8 Approaches to Movable Spans In the first paragraph "roadway" is deleted and replaced with "bridge deck ". SECTION 6 -02, CONCRETE STRUCTURES January 3, 2011 In Division 6 -02, all references to "roadway slab ", "roadway deck" and "deck slab" are deleted and replaced with "bridge deck ". 6 =02.2 Materials In the first paragraph, the following item is inserted after the item "Microsilica Fume ": Metakaolin 9 -23.12 6- 02.3(1) Classification of Structural Concrete The first paragraph is deleted and replaced with the following two new paragraphs: The class of concrete to be used shall be as noted in the Plans and these Specifications. The Class includes the specified minimum compressive strength in psi at 28 days (numerical class) and may include a letter suffix to denote structural concrete for a specific use. Letter suffixes include A for bridge approach slabs, D for bridge decks, P for piling and shafts, and W for underwater. The numerical class without a letter suffix denotes structural concrete for general purposes. Concrete of a numerical class greater than 4000 shall conform to the requirements specified for either Class 4000 (if general purpose) or for the appropriate Class 4000 with a letter suffix, as follows: 1. Mix ingredients and proportioning specified in Section 6- 02.3(2) and Section 6- 02.3(2)A. 2. Consistency requirements specified in Section 6- 02.3(4)C. 3. Curing requirements specified in 6- 02.3(11). 6- 02.3(2) Proportioning Materials The table following the third paragraph is revised to read: 25 Table 2 Cementitious Requirement for Concrete Class of Minimum Minimum % Maximum % Maximum % Concrete Cementitiou replacement replacement replacement s of fly as for of fly ash of ground Content portland for granulated (lbs) cement portland blast cement furnace slag for portland cement 4000 564 * 35 40 4000A 564 * 20 30 4000D 660 10 20 30 4000P 600 15 35 40 4000W 564 * 35 40 3000 564 * 35 40 Commercial * *564 35 40 Concrete Pumpable * * * ** * ** Lean Concrete Lean 140-200 * 35 40 Concrete * No minimum specified ** For Commercial Concrete the minimum cementitious content is only required for sidewalks, curbs and gutters * ** No maximum specified The fifth paragraph is revised to read: The water /cement ratio shall be calculated on the total weight of cementitious material. Cementitious materials are those listed in Section 5 -05.2. With the Engineers written approval microsilica fume and metakaolin can be used in all classifications of Class 4000, Class 3000 and commercial concrete and is limited to a maximum of 10% of the cementitious material. 6- 02.3(2)A Contractor Mix Design The fourth, fifth and sixth sentences of the first paragraph are deleted and replaced with the following sentence: All proposed concrete mix shall meet the requirements of Table 2 Cementitious Requirement for Concrete in Section 6- 02.3(2). 6- 02.3(2)D Lean Concrete This section is revised to read: POR Lean concrete shall have a minimum cementitious material content of between 145 and 200 - pounds per cubic yard and have a maximum water /cement ratio of 2. 6- 02.3(6) Placing Concrete The third paragraph is revised to read: All foundations, forms, and contacting concrete surfaces shall be moistened with water just before the concrete is placed. Any standing water on the foundation, on the concrete surface, or in the form shall be removed. The following new sentence is added after the fourth sentence in the fourth paragraph: The submittal to the Engineer shall include justification that the concrete mix design will remain fluid for interruptions longer than 30- minutes between placements. 6- 02.3(6)D Protection Against Vibration The first paragraph is revised to read: Freshly placed concrete shall not be subjected to excessive vibration and shock waves during the curing period until it has reached a 2000 -psi minimum compressive strength for structural concrete and lower strength classes of concrete. 6- 02.3(10)D Concrete Placement, Finishing, and Texturing The following paragraph is inserted at the beginning of this section: Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2 -06 and 5- 05.3(6). 6- 02.3(10)F Bridge Approach Slab Orientation and Anchors The third sentence in the second paragraph is revised to read: All metal parts of the approach expansion anchor shall receive one coat of paint conforming to Section 9- 08.1(2)F or be galvanized in accordance with AASHTO M 232. 6- 02.3(11) Curing Concrete In the fifth paragraph "Type 1 D" is revised to read "Type 1 D, Class B ". 6- 02.3(17)B Allowable Design Stresses and Deflections Under the heading "Timber ", the second sentence is revised to read: The allowable stresses and loads shall not exceed the lesser of stresses and loads given in ' the table below or factored stresses for designated species and grade in Table 7.3 of the Timber Construction Manual, latest Edition by the American Institute of Timber Construction ' Under the heading "Steel ", the first sentence is revised to read: 1 27 1 For identified grades of steel, design stresses shall not exceed those specified in the Steel Construction Manual, latest Edition by the American Institute of Steel Construction, except I as follows: 6- 02.3(17)F Bracing ' Under the heading "Temporary Bracing for Bridge Girders ", the table is revised to read: Girder Series Distance in Inches W42G 30 W50G 42 W58G 63 W74G 66 Prestressed concrete tub girders with webs with flanges 30 WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G, and WF100G 70 W32BTG, W38BTG, and W62BTG 70 WF74PTG, WF83PTG, WF95PTG, and WF100PTG 70 6- 02.3(17)N Removal of Falsework and Forms The first paragraph including table is revised to read: If the Engineer does not specify otherwise, the Contractor may remove forms based on an ' applicable row of criteria in the table below. Both compressive strength and minimum time criteria must be met if both are listed in the applicable row. The minimum time shall be from the time of the last concrete placement the forms support. In no case shall the Contractor ' remove forms or falsework without the Engineer's approval. 18:3 11 Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strength1 Stren th1 Columns, walls, non- — — 3 days sloping box girder webs, abutments, footings, pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- — 1400 psi 18 hours sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile — — 18 hours caps, and shaft ca s.z Crossbeams, shaft caps, 80 — 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 — 10 days wood or steel stringers or on steel or prestressed concrete girders. 3 Box girders, T -beam 80 — 14 days girders, and flat -slab Su erstructure.3 Arches.3 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. IThe third and fourth paragraphs are deleted. IThe fifth paragraph is revised to read: Curing shall comply as required in Section 6- 02.3(11). The concrete surface shall not ' become dry during form removal if removed during the cure period. J 29 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings In the fourth paragraph "9- 20.3(4)" is revised to read "Section 9- 20.3(4) ". 6- 02.3(24) Reinforcement This first paragraph is revised to read: Although a bar list is normally included in the Plans, the Contracting Agency does not guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement fabrication details shall be determined from the information provided in the Plans. The third paragraph is deleted. 6- 02.3(24)C Placing and Fastening The eighth paragraph is revised to read: Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. The 14th paragraph is revised to read: Clearances for main bars shall be at least: 4- inches between: Bars and the surface of any concrete masonry exposed to the action of salt or alkaline water. 3- inches between: Bars and the surface of any concrete deposited against earth without intervening forms. 2 -' /2- inches between: Adjacent bars in a layer. Bridge deck bars and the top of the bridge deck. 2- inches between: Adjacent layers. Bars and the surface of concrete exposed to earth. Reinforcing bars and the faces of forms for exposed aggregate finish. 1 - %2- inches between: Bars and the surface of concrete when not specified otherwise in this Section or in the Plans. Barrier and curb bars and the surface of concrete. 1 -inch between: Slab bars and the bottom of the slab. Slab bars and the top surface of the bottom slab of a cast -in -place concrete box girder. The following new paragraph is inserted after the 14th paragraph: Cover to ties and stirrups may be %2 -inch less than the values specified for main bars but shall not be less than 1 -inch. 011 6- 02.3(24)F Mechanical Splices Items 1, 2, and 3 in the fourth paragraph are revised to read: 1. Mechanical splices shall develop at least 125 percent of the specified yield strength of ' the unspliced bar. The ultimate tensile strength of the mechanical splice shall exceed that of the unspliced bar. 2. The total slip of the bar within the spliced sleeve of the connector after loading in t tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured displacements between gage points clear of the splice sleeve: a. 0.01 inches for bar sizes up to No. 14. b. 0.03 inches for No. 18 bars. ' 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. ' 6- 02.3(25) Prestressed Concrete Girders Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is revised to read: ' WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. Under the heading "Spliced Prestressed Concrete Girder" the fourth sentence is revised to read: Ducts shall conform to the Section 6- 02.3(26)E requirements for internal embedded installation except that ducts for I girders may be 24 gage, semi - rigid, galvanized, corrugated, ferrous metal. Ducts shall be round, unless the Engineer approves use of ' elliptical shaped ducts. Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to ' read: WSDOT standard girders in this category include Series WF74PTG, WF83PTG, WF95PTG and WF100PTG. 6- 02.3(25)1 Fabrication Tolerances Item Number 1 in the first paragraph is revised to read: 1. Prestressed Concrete Girder Length (overall): ± 1/4 -inch per 25 -feet of beam length, ' up to a maximum of ± 1 -1/2 -inch. 6- 02.3(25)L Handling and Storage In the third sentence of the second paragraph, the reference to "1- foot -9- inches" is revised to read "3- foot -0- inches ". 1 31 In the fourth paragraph, the second, third, and fourth sentences are revised to read: The lifting locations and concrete release strengths shown in the girder schedule in the Plans assume that these temporary strands are pretensioned. Alternatively, these temporary strands may be post- tensioned, provided the same lifting locations indicated in the girder schedule are used and the strands are tensioned prior to lifting the girder from the form. These temporary strands shall be of the same diameter, and shall be tensioned to the same force, as the permanent strands. In the fifth paragraph, the following new sentence is inserted after the second sentence: When temporary top strands are not needed for lifting but are required for shipping, they shall be post- tensioned on the same day that the permanent prestress is released into the girder. 6- 02.3(25)N Prestressed Concrete Girder Erection The seventh paragraph is supplemented with the following: The aspect ratio (height/width) of oak block wedges at the girder centerline shall not exceed 1.0. 6- 02.3(26)E Ducts Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in the second paragraph is revised to read: Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of PP0340B14541 to PP03401367884. This section is supplemented with the following: All duct splices, joints, couplings and connections to anchorages shall be made with devices or methods (mechanical couplers, plastic sleeves, shrink sleeve) that are approved by the duct manufacturer and produce a smooth interior alignment with no lips or kinks. All connections and fittings shall be air and mortar tight. Taping is not acceptable for connections and fittings. 6- 02.3(26)H Grouting The first sentence in the last paragraph is deleted. 6- 02.3(27) Concrete for Precast Units The first paragraph is supplemented with the following: Type III portland cement is permitted to be used in precast concrete units. The third paragraph is deleted. This section is supplemented with the following new sub - sections: 9% 6- 02.3(27)A Use of Self Consolidating Concrete for Precast Units ' Self Consolidating Concrete (SCC) is concrete that is able to flow under its own weight and completely fill the formwork without the need of any vibration while maintaining homogeneity, even in the presence of dense reinforcement. SCC shall be capable of flowing through the steel reinforcing bar cage without segregation or buildup of differential head inside or outside of the steel reinforcing bar cage. SCC may be used for the following precast concrete structure elements: 1. Precast roof, wall and floor panels, and retaining wall panels in accordance with Section 6- 02.3(28). ' 2. Precast reinforced concrete three sided structures in accordance with Section 6- - 02.3(28) as supplemented in the Special Provisions. ' 3. Precast concrete barrier in accordance with Section 6- 10.3(1). �I u 4. Precast concrete wall stem panels in accordance with Section 6- 11.3(3). 5. Precast concrete noise barrier wall panels in accordance with Section 6- 12.3(6). ' 6. Structural earth wall precast concrete facing panels in accordance with Section 6 -- 13.3(4). 7. Precast drainage structure elements in accordance with Section 9- 05.50. 8. Precast junction boxes, cable vaults, and pull boxes in accordance with Section 9- 29.2. 6- 02.3(27)B Submittals for Self Consolidating Concrete for Precast Units With the exception of items 3, 7, and 8 in Section 6- 02.3(27)A, the Contractor shall submit the mix design for SCC to the Engineer for annual approval in accordance with Section 6- 02.3(28)6 . The mix design submittal shall include items specified in Section 6- 02.3(2)A and results of the following tests conducted on concrete that has slump flow within the slump flow range defined below: 1. Slump Flow. a. The mix design shall specify the target slump flow in inches, in accordance ' with WSDOT FOP for ASTM C 1611. The slump flow range is defined as the target slump flow plus or minus 2- inches. b. The visual stability index (VSI) shall be less than or equal to 1, in accordance ' with ASTM C 1611, Appendix X1, using Filling Procedure B. c. The T50 flow rate results shall be less than 6- seconds in accordance with ASTM C 1611, Appendix X1, using Filling Procedure B. 2. Column Segregation. 33 �I u a. The maximum static segregation shall be 10- percent in accordance with ASTM C 1610. b. The Maximum Hardened Visual Stability Index (HVSI) shall be 1 in accordance with AASHTO PP 58. 3. J ring test results for passing ability shall be less than or equal to 1.5- inches in accordance with the WSDOT FOP for ASTM C 1621. 4. Air content shall be tested in accordance with WSDOT Test Method T 818, and shall conform to Section 6- 02.3(2)A. 5. Concrete unit weight results in pounds per cubic foot shall be recorded in accordance with AASHTO T 121, except that the concrete shall not be consolidated in the test mold. 6. The temperature of all concrete laboratory test samples shall be tested in accordance with AASHTO T 309 and shall conform to the placement limits specified in Section 6- 02.3(4)D. 7. The modulus of elasticity in pounds per square inch at 28 days shall be recorded ' in accordance with ASTM C 469. Use of Type III cement is permitted. Placement for construction may include consolidation using light vibration, but the requirements of Section 6- 02.3(4)C for consistency will not apply. Items 3, 7, and 8 in Section 6- 02.3(27)A require the precast plant to cast one representative structure acceptable to the Engineer and have the structure sawn in half for examination by the Contracting Agency to determine that segregation has not occurred. The Contracting Agency's approval of the sawn structure will constitute approval of the precast plant to use SCC and a concrete mix design submittal is not required. 6- 02.3(27)C Acceptance Testing of Self Consolidating Concrete for Precast Units Acceptance testing shall be performed by the Contractor and test results shall be submitted to the Engineer. Placement of SCC for concrete testing such as cylinder preparation shall be in accordance with WSDOT Test Method T 819. SCC for items 1, 2, 4, 5, and 6 in Section 6- 02.3(27)A will be accepted in accordance with Section 6- 02.3(5) procedures, and based on conformance to the requirements specified above and in Section 6- 02.3(2)A, for the following: 1. Temperature. 2. Air content. K11 l 3. Compressive strength at 28 -days. 4. Slump flow within the target slump flow range. 5. J ring passing ability less than or equal to 1.5- inches. 6. VSI less than or equal to 1. SCC for concrete barrier will be accepted in accordance with temperature, air, and compressive strength testing listed above. SCC for precast junction boxes, cable vaults, and pull boxes will be accepted in accordance with temperature and compressive strength testing listed above. SCC for precast drainage structure elements will be accepted in accordance with the requirements of AASHTO M 199. 6- 02.3(28)B Casting The second paragraph is revised to read: Concrete shall meet requirements of Section 6- 02.3(25)B for annual pre - approval of the ' concrete mix design, and slump. If SCC is used the concrete shall conform to Sections 6- 02.3(27)6 and 6- 02.3(27)C. ' 6- 02.3(28)F Tolerances The reference to "PCI -MNL -166" is revised to read "PCI -MNL- 116 ". SECTION 7 -17, SANITARY SEWERS January 3, 2011 J F1 Ll The fourth paragraph is supplemented with the following item: Polypropylene Sewer pipe 9 -05.25 7 -17.5 Payments The following bid item is inserted after the bid item "ABS Composite Sewer Pipe_ln. Diam ": "Polypropylene Sewer Pipe In. Diam. ", per linear foot. 35 7 -17.2 Materials The first paragraph is revised to read: Pipe used for sanitary sewers may be: Rigid Thermoplastic ' Concrete ABS Composite Vitrified Clay PVC (Polyvinyl Chloride) Ductile Iron Polypropylene J F1 Ll The fourth paragraph is supplemented with the following item: Polypropylene Sewer pipe 9 -05.25 7 -17.5 Payments The following bid item is inserted after the bid item "ABS Composite Sewer Pipe_ln. Diam ": "Polypropylene Sewer Pipe In. Diam. ", per linear foot. 35 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL January 3, 2011 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8- 01.3(1) General 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. The table in the seventh paragraph is revised to read: Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: 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: 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. Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum May 1 to September 30 7 -days maximum W Eastern Washington (East of the Cascade Mountain crest.) 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: 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 edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a 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)6 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. 37 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 HECP Type 3 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. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder ". The fourth paragraph is revised to read: Temporary seed applied outside the application windows established in 8- 01.3(2)F shall be covered with a mulch containing either HECP Type 2 Mulch or HECP Type 1 Mulch, as designated by the Engineer. 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 HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The third sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200 - pounds per acre of HECP Type 3 Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM) ", "within" is revised to read "after". The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: Soil Binding Using HECP Type 2 Mulch The HECP Type 2 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions. The HECP Type 2 Mulch may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when CM precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including titled is revised to read: Soil Binding Using HECP Type 1 Mulch The HECP Type 1 Mulch 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' (West of the Cascade Mountain crest) March 1 through May 15 September 1 through October 1 Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 only ' 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 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: 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 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: 39 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 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 fast 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. 8- 01.3(6)D Wattle Check Dam This section is revised to read: 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. 40 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 than 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)6 Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: 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: Straw Bale Barriers shall be installed in accordance with the Plans. 8- 01.3(9)D Inlet Protection The first three paragraphs are revised to read: t 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. When the depth of accumulated sediment and debris reaches approximately '/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. 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. I'll 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. "Gravel Filter Berm ", per linear foot. 42 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. 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 following bid item is inserted after the bid item "Mulching with Pam ": "Mulching with HECP Type 3 Mulch ", per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with HECP Type 2 Mulch" The bid item "Mulching with MBFM /FRM" is revised to read: "Mulching with HECP Type 1 Mulch" ' SECTION 8 -02, ROADSIDE RESTORATION January 3, 2011 1 8 -02.2 Materials In the first paragraph, the following item is inserted after the item "Fertilizer 9- 14.3 ": ' Mulch and Amendments 9 -14.4 8- 02.3(2) Roadside Work Plan ' 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: 1 43 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. 8- 02.3(2)A Chemical Pesticides This section is deleted. 8- 02.3(2)B Weed 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 .. 8- 02.3(3)6 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. The applicator shall be licensed by the State of Washington as a Commercial 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 ' 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)6 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. The applicator shall be licensed by the State of Washington as a Commercial 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 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. 45 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. 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. 45 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: 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. 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 V' 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 .A 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. 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. SECTION 8 -14, CEMENT CONCRETE SIDEWALKS January 3, 2011 8- 14.3(3) Placing and Finishing Concrete. The last sentence in the last paragraph is deleted. 47 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. 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 paragraph: " is supplemented with the following new I 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 ". SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL January 3, 2011 8 -20.1 Description In the first paragraph, item number 3 is revised to read: 3. Intelligent Transportation Systems (ITS) 8- 20.3(4) Foundations In the 12th paragraph, item number 2 is revised to read: H601 2. The to heavy-hex nuts for p y o type ASTM F1554 grade 105 anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method to minimum rotation of '/4 -turn (90 degrees) and a maximum rotation of /3 -turn (120 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In the 12th paragraph, the following is inserted after item number 2: 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. 8- 20.3(5) Conduit In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming ". 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes In the first paragraph, the first sentence is revised to read: Standard Duty and Heavy Duty junction boxes, pull boxes and cable vaults shall be installed at the locations show in the Plans. In the second paragraph, the first sentence is revised to read: Cable vaults and pull boxes shall be installed in accordance with the following: In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to read "in accordance with ". In the last paragraph, "1/2 inch" is revised to read "1/8 inch ". This section is supplemented with the following: Standard Duty pull boxes, cable vaults and concrete junction boxes installed in sidewalks, walkways and shared use paths shall have slip resistant surfaces, be flush with surface and match grade of the sidewalk, walkway and shared use path. The boxes, vaults and junction boxes shall not be placed in curb ramps, curb ramp landings, or the gutter areas associated with the curb ramps. Standard Duty non - concrete junction boxes shall not be installed in sidewalks, walkways or shared use paths. 8- 20.3(8) Wiring The following new two paragraphs are inserted after the first table: Splices and taps on underground circuits shall be made with solderless crimp connectors meeting the requirements of Section 9- 29.12. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. .. r In the eleventh paragraph item number 5 is revised to read: 5. Video detection camera lead -in cable - the numbers of the phases the camera served. In the eleventh paragraph the following is added after item number 5: 6. For ITS cameras — the number of the camera indicated in the Contract and the number of the associated cabinet as indicated on the Plans. 7. Communication cable -- labeled as Comm. This section is supplemented with the following new paragraph: Installation of coaxial or coaxial /Siamese cable or data cables with a 600 VAC rating will be allowed in the same raceway with 480 VAC illumination cable. 8 -20.4 Measurement The first sentence is revised to read: No specific unit of measurement will apply to the lump sum items for illumination system, intelligent transportation system (ITS), or traffic signal systems, but measurement will be for the sum total of all items for a complete system to be furnished and installed. The second paragraph is revised to read: Conduit of the kind and diameter specified will be measured, through the junction boxes, by the linear foot of conduit placed, unless the conduit is included in an illumination system, signal system, Intelligent Transportation (ITS) or other type of electrical system lump sum Bid item. 8 -20.5 Payment All references to "Intelligent Transportation System" are revised to read "ITS ". The paragraph after the bid item, "Conduit Pipe In. Diam." per linear foot, is revised to read The unit Contract price per linear foot for "Conduit Pipe In. Diam." shall be full pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, unions, junction boxes and fittings; for placing the pipe in accordance with the above provisions, including all excavation, jacking or drilling required, backfilling of any voids around casing, conduits, pits or the trenches, restoration of native vegetation disturbed by the operation, chipping of pavement, and bedding of the pipe; and all other Work necessary for the construction of the conduit, except that when conduit is included on any project as an integral part of an illumination, traffic signal, or ITS systems and the conduit is not shown as a pay item, it shall be included in the lump sum price for the system shown. 50 SECTION 8 -21, PERMANENT SIGNING January 3, 2011 8- 21.3(4) Sign Removal In the fourth paragraph, the following sentence is inserted after the second sentence: Where signs are removed from existing overhead sign Structures, the existing vertical sign support braces shall also be removed. In the fourth paragraph, the third sentence is revised to read: Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind beams, and other metal structural members, and all existing fastening hardware connecting such members being removed, shall become the property of the Contractor and shall be removed from the project. 8- 21.3(9)F Foundations ' In the ninth paragraph, the following new statement is inserted as number 1. Existing numbers 1 through 6 of the ninth paragraph shall be renumbered to 2 through 7. Foundation excavations shall conform to the requirements of Section 2- 09.3(3). In the tenth paragraph, item number 2 is revised to read: 2. Steel reinforcement, including spiral reinforcing, shall conform to Section 9 -07.2. 8- 21.3(9)G Identification Plates This section including title is revised to read: 8- 21.3(9)G Sign Structure Identification Information Whenever existing bridge mounted sign brackets, cantilever sign structures, or sign bridge structures are removed from their anchorage, whether temporary or permanent, the Contractor shall provide the sign structure identification information, attached to the sign structures, to the Engineer. The identification information may be in the form of a riveted plate, sticker, or other means. 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 ". 1 51 SECTION 9 -03, AGGREGATES August 2, 2010 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335 ". 9- 03.11(2) Streambed Cobbles The first paragraph is revised to read: Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Percent Passing Approximate Size Note' 4" Cobbles 6" Cobbles 8" Cobbles 10" Cobbles 12" Cobbles 12" 100 10" 100 70 -90 8" 100 70 -90 6" 100 70 -90 5" 70 -90 30 -60. 4" 100 30 -60. 3" 70 -90 30 -60. 2" 30 -60. 1 %2" 20 -50 3/4" 10 max. 10 max. 10 max. 10 max. 10 max. In the second paragraph, "determine" is revised to read "determined ". SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING August 2, 2010 Section 9 -14 is deleted in its entirety and replaced with the following: 9 -14.1 Soil 9- 14.1(1) Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions. +% 9- 14.1(2) Topsoil Type B Topsoil Type B shall be native topsoil taken from within the project limits either from the area where roadway excavation is to be performed or from strippings from borrow, pit, or quarry sites, or from other designated sources. The general limits of the material to be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The Engineer will make the final determination of the areas where the most suitable material exists within these general limits. The Contractor shall reserve this material for the specified use. Material for Topsoil Type B shall not be taken from a depth greater than 1 foot from the existing ground unless otherwise designated by the Engineer. In the production of Topsoil Type B, all vegetative matter less than 4 feet in height, shall become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by authorized State and County officials, shall not be incorporated in the topsoil, and shall be removed and disposed of as designated elsewhere or as approved by the Engineer. 9- 14.1(3) Topsoil Type C t Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type B but obtained from a source provided by the Contractor outside of the Contracting Agency owned right of way. 9 -14.2 Seed Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: 1. Common and botanical names of seed 2. Lot number 3. Net weight ' 4 Pure live seed All seed vendors must have a business license issued by the Washington State ' Department of Licensing with a "seed dealer' endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. L r J Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 9 -14.3 Fertilizer Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the kind and quality specified. 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. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly marked, all in accordance with State and Federal laws. 53 Fertilizer shall be supplied in one of the following forms: A dry free - flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. 2 A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. 3 A homogeneous pellet, suitable for application through a ferti -blast gun. 4 A tablet or other form of controlled release with a minimum of a six month release period. 5 A liquid suitable for application by a power sprayer or hydroseeder. 9 -14.4 Mulch and Amendments All amendments shall be delivered to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis and name. In lieu of containers, amendments may be furnished in bulk. A manufacturer's certificate of compliance shall accompany each delivery. Compost and other organic amendments shall be accompanied with all applicable health certificates and permits. 9- 14.4(1) Straw 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 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http: / /www.nwcb.wa.gov /http: / /www.nwcb.wa.gov/ 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) Hydraulically Applied Erosion Control Products (HECPs) All HECPs shall be biodegradable and in a dry condition free of noxious weeds, seeds, chemical printing ink, germination inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials detrimental to plant life. Up to 5 percent by weight may be photodegradable material. The HECP shall be suitable for spreading with a hydroseeder. 54 iI it 7 ' All HECPs shall be furnished premixed d p e ed by the manufacturer with Type A or Type B Tackifier as specified in 9- 14.4(7). Under no circumstances will field mixing of additives or components be acceptable. 1 7 The Contractor shall provide test results, dated within three years prior to the date of application, from an independent, accredited laboratory, as approved by the Engineer, showing the product meets the following requirements: Properties Test Method Requirements Acute Toxicity EPA - 821 -R -02 -012 Methods Four replicates are required with No for Measuring Acute Toxicity of statistically significant reduction in Effluents. Test leachate from survival in 100% leachate for a recommended application rate Daphnid at 48 hours and receiving 2 inches of rainfall Oncorhynchus mykiss (rainbow per hour using static test for trout) at 96 hours. No- Observed - Adverse- Effect- Concentration NOEC Solvents EPA 8260B Benzene- < 0.03 mg/kg Methylene chloride — < 0.02 mg /kg Naphthalene — < 5 mg /kg Tetrachloroethylene — < 0.05 mg/kg Toluene — < 7 mg /kg Trichloroethylene — < 0.03 mg /kg X lenes — < 9 m /k Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg/kg Arsenic — < 6 mg /kg Barium — < 80 mg /kg Boron — < 100 mg /kg Cadmium — < 2 mg /kg Chromium — < 2 mg/kg Copper— < 5 mg/kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel — < 2 mg/kg Selenium — < 10 mg /kg Strontium — < 30 mg /kg Zinc — < 5 m /k Water Holding ASTM D 7367 900 percent minimum Capacity Organic Matter ASTM D 586 90 percent minimum Content Moisture ASTM D 644 15 percent maximum Content Seed ASTM D 7322 HECP HECP HECP Germination Type 1 Type 2 Type 3 Enhancement 420 400 _ 200 percent percent percent minimum minimum minimum If the HECP contains cotton or straw, the Contractor shall provide documentation that the material has been steam or heat treated to kill seeds, or shall provide U.S., Washington, or 55 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. The HECP 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. The HECP 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. The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(2)A HECP Type 1 Mulch HECP Type 1 Mulch shall demonstrate the ability to adhere to the soil and create a blanket - like mass within two hours of application and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth and conforms to the requirements in Table ' HECP Type 1 Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table' HECP Type 1 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table' HECP Type 1 Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.01 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion W J I� 7 1 9- 14.4(2)6 HECP Type 2 Mulch Within 48 hours of application, the HECP Type 2 Mulch shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth and conform to the requirements in Table 2 HECP Type 2 Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table 2 HECP Type 2 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 2 HFCP Tvne 2 Mulch TPCt RanuirPmPnts Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.05 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion ' 9- 14.4(2)C HECP Type 3 Mulch The Contractor shall provide test results documenting the mulch meets the requirements in Table 3 HECP Type 3 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 3 HECP Type 3 Mulch Test Requirements Properties I Test Method I Requirements 57 Performance in ASTM D 6459 - Test in one C Factor = 0.15 maximum using Protecting Slopes soil type. Soil tested shall be Revised Universal Soil Loss from Rainfall- sandy loam as defined by the Equation (RUSLE) Induced Erosion National Resources Conservation Service (NRCS) Soil Texture Triangle 9- 14.4(3) Bark or Wood Chips Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. 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: Sieve Size Percent Passing Minimum Maximum 2" 95 100 No. 4 0 30 9- 14.4(4) Wood Strand Mulch 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 50 percent of the length of each strand shall have a width and thickness between 1/16 and M2 inch. No single strand shall have a width or thickness greater than %2 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 will not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9- 14.4(5) Lime Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, meeting the requirements of ASTM C 602. 9- 14.4(6) Gypsum Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 9- 14.4(7) Tackifier 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 and conform to the requirements in Table 4 Tackifier Test Requirements. - The Contractor shall provide test results documenting the tackifier meets the requirements in Table 4 Tackifier Test Requirements. Before January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 4 Tackifier Test Requirements Properties Test Method Requirements Heavy Metals Test at manufacturer's See Table in Section 9- Solvents recommended application rate 14.4(2) Acute Toxicity Performance in Modified ASTM D 6459 on C Factor = 0.15 maximum Protecting Slopes 3(H):1(V) slope with 2 inches of using Revised Universal from Rainfall- rainfall evenly distributed over a Soil Loss Equation Induced Erosion period of 100 minutes. Test in (RUSLE) one soil type. Soil tested shall be sandy loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Trian le 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 Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. 59 Compost production and quality shall comply with Chapter 173 -350 WAC. Compost products shall meet the following physical criteria: 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 -13, "Sample Sieving for Aggregate Size Classification ". Fine compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1/4" 1 75 100 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 ill 95 100 5/8" 90 100 1/4" 75 85 Maximum particle length of 6 inches. Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 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: Sieve Size Percent Passing Minimum Maximum 3" 100 1" 90 100 3/4" 70 100 1/4" 1 40 60 Maximum particle length of 6 inches. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, 1:5 Slurry pH ". 0 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (1-01) ". 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity ". 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". 7. Stability shall be 7 mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate ". 8. The compost product shall originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source - separated food waste, and /or biosolids may be substituted for recycled plant waste. The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita® Maturity Index ". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9- 14.4(8)A Compost Submittal Requirements The Contractor shall submit the following information to the Engineer for approval: The Qualified Products List printed page or a Request for Approval of Material(DOT Form 350 -071 EF). ' 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). ' 3. The Contractor shall verify in writing, and provide lab analyses, that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these Specifications. An independent Seal of Testing Assurance (STA) ' Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as ' issued by the U.S. Composting Council. 9- 14.4(8)B Compost Acceptance ' 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. ' 61 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) Vacant 9- 14.4(10) Vacant 9 -14.5 Erosion Control Devices 9- 14.5(1) Polyacrylamide (PAM) Polyacrylamide (PAM) products shall meet ANSI /NSF Standard 60 for drinking water treatment with an AMD content not to exceed 0.05 percent. PAM shall be anionic, linear, and not cross - linked. 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. PAM shall be delivered in a dry granular or powder form. 9- 14.5(2) Erosion Control Blanket Temporary erosion control blanket shall be made of natural plant fibers. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements in the following table: Properties ASTM Test Method Requirements Protecting Slopes D 6459 - Test in one soil Maximum C factor of from Rainfall- type. Soil tested shall be 0.15 using Revised Induced Erosion sandy loam as defined Universal Soil Loss by the NRCS Soil Equation (RUSLE) Texture Triangle Dry Weight per Unit D 6475 0.36 lb/sq. yd. Area minimum Performance in D 6460 Test in one soil 1.0 lb/sq. ft. Protecting Earthen type. Soil tested shall be minimum Channels from loam as defined by the Stormwater- NRCS Soil Texture Induced Erosion Triangle Seed Germination D 7322 200 percent Enhancement I I minimum Netting, it present, shall be biodegradable with a life span not to exceed one year. Permanent erosion control blanket 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 62 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 www.ectc.org /qdor 9- 14.5(3) Clear Plastic Covering Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. 9- 14.5(4) Geotextile- Encased Check Dam ' The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. ' The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. 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 in Section 9 -33. 9- 14.5(5) Wattles ' Wattles shall consist of cylinders of biodegradable plant material such as weed -free straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting 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 ' 63 device Protecting Slopes D 6459 with 0.12 inch Maximum C factor of 0.15 from Rainfall- average raindrop size.* using Revised Universal Induced Erosion Test in one soil type. Soil Loss Equation Soil tested shall be (RUSLE) loam as defined by 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 2.0 lb/sq. ft. minimum Protecting type. Soil tested shall Earthen Channels be loam as defined by from Stormwater- the NRCS Soil Texture Induced Erosion Trian le ** Seed D 7322 200 percent minimum Germination Enhancement 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 www.ectc.org /qdor 9- 14.5(3) Clear Plastic Covering Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. 9- 14.5(4) Geotextile- Encased Check Dam ' The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. ' The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. 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 in Section 9 -33. 9- 14.5(5) Wattles ' Wattles shall consist of cylinders of biodegradable plant material such as weed -free straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting 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 ' 63 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. Wood stakes for wattles 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(6) Compost Socks 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 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 Ibs 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 Ibs /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- 14.5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh, and shall be at least 4 -feet in height. Support posts shall be wood or steel in accordance with Standard Plan 1- 10.10 -00. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9 -14.6 Plant Materials 9- 14.6(1) Description Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. .E 1 Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. ' Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken and 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: A. Live branch 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 % to 1Y2 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 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. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. All plant material shall be purchased from a nursery licensed to sell plants in Washington State. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be ' vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen ' plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees shall have only one 65 leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. Container grown plants shall be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. Container sizes for plant material of a larger grade than provided for in the container grown Specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system and be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Street trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants which have been determined by the Engineer to have suffered damage for the following reasons will be rejected: Girdling of the roots, stem, or a major branch. 2. Deformities of the stem or major branches. 3. Lack of symmetry. 4. Dead or defoliated tops or branches. 66 1 5. Defects, injury, and condition which renders the plant unsuitable for its intended use. Plants that are grafted shall have roots of the same genus as the specified plant. 9- 14.6(3) Handling and Shipping Handling and shipping shall be done in a manner that is not detrimental to the plants. The nursery shall furnish a notice of shipment in triplicate at the time of shipment of each truck load or other lot of plant material. The original copy shall be delivered to the Project Engineer, the duplicate to the consignee and the triplicate shall accompany the shipment to be furnished to the Inspector at the job site. The notice shall contain the following information: Name of shipper. 2. Date of shipment. 3. Name of commodity. (Including all names as specified in the Contract.) 4. Consignee and delivery point. 5. State Contract number. 6. Point from which shipped. 7. Quantity contained. 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. To acclimate plant materials to Northwest conditions, all plant materials used on a project ' shall be grown continuously outdoors north of the 42nd Latitude (Oregon - California border) from not later than August 1 of the year prior to the time of planting. All container grown plants shall be handled by the container. All balled and burlapped plants shall be handled by the ball. Plant material shall be packed for shipment in accordance with prevailing practice for the type of plant being shipped, and shall be protected at all times against drying, sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related handling. Where necessary, plant material shall be temporarily heeled in. When transported in closed vehicles, plants shall receive adequate ventilation to prevent sweating. When transported in open vehicles, plants shall be protected by tarpaulins or other suitable cover tmaterial. 1 67 9- 14.6(4) Tagging Plants delivered as a single unit of 25 or less of the same size, species, and variety, shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction thereof, of each variety, grade, and size shall be tagged. 9- 14.6(5) Inspection The Contracting Agency will make an inspection of plant material at the source when requested by the Engineer. However, such preliminary approval shall not be considered as final acceptance for payment. Final inspection and approval (or rejection) will only occur when the plant material has been delivered to the Project site. The Contractor shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to the project. 9- 14.6(6) Substitution of Plants No substitution of plant material, species or variety, will be permitted unless evidence is submitted in writing to the Engineer that a specified plant cannot be obtained and has been unobtainable since the Award of the Contract. If substitution is permitted, it can be made only with written approval by the Engineer. The nearest variety, size, and grade, as approved by the Engineer, shall then be furnished. Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9- 14.6(7) Temporary Storage Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. Plants stored on the project shall be protected at all times from extreme weather conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, bark or wood chips, or other approved material and shall be kept moist at all times prior to planting. Cuttings shall continually be shaded and protected from wind. Cuttings shall be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within eight hours of cutting. Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 °F and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50 °F shall not be stored for later use. Cuttings that already have developed roots shall not be used. 9- 14.6(8) Sod The available grass mixtures on the current market shall be submitted to the Engineer for selection and approval. O The sod shall be field grown one calendar year or older, have a well developed root structure, and be free of all weeds, disease, and insect damage. Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and mowed to a height not exceeding 1 inch. The sod shall be cut with a minimum of 1 inch of soil adhering. ' 9 -14.7 Stakes, Guys, and Wrapping Stakes shall be installed as shown in the Plans. Commercial plant ties may be used in lieu of hose and wire guying upon approval of the Engineer. The minimum size of wire used for guying shall be 12 gauge, soft drawn. ' Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside diameter of at least 1 inch. ' Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 100 square feet and shall be made up of two sheets cemented together with asphalt. SECTION 9 -16, FENCE AND GUARDRAIL August 2, 2010 ' 9- 16.3(2) Posts and Blocks This section in its entirety is revised to read: Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper arsenate (CCA), ammoniacal copper arsenate (ACA), or ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel (galvanized steel posts only —no blocks). Blocks made from alternate materials that meet the NCHRP Report 350 or MASH criteria may be used in accordance with the manufacturer's recommendations. Wood posts and blocks may be surface four sides (S4S) or rough sawn. Posts and blocks shall be of the size, length and type as shown in the Plans and meet the requirements of the below Specifications. ' Timber posts and blocks shall conform to the grade specified in Section 9 -09.2. Timber posts and blocks shall be fabricated as specified in the Plans before being treated. Timber posts and blocks shall be treated by the empty cell process to provide a minimum retention, depending on the treatment used, according to the following: Creosote oil 10.0 lbs. pcf t Pentachlorophenol 0.50 lbs. pcf ACA 0.50 lbs. pcf ACZA 0.50 lbs. pcf CCA 0.50 lbs pcf ' Treatment shall be in accordance with Section 9 -09.3. 69 Galvanized steel posts, and base plates, where used, shall conform to either ASTM A36 or ASTM A992, and shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6- 03.3(25). All fabrication shall be completed prior to galvanizing. Steel posts for weathering steel beam guardrail shall be in accordance with one of the following two methods: 1 Galvanized Powder Coated Steel Posts: These posts shall conform to ASTM A36 or ASTM A992 and galvanized in accordance with AASHTO M 111. Powder Coating Galvanized Surfaces done in accordance with Sections: 6- 07.3(11)B, 9- 08.2. and 9- 08.1(8). Only the top thirty inches on any post length shall be powder coated. 2. Galvanized Weathering Steel Posts: These posts shall conform to ASTM A588 steel and be galvanized in accordance with AASHTO M 111. Thirty inches, on any post length, shall not be galvanized for exposure above ground. SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL January 3, 2011 In this division, all references to "hot- dipped" are revised to read "hot- dip ". In this division, Section "9- 29.1(4)B" is revised to read "9- 29.1(4)C ". 9- 29.1(4) Non - Metallic Conduit This section is supplemented with the following new sub - section: 9- 29.1(4)B Expansion Fittings Expansion fittings for use with PVC shall allow for 4- inches of movement minimum (2- inches in each direction). Expansion fittings for PVC conduit shall be PVC and have threaded terminal adaptor or coupling end and shall meet the requirements listed in Section 9- 29.1(4)A. 9- 29.2(1)A Standard Duty Junction Boxes The first paragraph below the title "Concrete Junction Boxes" is supplemented with the following: All Standard Duty Concrete Junction Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot -dip galvanized. The second sentence in the second paragraph below the title "Concrete Junction Boxes" is revised to read: The frame shall be anchored to the box by welding headed studs % inch X 3 inches long, as specified in Section 9- 06.15, to the frame. 70 The first sentence in the second paragraph below the title "Non- Concrete Junction Boxes" is revised to read: Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9- 29.2(1)C. In the second paragraph below the title "Non- Concrete Junction Boxes ", "hex- head" is revised to read "penta- head ". 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes The second sentence in the second paragraph is revised to read: The frame shall be anchored to the vault/box by welding headed studs 3/8 inch X 3 inches long, as specified in Section 9- 06.15, to the frame. This section is supplemented with the following new paragraph: All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults and Pull Boxes steel frame, lid support and lid shall be hot -dip galvanized. 9- 29.3(2)B Multi- Conductor Cable This section is revised to read: Two - conductor through 10- conductor unshielded signal control cable shall have stranded copper conductor and shall conform to International Municipal Signal Association (IMSA) signal cable Specification 20 -1. 9- 29.3(2)E Two - Conductor Shielded This section is revised to read: Two conductor shielded (2CS) cable shall have stranded 14 AWG (minimum) conductors and shall conform to IMSA Specification No. 50 -2. 9- 29.3(2)F Detector Loop Wire This section is revised to read: Detector loop wire shall be 12 or 14 AWG stranded copper wire, IMSA 51 -3. 9- 29.3(2)G Four - Conductor Shielded Cable The first sentence is revised to read: Four - conductor shielded cable (4CS) shall consist of a cable with four stranded 18 AWG conductors with polypropylene insulation, an aluminized polyester shield, water - blocking material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. 71 9 -29.4 Messenger Cable, Fittings This section is supplemented with the following: Messenger cable shall be 3/ -inch, 7 -wire strand messenger cables conforming to ASTM A 475, extra - high- strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI -NEMA Class 54 -2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight -way steel expanding anchor, having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a 3/4 -inch minimum guy eye anchor rod 8 -feet long. As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3%2- inch - pitch, 1- inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot - dipped galvanized in conformance with the requirements of AASHTO M 232. 9- 29.6(5) Foundation Hardware The first paragraph is revised to read: Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases The content of this section is revised and moved to the following new sub - sections: 9- 29.7(1) Unfused Quick- Disconnect Unfused quick- disconnect connector kits shall conform to the following requirements: The copper pin and copper receptacle shall be a crimped type of connection or a stainless steel set screw and lug connection to the cable. The receptacle shall establish contact pressure with the pin through the use of a tinned copper or copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. The plug and receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water -seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water -seal between the two housings at the point of disconnection. 72 ' 3. The kit shall provide waterproof in -line connector protection with three cutoff p p p sections on both the line and load side to accommodate various wire sizes. All ' connections shall be as described in item I" above. Upon disconnect, the connector shall remain in the load side of the kit. ' 9- 29.7(2) Fused Quick- Disconnect Fused quick- disconnect kits shall provide waterproof in -line fuse protection. The kit shall provide three cutoff sections on both lines and load side to accommodate various wire ' sizes. All connections shall be as described in item "1" above. Upon disconnect, the fuse shall remain in the load side of the kit. ' Fuses furnished for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be listed by a nationally recognized testing laboratory. Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 70OW 5A 10A 20A 40OW 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 20OW 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9 -29.9 Ballast, Transformers This sections content is deleted and replaced with: 73 Heat - generating components shall be mounted to use the which they are mounted as a heat sink. Capacitors shall be from heat - generating components or shall be thermally temperature to 160 °F. portion of the luminaire upon ' located as far as practicable shielded to limit the fixture Transformers and inductors shall be resin - impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. No capacitor, transformer, or other device shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other purpose. This section is supplemented with the following new sub - sections: 9- 29.9(1) Ballast Each ballast shall have a name plate attached permanently to the case listing all electrical data. A Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 meeting the manufacturers and these Specification requirements, shall be submitted by the Contractor with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20 °F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short- circuited condition and without measurable reduction in the operating requirements. All ballasts shall be high power factor (90 %). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High- Intensity- Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. Ballast assemblies shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi - circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Ballasts for high - pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp- voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. ' All luminaires ballasts shall be located within the luminaire housing. us g. The only exception shall be ballasts to be mounted on lowering assemblies and shall be external to, and attached to the fixture assembly. Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources ' shall be: Sourc Line Lamp Ballast Type Input Lamp e Volt. Wattage Voltage Wattage Variation Variation HIPS any 70 400 Mag. Reg. 10% 18% Lag HIPS any 750 Auto Reg. 10% 30% 1000 Lead CWA MH any 175 400 Mag. Reg. 10% 18% Lag MH any 1000 Auto Reg. 10% 30% Lead CWA ' 9- 29.9(2) Transformers The transformers to be furnished shall be indoor /outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. ' Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10% below the normal full capacity. ' 9 -29.10 Luminaires This section is revised to read: ' All luminaires shall have their components secured to the luminaire frame with ANSI, 300 series chrome - nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The luminaire slip- fitter bolts shall be either stainless steel, hot -dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal ' luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. The housing, complete with integral ballast, shall be weathertight. ' The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200 °F . ' All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall be 3- inches square with Gothic bold, black 2 -inch legend on colored background. Background color shall be gold for high pressure sodium, and red for ' metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 7 1 75 Legends shall correspond to the following code: Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9- 29.10(1) Cobra Head Luminaires This sections content including title is revised to read: 9- 29.10(1) Conventional Roadway Luminaires ' A. Conventional highway luminaires shall be IES Type III medium distribution cut off cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. B. The ballast shall be mounted on a separate exterior door, which shall be hinged to the , luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may ' supplement the automatic type latch). C. The reflector of all luminaires shall be of a snap -in design or be secured with screws. ' The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to ' the luminaire by means of automatic latch. The refractor or lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in I place. D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 2- ' inch pipe tenon and capable of being adjusted within 5 degrees from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the ±5 degree range. ' No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a torque of ' 32 pounds feet. 76 1 ' E. Refractors shall be formed from heat resistant, h s high impact, molded borosilicate glass. ' Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. F. High pressure sodium conventional roadway luminaires shall be capable of accepting ' a 150, 200, 250, 310, or 400 watt lamp complete with ballast. G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat ' gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. I H. All luminaires to be mounted on horizontal mast arms shall be capable of withstanding cyclic loading in: ' 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and; 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles ' without failure of any luminaire parts. I. All luminaires shall have leveling reference points for both transverse and longitudinal ' adjustment. Luminaires shall have slip- fitters capable of adjusting through a 5- degree axis for the required leveling procedure. 9- 29.10(2) Decorative Luminaires In the first paragraph, "150 - 400" is revised to read "50 - 400 ". In the second paragraph, "box shaped" is deleted. In the third paragraph, the first sentence is deleted. The second sentence is revised to read: The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. The fourth paragraph is revised to read: Each housing shall consist of an integral reflector, containing a mogul based high intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or secured with screws. The reflector assembly shall have a lamp vibration damper. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The housing shall have a heat resistant finish. The lens frame shall be secured to the housing with ANSI, 300 series chrome - nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The last sentence in the fifth paragraph is deleted. 77 The sixth paragraph is deleted. The seventh paragraph is revised to read: The finish shall meet the requirements of ASTM B 117 with the exception that the finish shall be salt spray resistant after 300 hours exposure. The first sentence in the eighth paragraph is deleted. 9- 29.10(3) High Mast Luminaires and Post Top Luminaires This sections content including title is deleted and replaced with: 9- 29.10(3) Vacant 9- 29.10(5) Sign Lighting Luminaires This section is revised to read: Sign lighting luminaires shall be the Induction Bulb type. 9- 29.10(5)A Sign Lighting Luminaires - Mercury Vapor This section including title is revised to read: 9- 29.10(5)A Sign Lighting Luminaires — Isolation Switch The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors. The switch shall contain 600 volt alternating current (VAC) terminal strips on the load side with solderless lugs as required for each load carrying conductor plus four spare lugs per strip. 9- 29.10(5)B Sign Lighting Fixtures - Induction The first sentence is revised to read: Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. In the second sentence of the sixth paragraph, "87" is revised to read "85 ". In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A ". The first sentence of the last paragraph is revised to read: A Manufacturer's Certificate of Compliance, conforming to Section 1 -06.3 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. ' 9 -29.12 Electrical Splice p ce Materials ' This section is revised to read: Circuit splicing materials shall meet the following specifications. ' 9- 29.12(1) Illumination Circuit Splices This section is revised to read: ' Illumination circuit splices shall be split bolt vice type connectors or solderless crimped connections to securely join the wires both mechanically and electrically as defined in Section 8- 20.3(8). ' This section is supplemented with the following new sub - sections: ' 9- 29.12(1)A Heat Shrink Splice Enclosure Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil Spec 1230053 ' 9- 29.12(1)B Molded Splice Enclosure Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar ' sheet bonded to butyrate webbing forming a flexible mold. The material used shall be compatible with the insulation material of the insulated conductor or cable. The component materials of the resin insulation shall be packaged ready for convenient mixing without ' removing from the package. 9- 29.12(2) Traffic Signal Splice Material This section is revised to read: ' Induction loo splices and magnetometer splices shall include an uninsulated p s p g p barrel type ' crimped connector capable of being soldered. The insulating material shall be a heat shrink type meeting requirements of Section 9- 29.12(1)A, an epoxy resin cast type with clear rigid plastic mold meeting the requirements of Section 9- 29.12(1)B, or a re- enterable type with silicone type filling compound that remains flexible and enclosed in a re- enterable ' rigid mold that snaps together. 9 -29.15 Flashing Beacon Control ' In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers ". 9 -29.16 Vehicular Signal Heads ' This sections title is revised to read: 9 -29.16 Vehicular Signal Heads, Displays and Housing ' The first sentence is revised to read: ' Each signal head shall be of the adjustable, vertical type with the number and type of displays detailed in the Contract; shall provide an indication in one direction only; shall be 1 79 adjustable through 360 degrees about a vertical axis; and shall be mounted at the location and in the manner shown in the Plans. This following new paragraph is inserted after the first paragraph: Back plates shall be constructed of 5 -inch wide .050 -inch thick corrosion resistant flat black finish, louvered aluminum or polycarbonate attached with stainless steel hardware. A 1 -inch wide strip of yellow retro reflective, type IV prismatic sheeting, in accordance with Section 9- 28.12, shall be applied around the perimeter of each backplate. 9- 29.16(1) Optically Programmed, Adjustable Face, 12 -inch Traffic Signal This section including title is revised to read: 9- 29.16(1) Optically Programmed Adjustable Face, and Programmable, Array 12 -inch Traffic Signal The signal shall permit the visibility zone of the indication to be determined optically and require no hoods or louvers. The projected indication may be selectively visible or veiled anywhere within the optical axis. No indication shall result from external illumination, nor shall one light unit illuminate a second. The display shall operate from 85 VAC to 130 VAC. 9- 29.16(1)A Optical Systems The following new title is inserted above the first paragraph: 9- 29.16(1)A1 Conventional Optical System This section is supplemented with the following new sub - section: 9- 29.16(1)A2 LED Programmable Array 1. LED array with programmable visibility from a portable hand held device from ground level, 2. Lens shall be clear, unless color lenses specified. The LED array shall be 22 watt maximum and shall operate directly from 120 volt AC. The LED array shall provide an accessible imaging surface at focus on the optical axis for objects 900 to 1,200 -feet distant, and permit an effective veiling mask to be variously applied as determined by the desired visibility zone. The optical system shall accommodate projection of diverse, selected indicia to separate portions of the roadway such that only one indication will be simultaneously apparent to any viewer after optically limiting procedures have been accomplished. The projected indication shall conform to ITE transmittance and chromaticity standards. 9- 29.16(1)B Construction The title for this section is revised to read: :1 9- 29.16(1)6 Housing Construction The fourth paragraph is deleted. 9- 29.16(1)D Electrical The title for this section is revised to read: 9- 29.16(1)D Housing Electrical The following new title is inserted above the first paragraph: 9- 29.16(1)D1 Electrical Conventional This section is supplemented with the following new sub - section: 9- 29.16(1)D2 Electrical LED The LED array shall be accessible from the front of the housing. Each multi section assembly shall include a terminal block for clip or screw attachment of lead wires. 9- 29.16(1)E Photo Controls The following new title is inserted above the first paragraph: 9- 29.16(1)E1 Conventional Photo Controls This section is supplemented with the following new sub - section: ' 9- 29.16(1)E2 LED Photo Controls Each signal section shall include integral means for automatically regulating the display intensity for day and night operation. 9- 29.16(2)A Optical Units This section is revised to read as follows: Light Emitting Diode (LED) light sources are required for all displays. The Contractor- shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE Specification for; Vehicle Traffic Control Signal Heads, Light Emitting Diode Circular Signal Supplement VTCSH ST -052 or Vehicle Traffic Signal Heads, Light Emitting Diode Vehicle Arrow Traffic Signal Supplement ITE VTSCH ST -054, and the following requirements: 1. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this project and the LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60% of the LEDs in the unit are operational. 2. LED shall have a 50 degree min. viewing angle. 3. Wattage (Maximum): 12 -inch red, yellow and green ball displays - 25 W 12 -inch red, yellow and green arrow displays - 15W 8 -inch red, yellow and green ball I displays - 15W 4. Voltage: The operation voltages shall be between 85 VAC and 130VAC. 5. The LED display shall be a module type and shall replace the lens, socket, bail, reflector and be directly connected to the terminal strip in the signal head. 6. Label: Each optical unit shall be listed by and bear the label of a nationally recognized testing laboratory. In addition, the manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module and the installation date shall be indicated on a separate label with an indelible ink marker. 9- 29.16(2)B Signal Housing The first sentence in the first paragraph is revised to read: The signal head housing, or case, shall consist of an assembly of separate sections, expandable type for vertical mounting, substantially secured together in a weather tight manner. In the third paragraph "may" is revised to read "shall ". 9- 29.16(2)D Back Plates This section's content including title is deleted and replaced with: 9- 29.16(2)D Vacant 9- 29.16(2)E Painting Signal Heads In the first sentence "Federal Standard 59513" is revised to read "Federal Standard 595 - 14056" 9- 29.16(3) Polycarbonate Traffic Signal Heads This section is supplemented with the following paragraph: Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to break in excess of 90 percent. The green color shall be molded throughout the head assembly. The optical system shall be Light Emitting Diodes as defined in 9- 29.16(2)A. The entire optical system shall be sealed by a single neoprene gasket. The signal head shall be formed to be used with standard signal head mounting accessories as shown in 9- 29.17. All hinge pins, latch assemblies and reflector assemblies shall conform to 9- 29.16(2)B. 9- 29.16(3)A 8 -inch Polycarbonate Traffic Signal Heads This section and title are deleted. 9- 29.16(3)B 12 -inch Polycarbonate Traffic Signal Heads This section and title are deleted. [ *IN Section 9 -29.16 is supplemented with the following new sub - section: 9- 29.16(4) Traffic Signal Cover The covers shall be manufactured from a durable fabric material, black in color with a mesh front and designed to fit the signal head configuration properly. The covers shall have an attachment method that will hold the cover securely to the signal in heavy wind. The covers shall be provided with a drain to expel any accumulated water. 9 -29.18 Vehicle Detector The first paragraph is revised to read: Induction loop detectors and magnetometer detectors shall comply with current NEMA Specifications when installed with NEMA control assemblies and shall comply with the current California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9- 29.13(7) when installed with Type 170, Type 2070 or NEMA control assemblies. 9 -29.19 Pedestrian Push Buttons This section is revised to read: Where noted in the Contract, pedestrian push buttons of tamper- resistant construction shall be furnished and installed. They shall consist of a 2 -inch nominal diameter plunger. The switch shall be a three bladed beryllium copper spring rated at 10 amperes, 125 volts. The pedestrian push- button assembly shall be constructed and mounted as detailed in the Contract. 9 -29.25 Amplifier, Transformer, and Terminal Cabinets The first sentence in the first paragraph is revised to read: Amplifier and terminal cabinets shall conform to NEMA 4 requirements. Transformer cabinets shall be NEMA 3R. Item number 3 in the first paragraph is revised to read: 3. Cabinet doors shall have a stainless steel piano hinge or shall meet the requirements for the alternate hinge detailed for type B modified service cabinets. Doors less than 3 feet in height shall have two hinges. Doors from 3 feet to 4 feet 8 inches in height shall have 3 hinges. Spacing of hinges for doors greater than 4 feet 8 inches in height shall not exceed 14 inches center to center. The door shall also be provided with a three point latch and a spring loaded construction core lock capable of accepting a Best six pin CX series core. The locking mechanism shall provide a tapered bolt. The Contractor shall supply construction cores with two master keys. The keys shall be delivered to the Engineer. Three point latches are not required for terminal cabinets. %N] SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC April 5, 2010 9- 33.4(3) Acceptance Samples The third paragraph is revised to read: Samples from the geosynthetic roll will be taken to confirm the material meets the property values specified. Samples will be randomly taken at the job site by the Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. The first sentence in the sixth paragraph is revised to read: For each geosynthetic roll that is tested and fails the Project Engineer will select two additional rolls from the same lot for sampling and retesting. The Contractor shall sample the rolls in accordance with WSDOT T 914 in the presence of the Project Engineer. 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 the Engineer with roll -ahead distance calculations and crash test reports illustrating 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 AE 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. 1.30 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 Provision. (Regions' date) Region 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: ' I 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. 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 I 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. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of * ** Upper Kiwanis Park, by constructing three new baseball /softball fields, a parking lot, paved plaza area and pedestrian pathway. The project includes: excavation; porous asphalt pavement; seeded lawn installation; cement concrete slabs, edging and curb; fencing and gates; field lighting; site electrical; retaining wall * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01 DEFINITIONS AND TERMS 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. 88 i� 'J 1 ' Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. ' Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. ' Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date ' The day the Engineer determines-the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, 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. 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 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (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 ") N/A Furnished automatically and Contract Provisions upon award. Large plans (e.g., 22" x 6 Furnished only upon 34 ") and Contract request. Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 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; 0 1 �J I 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). tA 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 b a member 1 9 Y 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. 1 -02.6 Preparation of Proposal ' (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: ' 4. If a minimum bid amount has been established for any item the unit or lump sum price must equal or exceed the minimum amount stated. ' (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) rSupplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; ' 3. The Contracting Agency named as obligee; 91 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 (January 24, 2011 APWA GSP) Delete this section and replace it with the following: 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 required in the Bid Documents, to ensure proper handling and delivery. - - The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete 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 protect from a Bidder under the same or different names. 92 1 1 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. 6. Attendance at a conference with the Engineer or representatives of the Engineer, 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 -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 (October 1, 2005 APWA GSP) tRevise 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 1 93 Within Ten 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 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 r I] 7 1- 03.7Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, ' Washington. 1 -04 SCOPE OF THE WORK 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, t2. 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. ' 1 -04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall a done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1 -05 CONTROL OF WORK 1 -05.1 Authority of the Engineer This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor ' may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the 95 terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1 -05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the followina: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the - Contractor to perform- all - horizontal-- and - vertical- control - work, and -to -do -the- - - construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 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. r n 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 ' Delete this section and replace it with the following: 1= 05 -11— Final- Inspections and Operational- Testing ' (October 1, 2005 APWA GSP) 1 97 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 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 therefor. 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 97 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. _Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time 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. .• 1 1 I I r Ll 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 -05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, —or- other- correspondence constituting notification required-to-be-fu rnighed-u rfder-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 a -mails or electronicallv 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 -06 CONTROL OF MATERIAL Section 1 -06 is supplemented with the following: Buy America (August 6, 2007) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. 99 Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American -made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. Corrugating and rolling into culverts. Will Ll 1 1 r �J c. Shop fabrication. rA certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. ' 1 -06.2 Acceptance of Materials 1- 06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: 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 Backfilling 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- 10.3(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). 101 Subgrade 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 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) 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). 102 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 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 ' 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 103 includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(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). The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(2) apply. 1- 07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 104 Temporary Water Pollution /Erosion Control Spill Prevention, Control and Countermeasures Plan 1 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 to the requirements of Section 1- 07.15(1): ' Mixing, Transfers, & Storage 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 a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. Spills 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 ground or water. Maintenance of Equipment 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. Disposal Spilled waste, chemicals or petroleum products shall be transported off site 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. ' Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: ' Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: ' National Response Center 1- 800 - 424 -8802 WA State Div. of Emergency Management (24 hr) 1- 800 - 258 -5990 ' 105 I Ecology Central Regional Office 509 - 575 -2490 Spill to Soil (Including encounters of pre- existing contamination): ' Ecology Central Regional Office 509 - 575 -2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509 - 575 -2490 ' Report within 24 hours Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: —- Locations -and-dimensions-shown-in--the--Plans for existing--facilities-are-in-accordance -wit available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. 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. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: QW EST Charter Communications City of Yakima Water Div. City of Yakima Wastewater Div. Cascade Natural Gas Corp. Pacific Power 8 W 2nd Ave., Room 304, Yakima, WA 98902 509 - 575 -7183 1005 N. 16th Ave., Yakima, WA 98902 509 - 575 -1697 2301 Fruitvale Blvd., Yakima, WA 98902 509 - 575 -6154 2220 E. Viola, Yakima, WA 98901 509 - 575 -6077 401 N. 1st Street, Yakima, WA 98901 509 - 457 -5905 PO Box 1729, Yakima, WA 98907 509 - 575 -3146 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. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. 106 1 1 Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2011 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. 1 107 F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. 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. 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 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, and volunteers ■ 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 minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B of the Contracting Agency, the Contractor shall provide evidence of such 1- 07.18(4) Evidence of Insurance maintains at a Upon request ' 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 108 w 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. 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 109 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill_ all covenants and stipulations of any easement_.____ agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The 110 Ll L I statement shall include the parcel number, address, and date of signature. Written releases ' must be filed with the Engineer before the Completion Date will be established. ' 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) tAdd 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.— T- he -pur- pose -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 t6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the ' following: 1. A breakdown of all lump sum items; ' 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1- 08.0(2) Hours of Work ' (May 25, 2006 APWA GSP) 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 ' 111 C 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. Add the following new section: ' 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency ' Employees (May 25, 2006 APWA GSP, may not be used on FHWA- funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than ' an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion t of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. ' 112 1 The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1 -08.1 Subcontracting - D /M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA- funded projects) IRevise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the t actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on t the form provided by the Engineer 20 calendar days after physical completion of the contract, whichever comes first. ' 1 -08.3 Progress Schedule This section is supplemented 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 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. ' If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order ' the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.4 Prosecution of Work 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. 1 113 1 -08.5 Time for Completion This section is supplemented with the following: (March 13, 1995) This project shall be physically completed within * ** 90 * ** working days. (June 28, 2007 APWA GSP, Option B) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the 10`h calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as -— ------------..- - - - -- unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor 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. 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 -07.24 114 1 i 1 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 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 perforce 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. 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 115 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. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management 1- 10.2(1) General Section 1- 10.2(1) is supplemented with the following: (December 1, 2008) 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 116 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 1 -10.4 Measurement (August 2, 2004) Section 1- 10.4(2) is supplemented with the following: The bid proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(2) shall apply. DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.2 Disposal of Usable Material and Debris This section is revised as follows: Change the word "three" in the third paragraph to "two ". 2- 01.2(1) Disposal Method N. 1 — Open Burning This section is deleted. t2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTION 2 -02.1 Description This section is supplemented with the following: This work consists of removing the existing approaches along Fair Avenue near the tproposed parking lot as shown in the plans. Total excavation of approaches is estimated to be 75 square yards. ' 2 -02.3 Construction Requirements This section is supplemented with the following: 117 I� Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits Any damage caused to the pavement, curb, gutter or sidewalk that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 2- 02.3(3) Removal of Pavements, Sidewalks, Curbs, and Gutters This section is supplemented with the following: Item 1 is revised to read: Haul all broken pieces to an off - project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.5 Payment Insert the following: "Field Excavation Incl. Haul" per cubic yard. Field Excavation specifications shall be identical to the specifications for bid item "Roadway Excavation Incl. Haul" described in Section 2 -03. Method A compaction shall be used for compacting fill. 2 -07 WATERING 2 -07.3 Construction Requirements Supplement this section with the following: IiSFQ The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the ' Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. ' Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting -from the use of the hydrants by -the Contractor will be repaired by the - -water utility, ' and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. ' Violation of these requirements will result in fines and will la the Contractor liable for q Y damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2 -07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall ' convey the water from the nearest convenient hydrant or other source at his expense. u 119 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. 4. Certification of the installers' qualifications as specified in this Section. 120 ILI 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). 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. 121 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). 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. 121 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 Percent Passing by weight 3/4" 100 %2" 90-100 3/8" 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 weight of total mix. 2) 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 equal to or higher, and a 122 1 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% by weight t 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 0 � e C. I n proposed combing ratios and the average gradation of the 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. 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. No mixture shall be produced for use on the project until the amount of asphalt material and anti - stripping additive has been established. Job Mix Formula — Statistical Acceptance: The average gradation of the completed asphalt concrete mix submittal by the Contractor in the mix design proposal, as required in this Section and the resulting mix design shall be the JMF. Any change or 123 adjustment of percentages in any constituent of the JMF creates a new JMF. 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 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 band specifications. 4) 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. 0.50 foot layer of crushed surfacing base course. 124 ' 2. 0.33f t f1' " — feet o /2 2 /2 " washed, crushed stone and gradation modified ' with 0 -2% passing U.S. No. 200 sieve resting on construction geotextile for separation. 3. 0.50 foot layer of ASTM C -33 sand resting on a 16 —mil impermeable liner. AGGREGATE MATERIALS ' This aggregate shall consist of washed, crushed, open - graded stone and meet the following gradation chart. ' ASTM Sieve Percent Passing (By Size Weight) ' 2'/2 inch 100-100 1 '/2 inch 0 -2 ' %2 inch - -- 3/8 inch - -- No. 8 - -- No. 200 0 - 2 4. Aggregates for 1 %2" — 2 %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) ' 125 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. B. Prepare subgrade in accordance with WSDOT Section 2 -06 except verify compaction of subgrade per Section 02300 — Earthwork. Scarify top 114" surface so subgrade is not sealed. C. Do not place Porous Asphalt when ambient air temperature is less than 60 degrees Fahrenheit. 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 I 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 addition cost to Owner. 126 1 1 E. Bring he subgrade of the aggregate dischar a subbase to the line, grade, and 9 g 9 9 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. 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. 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 geotextile in accordance with manufacturer's standards and recommendations. Overlap adjacent strips of geotextile fabric a minimum of 16 inches. H. Where lined cells are designated on plans, install porous pavement cell 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 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 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 to all structures, walls, pipes, and other opening /penetrations through the lining ' in accordance with liner manufacturer recommendations for leak -proof sealing. ' 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 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. ' 8. Test seams and field seams for continuity and water tightness in accordance with manufacturer's recommendations. ' 127 1 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. 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. 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 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: 128 129 QUALITY ASSURANCE 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 1 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 or becomes clogged, remove and replace pavement at no additional cost to the Owner. 129 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 %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: a. Deviation: 129 No. 4 sieve and larger Percent Passing +/ -4% No. 6 sieve to No. 80 sieve Percent Passing +/ -2% No. 100 sieve and No. 200 sieve Percent Passing +/ -0.4% Asphalt Binder 1 +/ -0.3% 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: (3.8 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 -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 field infiltration rate further testing will be required. 5. Submit Infiltration Test results for approval prior to coring PA. 130 t f E. Appearance: Placed porous surface will be reviewed for appearance by the Owner's t Representative. The placed porous surface shall have a consistent surface texture and shall be smooth with no washboarding or cracking. 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. ' 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: 131 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. 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. ' 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: 131 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: General. Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. 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, 132 1 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: 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 133 1 1 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 w" 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 ton. 134 1 Payment Section 5 -04.5 is supplemented with the following: 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 ton. The unit contract price, per ton, for the bid item Porous Asphalt Pavement above shall be full pay for furnishing all labor, tools, equipment and materials required to construct the porous asphalt pavement section. DIVISION 6 STRUCTURES 6 -03 STEEL STRUCTURES This section is supplemented with the following: PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and provisions of the Contract, including Standard Specifications and Contract Special Provisions apply to work of this Section. 1.02 SUMMARY A. Provide pre- formed metal roofing in new dugout to match existing dugouts at Gateway. B. Provide all accessories, materials and equipment needed to complete the installation of each assembly. 1.03 SYSTEM PERFORMANCE REQUIREMENTS A. Air Infiltration: Provide roof panel system with no air leakage when tested in accordance with ASTM E 1680. B. Water Penetration: Provide panel systems with no water penetration as defined in the test method when tested in accordance with ASTM E 1646. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product specifications, standard details, installation instructions, and general recommendations, as applicable to materials and finishes for each component and for total panel system. 1. After review and approval, submit to Engineer. B. Color Samples: Submit color chips showing full range of manufacturer's standard colors roof panels with factory- applied finishes. Provide for scheduling and time allowances so ` &I that the selected color for the roofing material may be delivered to the job site in a timely fashion to meet the overall schedule for roof installation and completion. 1. After review and approval, submit to Engineer 1.05 QUALITY ASSURANCE A. Installer's Qualifications: 1. Obtain the Panel Manufacturer's written approval of the installer prior to work commencing. 2. Have been in business for minimum period of 5 years in the region where the work will be performed. B. Regulatory Agency Requirements 1. Comply with IBC and local Building Officials requirements if more stringent than those specified herein. C. Prior to fabrication of panels, take field measurements of structure or substrates to receive panel system. Allow for trimming panel units where final dimensions cannot be established prior to fabrication. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver panels and other components so that they will not be damaged or deformed. Protect from direct element exposure during storage. Package roof panels for protection against transportation damage. B. Exercise care in unloading, hoisting, storing and installing components to prevent bending, warping, twisting, and any surface damage. C. Stack all materials on platforms or pallets, covered with tarpaulins or other suitable weathertight ventilated covering. Store metal roof panels by elevating one end to drain any accumulated moisture. Do not store panels in contact with other materials that might cause staining, denting, or other surface damage. D. Replace damaged panels, trim, accessories, etc. with new. 1.07 PROJECT CONDITIONS A. Examine the conditions and substrates in which metal roofing work is to be installed. Substrate shall be installed level and true to avoid panel stresses. B. Field measurements shall be taken prior to fabrication of panels. C. Proceed with roofing installation only after satisfactory conditions are met. 1.08 WARRANTY A. Finish Warranty: Furnish panel manufacturer's written warranty covering failure of the I factory - applied exterior finish on metal roof panels within the warranty period. This 136 1 L r :7 1 I J' 1 1 warranty shall be in addition to and not a limitation of other rights the Owner may have against the Contractor under the Contract Documents. Warranty period for factory applied exterior finishes on roof panels is 20 years after the Date of Substantial Completion. This includes work done to touch -up the factory applied finish during the course of construction. B. Contractor's Workmanship Warranty: For a period of two (2) years following Substantial Completion, contractor shall warrant that the roof system is installed in accordance with the manufacturer's recommendations and will be free from defective workmanship and shall remain watertight with normal usage. This includes work done to touch -up the factory finish during the course of construction. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Manufacturer: Provide products by one of the following: AEP SPAN (IMSA Building Products), (Design Standard). Other Manufacturers: a. Bryer "TBC- Ultra" b. Must request approval (also dependent on color selection). 2.02 PANEL MATERIAL A. Manufacturer: Subject to compliance with requirements, provide one of the following or equal with prior approval: Roof: IMSA Building Products USA, Inc.; Design Span HP, 22- gauge. Other manufacturers approved if matching design: Metal Sales, Inc. - match design system. Faberal - match design system. B. Materials: 1. Steel for Pre - Finished Coating: ASTM792 -83, grade 40, aluminum -zinc alloy "Galvalume" or "Zincalume" sheet steel coated by the hot -dip process, minimum 24 gauge. 2. Roofing Felt: No. 30 asphalt saturated roofing felt complying with ASTM D 226. 3. Screws and Fasteners: Galvanized or stainless steel, corrosion resistant, types recommended by roofing system manufacturer for each condition. Exposed screws to match roof and wall color. 4. Joint Sealant: for panel seams and elsewhere as required, as recommended by system manufacturer. C. Metal Finishes: 1. General: Apply coatings either before or after forming and fabricating panels, as required by coating process and as required for maximum coating performance capability. Protect coating promptly after application and cure by application of strippable film or removable adhesive cover and retain until installation has been completed. Color as selected from manufacturer's standard colors. 2. Coating System for exposed side of pre- finished sheet metal shall be as follows: 137 3 PART 3 - EXECUTION 3.01 INSPECTION a. Fluoropolymer Coating: Full- strength 70% "Kynar 500" coating baked -on for 15 minutes at 450 degrees F., in a dry -film thickness of 1.0 mils, 30% reflective gloss (ASTM D 523), over 0.3 mil baked -on epoxy primer. 1) Durability: Provide coating which has been field tested under normal range of weathering conditions for minimum of 20 years without significant peel, blister, flake, chip, crack, or check in finish and without chalking in excess of 8 (ASTM D 659) and without fading in excess of 5 NBS units. b. Interior (Concealed) Surface Finish: 0.15 mil epoxy primer paint coat and 0.35 mil backer. C. Touch -up Paint: Paint materials finished by panel material finish fabricator: identical in color and chemical composition for each factory applied exposed finish if available and recommended by coating manufacturer for this use. Application of touch -up paint not specifically recommended by coating manufacturer or fabricator or which is visually perceivable will be cause for rejection of work to which it is applied. (Touch -up paint shall be non - fading. No exception.) Finish Color: As selected by Engineer from the design manufacturer's full range of twenty -four Standard DuraTech 5000 and DuraTech colors. Color to match existing. A. Use manufacturer's standard touch -up paint as required. Use small paintbrush when touching -up scratches. Minimize over - painting of scratched areas. B. Metal roof panels shall be installed only when the substrate is installed and aligned to acceptable tolerances as reviewed or recommended by the panel manufacturer or authorized installer. 3.02 PANEL INSTALLATION A. Comply with manufacturer's directions for concealed fastener installation of roof panel assembly. Provide installation to allow for full warranty of assembly. Coordinate installation of flashings, underlayment, fasteners, etc. 1. Provide panels per reviewed submittals. Discrepancies between job site conditions and drawings as reviewed shall be brought to the attention of the Architect for direction. 2. Provide clips with self - drilling /self- tapping fasteners. 3. At end laps of panels, install tape caulk between panels. 4. Provide factory - caulked cleats at standing -seam joints. Apply snap -on batten to the panels to provide a weathertight joint. 5. Other Flashings: Install and fasten other flashings, edgings, ridge flashings, accessories, etc., per manufacturer's directions. a. Follow manufacturer's directions. b. Overlap roof panels at least 6 inches. C. Install flashings to allow for thermal movement. 6. Field cutting of panels by torch is not permitted. 138 [1 C. Joint Sealers: Install and fasten gaskets, caulk and apply joint fillers and sealants where 7. Provide roof panels over full coverage ice - shield installed from lower eave edge up to ridge or wall. Install ice - shield with 2 -inch (minimum) horizontal laps and 4- ' inch (minimum) end laps. fillers recommended by panel manufacturer. 8. Provide panels over supporting structure with concealed clips and fasteners to penetrate and firmly hold the panels in place. Install clips at each support with self - drilling and self- tapping fasteners. Place fasteners at 8- inches on center at and rake with closures to exclude weather. the edges and at 12- inches on center at the panel interior or as directed by the manufacturer if more stringent. Include required washers. B. Accessories: Provide components required for a complete roof panel system, including requirements applicable to indicated joint sealers. ice shield, building paper, trim, coping, fascias, gravel stops, mullions, sills, corner units, D. ridge closures, slips, seam covers, battens, flashings, gutters, louvers, sealants, gaskets, fillers, closure strips, snow guards, and similar items. in 40' -0" on level /plumb /slope and location /line and within 1/8 -inch offset of adjoining 1. Lap ice - shield and building paper underlayment "shingle style." 2. Adhere valley and wall joint ice - shield prior to installation of roofing ice - shield. C. Joint Sealers: Install and fasten gaskets, caulk and apply joint fillers and sealants where required for a complete weathertight installation. Provide types of gaskets, sealants and fillers recommended by panel manufacturer. 1. Provide weathertight seal under ridge cap. Flash and seal roof panels at eave and rake with closures to exclude weather. 2. Refer to other Sections of these Specifications for product and installation requirements applicable to indicated joint sealers. D. Installation Tolerances: Shim and align panel units within installed tolerance of 1/4 -inch in 40' -0" on level /plumb /slope and location /line and within 1/8 -inch offset of adjoining faces and of alignment of matching profiles. E. Cutting and Fitting: 1. Neat, square, and true. Torch cutting is prohibited. 2. Openings 6 inches and larger in any direction: Shop fabricate and reinforce to maintain original load capacity. 3. Where necessary to saw cut panels, debur and treat with galvanic paint. 3.03 CLEANUP AND CLOSE -OUT A. As work progresses, remove all excess scrap and keep working surface free from debris, on a daily basis. B. Apply manufacturer's standard touch -up paint as required. Follow manufacturer's instructions for application carefully. Use small (as possible) paint brush when touching up scratches. Minimize over - painting of scratched areas. Spray painting is not acceptable. C. Replace panels and other components of the work that have been damaged or have deteriorated, in the opinion of the Architect and the Owner Representative, beyond ' successful repair by means of finish touch -up or similar minor repair procedures. D. Remove all temporary protective coverings and strippable films as soon as each panel is installed. Upon completion of panel installation, clean finished surfaces as recommended by panel manufacturer and maintain in a clean condition, free from stains and scrap, during construction and until Substantial Completion has been achieved. ' 139 6 -04 TIMBER STRUCTURES This section is supplemented with the following: PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and provisions of the Contract, including Standard Specifications and Contract Special Provisions apply to work of this Section. 1.02 SUMMARY A. Provide framing with dimensional lumber. B. Provide wood grounds, nailers, blocking and furring. C. Provide rough hardware used in securing all rough carpentry work. D. Provide miscellaneous materials and building paper used for rough carpentry. 1.03 DEFINITIONS A. Rough carpentry includes carpentry work not specified as part of other sections and generally not exposed, unless otherwise specified. 1.04 SUBMITTALS A. Contractor's review only required for each item in this Article according to the Conditions of the Contract and Division 1 Specifications. 1. Provide submittals when requested by the Engineer. B. Product Data for the following products: 1. Engineered wood products. C. Wood treatment data: 1. Include certification by treating plant stating type of preservative solution and pressure process used, net amount of preservative retained, and compliance with applicable standards. 2. For waterborne - treated product, include statement that moisture content of treated materials was reduced to levels indicated before shipment to Project site. D. Warranty of chemical treatment manufacturer for each type of treatment. E. Research or evaluation reports of the IBC acceptable to authorities having jurisdiction that evidence the following products' compliance with building code in effect for Project. 1. Engineered wood products. 1.05 DELIVERY, STORAGE, AND HANDLING A. Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Provide for air circulation within and around stacks and under temporary coverings. B. For lumber and plywood pressure treated with waterborne chemicals, place spacers between each bundle to provide air circulation. i1.06 PROJECT CONDITIONS A. Coordinate location of furring, nailers, blocking, grounds and similar supports to allow attachment of other work. PART 2- PRODUCTS 2.01 LUMBER AND SHEATHING A. Lumber Standards: WWPA - Western Wood Products Association. B. APA: American Plywood Association; Grades and Standards. C. Dimensional Lumbers: S4S with 19% maximum moisture content. D. Grade and Species: No. 2 or better; Douglas Fir - Larch, kiln dried. E. Plywood Grade: Concealed: CDX; Exposed: MDO. Thickness as indicated. F. Pressure Treated Lumber: S4S; all lumber in contact with masonry or concrete. G. Rough Hardware: Fasteners as applicable by IBC; Hangers and galvanized framing hardware shall be as indicated. ' H. Building paper: ASTM D 225, Type I, asphalt saturated felt, non- perforated type; 15 lb. 2.02 PRESERVATIVE WOOD TREATMENT BY PRESSURE PROCESS A. Where lumber or plywood is indicated as "Treated ", or is specified herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood). Mark each treated item with the quality mark requirements of an inspection agency approved by American Lumber Standards Committee's (ALSC) Board of Review. 1. Pressure -treat above - ground items with water -borne preservatives to a minimum retention of 0.25 lb./cu. ft. After treatment, kiln -dry lumber and plywood to a maximum moisture content, respectively, of 19% and 15 %. Treat indicated items and the following: a. Wood cants, nailers, curbs, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and waterproofing. b. Wood sills, sleepers, ledgers, blocking, furring, stripping and similar concealed members in contact with masonry or concrete. C. Wood floor plates installed over concrete slabs directly in contact with earth. 2. Pressure -treat at and below ground items with water -borne preservatives to a minimum retention of 0.40 lb./cu. ft. ' 3. Complete fabrication of treated items prior to treatment, where possible. If cut after treatment, coat cut surfaces with heavy brush coat of same chemical used for treatment and to comply with AWPA M4. Inspect each piece of lumber of plywood after drying and discard damaged or defective pieces. 2.03 DIMENSION LUMBER ' A. Framing and Dugout Roofing: 1. Lumber: Douglas Fir - Larch, S4S, No. 2 and. better, kiln dried, unless otherwise tindicated. 141 a. Framing members exposed to view shall be straight, contain minimal ' knots and pitch pockets and shall not be damaged. B. Other Framing, Support and Miscellaneous Lumber Not Listed Above: 1. Lumber: Douglas fir - larch, S4S, No. 2 & better, kiln dried, unless otherwise t indicated. 2.04 FASTENERS, HANGERS AND MISCELLANEOUS MATERIALS , A. Provide size, type material and finish as indicated and as recommended by applicable standards, complying with applicable IBC Standards for nails, staples, screws, bolts, nuts, washers and anchoring devices. B. Provide metal hangers and framing anchors as manufactured by Simpson Co. of the size and type indicated, or if not indicated as recommended by the manufacturer for each use including recommended nails. Products by other manufacturers may be used only with specific approval. 1. Provide fasteners and anchorages with a hot -dip zinc coating (ASTM A 153) where exposed to weather or moist conditions. C. Building Paper: ASTM D 225, Type I; asphalt saturated felt, non- perforated, 15 -lb. type PART 3 - EXECUTION 3.01 INSTALLATION A. Comply with IBC 2003 Edition for bracing, blocking, nailing, fire stopping, anchorage, framing, bracing, etc. B. Set members plumb and true to line and cut and fitted to other members. Install plywood panels per APA requirements. Employ experienced and qualified workers. C. Provide pressure treated lumber where in contact with concrete or masonry. D. Discard units of material with defects which might impair quality of work, and units which are too small to use in fabricating work with minimum joints or optimum joint arrangement. E. Securely attach rough carpentry work to substrate by anchoring and fastening as required by IBC Standards. Ease edges of exposed finish work to approximately 1/8" radius prior to finishing. F. Set fasteners flush or slightly countersink fasteners on exposed carpentry work and fill holes with wood filler. G. Use common wire nails for fastening concealed members, except as otherwise indicated. Use galvanized casing nails for fastening exposed members. Select fasteners of size to make tight connections between members. Install fasteners without splitting of wood; pre -drill as required. 3.02 WOOD GROUNDS, LEDGERS, NAILERS, WOOD FURRING, BLOCKING AND SLEEPERS A. Provide where indicated and where required for screeding or attachment of other work. Form to shapes and cut for true line and level of work to be attached. Coordinate location with other work involved. Provide blocking for all toilet accessories, wall mounted hardware and other items. EVA B. Install wood furring where indicated and where required to cover metal brackets and bolt heads. Shim as required for tolerance of finished work. C. Attach to substrates to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.1 Description This section is supplemented with the following: This work shall also consist of constructing shallow sampling manholes. 7 -05.3 Construction Requirements Add the following new section: 7- 05.3(5) Shallow Sampling Manhole (NEW SECTION) Shallow sampling manholes shall consist of the items and be constructed as detailed in the City of Yakima Standard Detail S9. 7 -05.4 Measurement This section is supplemented with the following: Shallow sampling manholes will be measured per each, for each shallow sampling manhole installed. 7 -05.5 Payment This section is supplemented with the following: "Shallow Sampling Manhole ", per each. The unit contract price per each for "Shallow Sampling Manhole" shall be full pay for all labor, material and equipment required to furnish and install the shallow sampling manhole, excluding structure excavation class B including haul. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials This section is supplemented by adding the following item: Crushed Surfacing Top Course (for Trench Backfill) 7- 08.3(3) Backfilling This section is supplemented with the following: 143 All street - crossing trenches and all other areas as directed by the Engineer, shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill) 7 -08.4 Measurement This section is supplemented by the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the ton. The last paragraph in this section is replaced with the following: Shoring or Extra Excavation Class B will be measured by the linear foot. 7 -08.5 Payment This section is supplemented by adding the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. Revise the item: "Shoring or Extra Excavation Class B ", per square foot To read: "Shoring or Extra Excavation Class B ", per linear foot. 7 -09 WATER MAINS 7 -09.2 Materials This section is supplemented by adding the following item: PEX Pipe for water main 1 -1/4 in. diam. 7 -17 SANITARY SEWERS 7 -17.2 Materials This section is supplemented by adding the following items: Grinder Pump High Density Polyethylene Pipe 144 7 -17.3 Construction Requirements This section is supplemented by adding the following: ' 7- 17.3(3) Grinder Pump The Contractor will prepare the site, furnish, and install a GPR10 /1 FM (or approved equal) submersible grinder pump according to manufacturer specifications. 7 -17.4 Measurement This section is supplemented by the following: HDPE, 2 -inch diam. will be measured by the linear foot. Grinder Pump will be measured per each. 7 -17.5 Payment This section is supplemented by the following: "HDPE, 2 -inch diam. ", per linear foot. The unit contract price per linear foot of "HDPE, 2 -inch. Diam. ", shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint materials, excavation, bedding and backfill materials for the complete installation to the required lines and grades. "Grinder Pump ", per each. The unit contract price per each for "Grinder Pump" shall be full pay for furnishing, hauling and installing the grinder pump. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8 -01.3 General The tenth paragraph of Section 8- 01.3(1) is revised to read: (January 25, 2011) Erodible Soil Eastern Washington 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: July 1 through September 30 30 days 145 October 1 through June 30 15 days 8- 01.3(1)A Submittals Section 8- 01.3(1)A is supplemented with the following: (April 3, 2006) Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer's review and approval, outlining the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. 8- 01.3(9)A Silt Fence The following sentence is to precede this section: Silt fence is currently installed in accordance with plans from a previous phase of this project. Prior to the Contractor beginning work on site, the existing silt fence must be repaired where needed in accordance with this specification and approved by City Engineer. 8 -01.4 Measurement This section is supplemented by the following: Repair Silt Fence will be measured by the linear foot of repair to existing silt fence. 8 -01.5 Payment This section is supplemented by the following: "Repair Silt Fence ", per linear foot 8 -02 ROADSIDE RESTORATION 8 -02.1 Description This section is supplemented with the following: This work shall include the placement of warning tracks, infield and outfield soils for the baseball /softball fields. 8 -02.3 Construction Requirements This section is supplemented with the following: 8- 02.3(17) BALLFIELDS 146 1 1 1 1 1 1 1 1 1 1 8- 02.3(17)A BALLFIELD MATERIAL TESTING A Minimum of one wet sieve gradation analysis per 500 cubic yards of each surfacing material shall be performed. All tests shall be paid for by the Contractor. Submit test results to the City Engineer for review. Additional tests shall be performed if there is an apparent visual change in the furnished material. 8- 02.3(17)B INFIELD AND WORNING TRACK BASE COURSE SAND The base course sand shall be comprised of a special blend of sands meeting the following specifications for a wet sieve gradation analysis per ASTM C136 / D1140. Minimum compacted depth shall be six inches (6 "). Sieve Size 1/ n 4 #10 #40 #80 #100 #200 #270 % Passing 95 -100 90 -100 30 -70 10 -40 5 -30 0 -5 0 -3 8- 02.3(17)C BALLFIELD SURFACING MATERIALS A. INFIELD TOP COURSE SAND The top course shall be comprised of a special blend of sands and silts meeting the following specifications for a wet sieve gradation analysis per ASTM C136 / D1140. Minimum compacted depth shall be four inches (4 "). Sieve Size % Passing 1/4" 100 #10 85 -100 #40 45 -60 #80 30 -40 #100 20 -35 #200 9 -20 #270 4 -7 B. OUTFIELD SAND MIX The mix shall be comprised of a special blend of sands meeting the following specifications for a wet sieve gradation analysis per ASTM C136 / D1140. Minimum compacted depth shall be ten inches (10 "). 147 Sieve Size 1/ " 4 #10 #40 #80 #100 #200 #270 % Passing 95 -100 75 -90 35 -50 10 -25 5 -12 3 -5 0 -3 8- 02.3(17)D IMPORTED INFIELD CONDITIONER Infield Conditioner shall be Turface Pro League Ted, calcined clay, as distributed by Sunmank Seeds International, Troutdale, OR, 847 - 215 -3470, or approved equal. Application rate: 1 /z" per 1,000 square feet. 8- 02.3(17)E IMPORTED WARNING TRACK MATERIAL Warning track material shall be "Red Track Sand with Clay" as furnished by Bishop Red Rock, Goldendale, WA, 509 - 773 -5335, or approved equal. Maximum depth to be four inches (4 "). 8 -02.4 Measurement Add the following: Top Course Sand will be measured per cubic yard. Warning Track material will be measured per cubic yard. Base Course Sand will be measured per cubic yard. Sand Mix will be measured per cubic yard. Infield Conditioner will be measured per ton. 8 -02.5 Payment Add the following pay item: "Top Course Sand ", per cubic yard. "Warning Track material ", per cubic yard. "Base Course Sand ", per cubic yard. "Sand Mix ", per cubic yard. "Infield Conditioner ", per ton. .• f� [1 C 1 I -- 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.1 Description This section is supplemented with the following: This work shall include the installation of cement concrete edging and cement concrete bleacher slab. 8 -04.3 Construction Requirements This section is supplemented with the following: 8- 04.3(6) Cement Concrete Edging As detailed in the plans, Cement Concrete Edging shall be placed around plaza and shall be used in accordance with fence post setting for the Backstop/Wing Fence. The edging shall be constructed as detailed on sheet D1. 8- 04.3(7) Cement Concrete Bleacher Slab As detailed in the plans, Cement Concrete Bleacher Slab shall be placed where shown in the plans and shall be used in accordance with fence post setting for the Backstop/Wing Fence. The bleacher slab shall be constructed as detailed on sheet D1. 8 -04.4 Measurement Add the following: Cement Concrete Edging will be measured per cubic yard. Cement Concrete Bleacher Slab will be measured per cubic yard. 8 -04.5 Payment Add the following pay item: "Cement Concrete Edging ", per cubic yard. The unit contract price per cubic yard for "Cement Concrete Edging" shall be full pay for all materials, labor and equipment required to install the edging. ' "Cement Concrete Bleacher Slab ", per cubic yard. The unit contract price per cubic yard for "Cement Concrete Bleacher Slab" shall be full pay for all material, labor and equipment required to install the slab. ' 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES ' 8 -06.1 Description Supplement this section with the following: 1 149 The work shall include the installation of commercial driveway approaches, and adjusting utility castings within the concrete apron of the approaches. 8 -06.3 Construction Requirements Supplement this section with the following: Commercial 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: Commercial 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: "Commercial Driveway Approach ", per each. The unit contract price per each for "Commercial 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. 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. 8 -07.3 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 -07.4 Measurement Supplement this section with the following: Manufactured Wheel Stop shall be measured per each, installed at the locations shown on the plans and in accordance with the standard detail. 150 I I LI 1 1 1 r 8 -07.5 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. r 1 1 151 8 -12 CHAIN LINK FENCE AND WIRE FENCE This section is supplemented with the following: PART 1 -GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 4 -04 B. Section 5 -04 C. Section 8 -02 D. Section 8 -04 1.02 SCOPE OF WORK Ballast and Crushed Surfacing Hot Mix Asphalt Roadside Restoration Curbs, Gutters, and Spillways Site Improvements for this work includes, but is not necessarily limited to the following: A. Base Bid items include: colored vinyl clad, chain link backstop, wing fencing, foul line fencing, outfield fencing, chain link gates, colored powder coated fencing and backstop posts and fencing appurtenances; dugouts with metal roofing, baseball home plate and bases, players benches, bleachers, bat racks, foul line poles, miscellaneous cast -in -place concrete items, and miscellaneous site construction items as noted on the drawings and details. 1.03 REFERENCE SPECIFICATIONS A. "Standard specifications for Road, Bridge and Municipal Construction" Washington State Department of Transportation, Current Edition. B. "West Coast Lumber Inspection Bureau Grading and Dressing Rules" issued by the West Coast Lumber Inspection Bureau, and hereinafter called WCLB. 1.04 BARRIERS, SAFETY GUARDS AND WARNING LIGHTS Provide for public protection, as required by the Washington State Department of Labor and Industries. 1.05 PREPARATION OF SUBGRADE The Contractor shall be responsible for compacting subgrade materials to 90% Modified Proctor (ASTM D:1557) immediately before placement of all items specified in this Section. 1.06 SUBMITTALS A. Submit shop drawings detailing chain link fencing, gates, dugouts, metal fabrications, and assemblies. Shop drawings shall include details illustrating fence material, height, size of posts, rails, braces, footings, hardware, and accessories. B. Submit manufacturer's recommended installation details of items specified by name of manufacturer. C. Submit certificates of wood treatment and wood grading for lumber where applicable. D. Manufacturer's color chart and samples for selection of vinyl clad chain link fencing color and matching color for powder coated fencing posts and appurtenances. 152 1 1 1 1 1 1 1 1 1.07 PROTECTION Provide adequate protection for all work installed under this section from all damage whatsoever, including all construction activities and vandalism until the Certificate of Substantial Completion is issued. Provide protection for all existing sports facilities, pedestrian trails, paving and paths located adjacent to construction areas. PART 2 - PRODUCTS 2.01 BASE COURSE A. Spread and compact in accordance with Section 4 -04, Ballast and Crushed Surfacing. B. Surface variation not more than one -half inch (1/2 ") in ten feet (10') from grades necessary to produce indicated finish grades. 2.02 MISCELLANEOUS CAST -IN -PLACE CONCRETE Shall include concrete footings, concrete edging, and slabs on grade. All concrete materials for site work shall be in accordance with Section 8 -04, Curbs, Gutters, and Spillways. 2.03 MISCELLANEOUS STEEL FABRICATIONS A. Where shown on the drawing as steel, miscellaneous embedded and non - embedded metalwork, including brackets, hangers, clip angles, seat angles, guides, inserts, railings shall be fabricated as shown of mild steel, ASTM A 36. All miscellaneous steel metalwork shall be hot -dip, 1.25 ounce, galvanized after fabrication, unless otherwise noted on Draw- ings or specified herein. B. Hot -dip galvanizing. Unless otherwise specified, galvanizing by the hot -dip process shall conform to the applicable requirements of ASTM A 123, A 153, A 385, A 386 and A 525. C. Field Galvanizing shall not be done on any steel items. D. Steel embedded in concrete is not to be primed except portions projecting from concrete and first 3 inches of embedment. E. Surface treatments: 1. Galvanized surfaces: After fabrication but before installation, touch up galvanized metal surfaces damaged during fabrication with "Gals- Weld." as manufactured by Galv -Weld Products, P.O. Box 1087, Holmes Beach, Florida, or equal. Finish surface color shall be uniform over entire fabricated unit. 2. Raw Steel surfaces: Clean steel to SSPC- SP -2 -63 requirements. Apply Tnemec 99 Red Metal Primer or other approved primer. Apply in accordance with manufac- turer's instructions to 4.0 wet mil thickness (2.0 dry mil). A minimum of two (2) coats of paint shall be applied. 3. Store jobsite steel on blocks above snow or mud and soil. After erection, remove any weld spatter, oil and grease. Clean abraded,_ bolted and welded areas, and touch up with above primer or galvanizing paint. 4. Where indicated on the drawings or in the specifications, finish on selected galvanized or steel surfaces and hardware shall be colored polyester powder coating that is electrostatically applied in conformance with ASTM F626 -96. Use color matched PVC touch -up paint to cover minor scratches and exposed metal surfaces. 153 2.04 HARDWARE All metal hardware including bolts, deformed bars for connections, threaded rod, anchor bolts, nuts, washers - shall be hot - dipped galvanized unless otherwise noted. All framing nails galvanized wire nails. All bolts, threaded rod and anchor bolts conform to ASTM A -307, Grade A, unless otherwise noted. Hex head and nut on all bolts and threaded rod unless otherwise indicated. All bolts, threaded rod shall have standard cut washers respective size, unless otherwise indicated - bolts to have washers each end, galvanized steel bolts, rods, etc. shall have galvanized steel washers and nuts. Hardware not noted by size shall be sufficient to draw and hold members securely. 2.05 CHAIN LINK FENCING A. General: All fabric mesh size shall be 2" galvanized steel wire with a 7 -10 mil colored, thermally fused PVC coating as per Federal Specification RR -F -191, Type IV and in conformance with ASTM F 668 -96 Class 2B. All chain link appurtenances including posts, tensions rods, railings, bolts, washers, hardware, fittings, etc. shall be coated with a 3 -5 mil colored polyester powder coating that is electronically applied over galvanized steel in conformance with ASTM F626 -96. Color of fence fabric and all chain link appurtenances shall be dark green color matching the existing chain link fencing at the Gateway Fields. B. 72" High Fencing (Outfield Fencing) as follows: 1. Fabric: 9 gage (2" mesh), KK Chain link wire. 2. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Top rail 21' in length, joined with 1 5/8" pressed steel, 6" long pipe sleeve. 3. Line Post: 2 3/8" OD Schedule 40 pipe post, 3.65 Ibs per foot. Line posts set on 10' on center maximum spacing. Concrete footing 12" diameter, 36" depth. 4. Terminal Post: 2 7/8" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete footing 12" diameter, 36" depth. All terminals to be boxed braced. 5. Gates: Framework of 1 7/8" Schedule 40 pipe, 2.72 Ibs per foot. Gates braced and trussed as necessary. Same fabric as fence. 6. Gate Post: 2 7/8" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete footing 12" diameter, 36" depth. 7. Tension wire: 7 gage, spring galvanized steel tension wire attached to bottom of fence fabric with 12 '/z gage steel (224 / lb) hog rings spaced 24" ( + / -) on center. 8. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail end, regular pressed steel eye top, die cast aluminum cap, 3 1/16" x 5/8" tension bar, regular tension band and galvanized carriage bolt. 9. Tie Wire: 8 1/4 ", 9 gage aluminum with hook tie wire and 6'/2 ", 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" ( + / -) on center for rails. 10. Post Footing: 4 -sack ready mix commercial concrete. C. 84" High Fencing (Dugout Fencing) as follows: 1. Fabric: 9 gage (2" mesh), TT Chain link wire. 2. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Top rail joined with 1 5/8" pressed steel, 6" long pipe sleeve. 3. Line Post: 3" OD Schedule 40 pipe post, 5.79 Ibs per foot. Line posts set on 10' on center maximum spacing. Concrete footing 12" diameter, 36" depth. 4. Terminal Post: 3" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete footing 12" diameter, 36" depth. All terminals to be boxed braced. 154 1 1 it it t 155 D. 120" High Fencing (Wing Fencing) as follows: ' 5. Gates: Framework of 1 7/8" Schedule 40 pipe, 2.72 Ibs per foot. Gates braced and trussed as necessary. Same fabric as fence. 6. Gate Post: 3" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete footing 12" diameter, 36" depth. 7. Bracing: 1 -5/8" OD Schedule 40 pipe, 2.27 Ibs per foot, used for middle and ' bottom rail. 8. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail ' 5. end, regular pressed steel eye top, die cast aluminum cap, 3 1/16" x 5/8" tension bar, regular tension band and galvanized carriage bolt. 9. Tie Wire: 10-1/2", 9 gage aluminum with hook tie wire and 6 '/2', 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" 6. on center for rails. 10. Post Footing: 4 -sack ready mix commercial concrete. 155 D. 120" High Fencing (Wing Fencing) as follows: 1. Fabric: 9 gage (2" mesh), KK Chain link wire. 2. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Top rail 21' in length, joined with 1 5/8" pressed steel, 6" long pipe sleeve. 3. Line Post: 3" OD Schedule 40 pipe post, 5.79 Ibs per foot. Line posts set on 10' on center maximum spacing. Concrete footing 16" diameter, 48" depth. 4. Terminal Post: 2 7/8" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete t 5. footing 16" diameter, 48" depth. All terminals to be boxed braced. 5. Bracing: 1 -5/8" OD Schedule 40 pipe, 2.27 Ibs per foot, used for middle and bottom rail. 6. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail end, regular pressed steel eye top, die cast aluminum cap, 3 1/16" x 5/8" tension 7. bar, regular tension band and galvanized carriage bolt. 7. Tie Wire: 10 1/2 ", 9 gage aluminum with hook tie wire and 6 '/2 ", 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" 8. on center for rails. 8. Post Footing: 4 -sack ready mix commercial concrete. E. 360" High Fencing (Backstop Fencing) as follows: 155 1. Fabric: Bottom Rows (120 ") 6 gage (2" mesh), KK Chain link wire. ") 2. Fabric: Top Rows (240 9 gage (2" mesh), KK Chain link wire. 3. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Top rail joined with 1 5/8" pressed steel, 6" long pipe sleeve. 4. Line Post: 5" X- Strong Pipe (5 - 1/2" OD), or 6" Standard Pipe. Line posts set on 10' on center maximum spacing. Concrete footing 24" diameter, 5' 9" depth, reinforced as shown on the drawings. 5. Terminal Post: 5" X- Strong Pipe (5 - 1/2" OD), or 6" Standard Pipe. Concrete footing 24" diameter, 5' -9" depth, reinforced as shown on the drawings. All terminals to be boxed braced. 6. Bracing: 1 -5/8" OD Schedule 40 pipe, 2.27 Ibs per foot, used for middle and bottom rail. 7. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail end, regular pressed steel eye top, die cast aluminum cap, see drawings for special tension band, galvanized carriage bolts. ", 8. Tie Wire: 8 1/4 9 gage aluminum with hook tie wire and 6 %', 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" ( + / -) on center for rails. 9. Post Footing: 4 -sack ready mix commercial concrete. 155 F. Chain Link Gates: 1. Pedestrian Gates: Seven foot (7') height (dugout gates) or six foot (6') height (outfield fence gates - see drawings for location and height) by three foot six inch (3' -6 ") width; type 6 single -swung gate; 9 gauge fabric, full welded frame, with truss rod braces and locking hardware. 2. Maintenance Gates: Six foot (6') height by six foot (6') width per leaf; type 6 double -swung gate; 9 gauge fabric, full welded frame, with truss rod braces and locking hardware. Two (2) gates required. 3. 20' Sliding Gate: Six foot (6) high, twenty foot (20') wide (double 10' sections) rolling gate manufactured per ASTM F900 -94 Specifications. Fabric: 9 gage (2" mesh), to match fence fabric. Green Vinyl coated to match. Gate Frame: 1 -7/8" OD Schedule 40 pipe, 2.72 Ibs per foot. Trussed and braced as necessary. Gate Post: 2 -7/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Concrete footing 12" diameter, 38" minimum depth. Gate Tracks: 1 -5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Industrial Double Wheel Assembly; Safe -T -Rear Wheel. Fittings: Tension band, post caps, carriage bolts, truss rod and tightener, tension bar, aluminum ties, Safe -T -Line track bracket, Rolo latch. Post Footing: 4 -sack ready mix commercial concrete. 4. All gates shall have positive latching devices with provisions for pad locking and cane bolts. 5. All gate hinges shall be non -lift -off type, offset to permit full 180 degree swing. 6. All gate posts shall have galvanized round caps, size as required. G. Any exposed steel shall be painted with "Gals- Weld" high -zinc content paint. H. Wood backstop section shall be 2 x 10 pressure- treated Hem -fir, S4S. Coat all cut ends of wood surfaces with two (2) coats of wood preservative stain to match pressure treatment material. Install approx. 3' high x 3' -0" wide chain link panel (with 1 -5/8" O.D. top and bottom rail) above each dugout entry and pedestrian access gate where fencing is 10' height, or higher. Mount bottom of panel at approximate 7' -0" height. Allow clearance for gates. 2.06 PLAYER BENCHES A. Player bench with seat back and galvanized steel understructure — RB -21 straight leg as manufactured by Southern Bleacher Company and supplied by Northwest Recreation, Portland, OR (800) 448 -4858. Length shall be 21 feet; seat and back planks shall be nominal 2" x 10" fluted Aluminum with a clear anodic coating, all planks shall have end caps. Benches shall be installed in concrete footings. 2.08 DUGOUT ROOFS A. Dugout roofs shall be constructed of wood structural members and wood tongue and groove decking as shown on the drawings. Wood and wood construction shall be in conformance with 6 -04, TIMBER STRUCTURES B. Metal roofing for dugout shall be in conformance with 6 -03, Steel Structures. Roofing material and color shall match the existing dugouts at the Gateway fields. 2.09 BAT RACKS t P, i A. Custom fabricated galvanized steel bat racks, two (2) required for each field. Fabricate as ' shown in details and install in dugout. Finish shall be colored polyester powder coating W7 PART 3 - EXECUTION 3.01 GENERAL A. Stake alignment and locations of all site improvements for review by City Engineer prior that is electrostatically applied in conformance with ASTM F626 -96. Color shall match that of chain link fencing and fencing appurtenances. 2.10 BALLFIELD BASES AND PITCHING PLATES A. Bases: Bolco 400 -BB Intermediate Bases, 255 -BATM "Universal Steel Anchor Plate ", B. and 227 -FAS "Ground Stake ". Provide and install nine (9) bases with ground stakes (three (3) at each field) at the 60' baseline layout. "All ". B. Home Plate: Bolco 300 -AS Play Home Plate Provide and install three (3) home C. plates (one (1) at each field) at the 60' baseline layout. C. Pitching Rubber: Bolco 450 -C1 "Four Way Las - Long ". Provide and install three (3) D pitching rubbers (one (1) at each field) at the 50' baseline layout. D. Supplier: Northwest Recreation, Portland, OR. (800) 448 -4858. 2.11 BACKSTOP PROTECTION PAD matched PVC touch up paint. A. 3/4" thick black rubber pad — "Dinomat" from Dinoflex Manufacturing- supplied by Sitelines Park and Playground Products, Everett, WA (800) 235 -2440. Assemble (if required) and install all equipment specified by name /manufacturer as per 2.12 FOUL LINE POLES A. Foul Line Poles by Patterson — Williams Athletic Company, or approved equal. Supplier: 3.02 CAST -IN -PLACE CONCRETE Northwest Recreation, Tualitin, OR 97062. Local Contact Roland Radtke: Ph. 360 -357- A. Conform to requirements of Section 8 -04, Curbs, Gutters, and Spillways. Layout 9966 or cell 306 - 556 -9933. B. Model # 1273 20' high Telescoping Foul Ball Poles constructed of Schedule 40 157 galvanized pipe and #11 diamond steel mesh; concrete embedded installation. Finish shall be electrostatically applied, baked -on yellow dry polyester powder. Three pair (six (6) units total) required. PART 3 - EXECUTION 3.01 GENERAL A. Stake alignment and locations of all site improvements for review by City Engineer prior to installation. Incorrectly located work shall be removed and replaced by the Contractor at no additional cost to the Owner. B. Verify that subgrade has been properly compacted and compaction tests, if required, have been accomplished. Guarantee against settlement for one (1) year. C. Install rigid, plumb and true to lines and levels shown. Verify that all elements called for in this Section "fit" according to the Drawings and existing site features. D All ends of bolts to be ballpeened or otherwise tamperproof. File or grind all sharp edges. Touch up all powder coated hardware and fittings with minor scratches with color matched PVC touch up paint. E. Assemble (if required) and install all equipment specified by name /manufacturer as per approved manufacturer's printed instructions /recommendations. 3.02 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 8 -04, Curbs, Gutters, and Spillways. Layout as shown on drawings. Unless otherwise indicated exposed concrete shall have 157 a light broom finish. Contractor shall take particular care to install expansion joints and control joints as indicated on drawings. B. Install following items with concrete footings - sized as per manufacturer's recommendations, Reference Specification, Standard Plans, or as detailed: 1. Chain Link Fencing, Backstop and Gate Posts 2. Player Benches 3. Bases and Plates 4. Foul Line Poles C. Tops of all footings shall be installed below all paving and 3" below ground surface, unless, otherwise indicated on drawings or specified herein. 3.03 CHAINLINK FENCE AND GATES A. Field stake layout of all fencing items for review by the City Engineer prior to installation. Verify minimum required clear distances between gate posts. B. Excavate field surfacing materials for installation of concrete footings for fencing posts. Install footings and fencing posts as per the Contract Documents. All posts shall be plumb and tops cut off level. Backfill all excavations with field surfacing materials to match surrounding field conditions. Compact surfacing materials above all footings. C. Install paving area below gates where indicated. D. Minor touch -up of powder coated chain link appurtenances such as bolts, washers, clips, etc. will be permitted with matching color PVC touch -up spray paint. 3.04 BAT RACKS A. Install inside dugout area near entrance to the infield. 3.05 PLAYER BENCHES A. Install player benches inside the dugout areas of each ball field where indicated on the drawings. Install with two (2) cubic foot concrete footings on each leg. Verify exact locations. B. All sharp edges on bench assemblies shall be ground smooth. 3.07 DUGOUT ROOFS A. Install dugout roofs secured to chain link fencing and posts as shown on the drawings. All bolts and fasteners shall be powder coated in color to match fence posts. B. Install metal roof per Section 6 -03, Steel Structures. C. Wood finish: paint underside of dugout roof white and fascia trim green to match other dugouts; two coats minimum. 158 1 1 1 1 1 1 3.08 BALLFIELD BASES AND PITCHING PLATES A. Provide and install bases and pitching plate with ground stakes and concrete footings at the 60' baseline layout and the 65' baseline layout. 3.09 BACKSTOP PROTECTION PAD A. Attach protection pad material to timber backstop area with galvanized screws and cut washers at minimum 6" on center around the perimeter at 2" from all edges. 3.10 FOUL LINE POLES A. Install foul line poles in concrete footings in accordance with manufacturer's standard drawings and instructions. Install plumb and level in locations shown on Drawings. Verify exact locations with Owner's Representative. 8 -12.4 Measurement Supplement this section with following: Measurement for 6' Fence will be per linear foot. Measurement for 8' Fence will be per linear foot. Measurement for 12' Maintenance Gate will be per each. Measurement for 42" Pedestrian Gate will be per each. Measurement for 20' Sliding Gate Entrance will be per each. Measurement for 6' Plaza Gate will be per each. Measurement of Backstop/Wing Fence will be per each. Measurement of Dugout will be per each. Measurement of Base Installation will be per each. 8 -12.5 Payment Payment will be made for the following bid items: "6' Fence ", per linear foot. "8' Fence ", per linear foot. 12' Maintenance Gate ", per each. 159 " 42" Pedestrian Gate ", per each. "6' Plaza Gate "' per each. "20' Sliding Gate Entrance "' per each. The unit contract price per each for "20' Sliding Gate Entrance" shall be full compensation for all labor, equipment and materials needed to furnish and install the 20' Sliding Gate Entrance where shown on the plans and in accordance with the Standard Specifications and contract Special Provisions "Backstop/Wing Fence" per each. The unit contract price per each for "Backstop/Wing Fence" shall be full compensation for all labor, equipment and materials needed to furnish and install the Backstop/Wing Fences where shown on the plans and in accordance with the Standard Specifications and contract Special Provisions "Dugout ", per each. The unit contract price per each for "Dugout" shall be full compensation for all labor, equipment and materials needed to furnish and install the Dugouts where shown on the plans and in accordance with the Standard Specifications and contract Special Provisions. "Base Installation ", per each. The unit contract price per each for "Base Installation" shall be full compensation for all labor, equipment and materials needed to furnish and install the Bases where shown on the plans and in accordance with the Standard Specifications and contract Special Provisions. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL This section is supplemented with the following: 8 -20.1 Description This section is supplemented with the following: This work consists of furnishing, testing and field testing all materials and equipment necessary to place into operation the new ballfield lighting systems and site area lighting systems. 8 -20.2 Materials This section is supplemented with the following: Provide new material and equipment approved and labeled for the purpose for which they are to be used by a nationally recognized electrical testing laboratory. Similar items of equipment shall be of the same manufacture and quality. The equipment and materials shall meet applicable UL, NEMA, IEEE, ANSI, ETL, ITL, NECA and NEC standards. 160 1 8 -20.3 Construction Requirements 8- 20.3(1) General This section is supplemented with the following: The Contractor is responsible for coordinating with the Washington Department of Labor and Industries for any inspections required on this project. The Contractor shall be responsible to supply any necessary materials, such as, miscellaneous screws, bolts, fasteners, trim or other accessories required to install the new fixtures. The miscellaneous and accessory items shall be of a size, type and finish appropriate to the task and compatible with the finishes of materials with which they are used. The work shall conform to all applicable codes, standards, regulations, etc., required, issued or otherwise enforced by any and all authorities having jurisdiction including, but not limited the current edition of the following: 161 International Building Code National Electrical Code Life Safety Code (NFPA 101, 1985 edition) Occupational Safety and Health Administration Any and all other local, state, or national authorities The Contractor has exclusive responsibility for construction means and techniques including compliance with all regulations governing safety and health of employees and the public in the vicinity of construction. The Contractor shall assess proposed conditions and make all necessary preparations and precautions such as scaffolding, and other temporary construction necessary to accomplish the work in full compliance with the requirements of this section. Provide shop drawings for area lighting fixtures, ballasts, lighting poles, circuit P 9 9 g 9 9 P breakers and panelboards. Provide Operating and Maintenance Manuals for lighting fixtures and ballasts p 9 9 9 and panelboards: The manuals shall be supplied to the Engineer for review and approval in the quantities indicated in Division 1 before any electrical equipment is shipped to the job site. Construction record drawings of the work shall be provided upon completion of the work and shall be folded and punched for insertion into the manual after they are reviewed by the Engineer. 161 Manuals for the electrical system shall be enclosed in 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. Provide manufacturer's installation, operation, maintenance, and service information, shop drawings, and testing records, for each equipment item furnished under the electrical work. Assemble and index each section listing the contents individually on the tab divider for that section. Compile a spare parts list and a suppliers index for each section and assemble in the section provided. Testing Test electrical equipment before it is energized and placed in service. Testing shall be performed by the Contractor in the presence of the Owners representative. Test lighting fixtures and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds. Test wire and cable installation, when complete and seventy -two hours prior to energization of the system. Check for continuity, visual damage and marking. 8- 20.3(5) Conduit Raceway Application: Provide rigid steel conduit and liquid tight flexible metal conduit for conduits run exposed, above grade on the site. PVC conduit located below grade shall have rigid steel elbows. The use of PVC elbows for horizontal and vertical direction changes is not permitted. SUPPORTING DEVICES Material: Cold- formed steel, with corrosion - resistant coating. Metal Items for Use Outdoors or in Damp Locations: Hot -dip galvanized steel. Expansion Anchors: Carbon -steel wedge or sleeve type. Support raceway, equipment, and devices from framing members with sufficient clearance for maintenance and service. Provide backing plates, and /or framing material to support equipment, devices and materials which are located between the framing members. lits% 1 8- 20.3(6) Junction Boxes, Cable Vaults and Pull Boxes Junction and device boxes and fittings which are outdoors or in wet or damp locations shall be galvanized cast iron or cast aluminum with threaded holes or hubs. 8- 20.3(8) Wiring Conductors, No. 10 AWG and Smaller: Solid or stranded copper. Conductors, Larger than No. 10 AWG: Stranded copper. 8- 20.3(9) Bonding Revise the 7t" paragraph on Page 8 -79 to read: "shall be made by exothermic welding." in lieu of "shall be made with 2 approved ground clamps." 8- 20.3(13)C Luminaires Clean fixture lens, diffusers, enclosures on fixtures. Dirty enclosures, lens or diffusers shall be removed, washed and rinsed as recommended by fixture manufacturer. Lamps that fail before completion of the work shall be immediately replaced by the Contractor. The Contractor shall verify that polarity, voltage and connections are correct before relamping the fixture. 8 -21 PERMANENT SIGNING 8 -21.3 Construction Requirements 8- 21.3(1) Location of Signs The first sentence is replaced with the following: Signs are to be installed in the areas as shown on the plans. 8 -24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 163 Color code conductors as follows: Basic color coding: 480Y/277 Phase volts A Brown B Orange C Yellow Neutral Gray Ground Green 8- 20.3(9) Bonding Revise the 7t" paragraph on Page 8 -79 to read: "shall be made by exothermic welding." in lieu of "shall be made with 2 approved ground clamps." 8- 20.3(13)C Luminaires Clean fixture lens, diffusers, enclosures on fixtures. Dirty enclosures, lens or diffusers shall be removed, washed and rinsed as recommended by fixture manufacturer. Lamps that fail before completion of the work shall be immediately replaced by the Contractor. The Contractor shall verify that polarity, voltage and connections are correct before relamping the fixture. 8 -21 PERMANENT SIGNING 8 -21.3 Construction Requirements 8- 21.3(1) Location of Signs The first sentence is replaced with the following: Signs are to be installed in the areas as shown on the plans. 8 -24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 163 Replace with following: Retaining wall to be constructed using the following material and specifications unless alternative is accepted by City Engineer. SPECIFICATION FOR REDI -ROCK° 41" SERIES WALL SYSTEM PART 1: GENERAL 1.1 Scope Work includes furnishing and installing concrete retaining wall units to the lines and grades designated on the construction drawings and as specified herein. 1.2 Reference Standards ASTM C94 Ready -Mixed Concrete ASTM C1372 Segmental Retaining Wall Units 1.3 Delivery, Storage, and Handling A. Contractor shall check the materials upon delivery to assure proper material has been received. B. Contractor shall prevent excessive mud, wet cement and like materials from coming in contact with the SRW units. C. Contractor shall protect the materials from damage. Damaged material shall not be incorporated in the project. PART 2: MATERIALS 2.1 Wall Units A. Wall units shall be Redi - Rock° as produced by a licensed manufacturer. B. Wall units shall be made with Ready -Mixed concrete in accordance with ASTM C94, latest revisinn nnrt nar tha Winwinn chart- Climate Air Content 28 Day Compressive Strength, psi Slump* Negligible 1 %2 % -4%2% 4000 5" ±1 '' /z" Moderate 3 % -6% 4000 5" ±1 '/2" Severe 4%2 % -7'/2% 4000 1 5" ±1 %2" *Higher slumps are allowed if achieved by use of appropriate admixtures. Notwithstanding anything stated above, all material used in the wall units must meet applicable ASTM and local requirements for exterior concrete. 164 r] r: 3! IS I Negligible C. Exterior block dimensions shall be uniform and consistent. Maximum dimensional deviations shall be 1% excluding the architectural surface. Maximum width (face to back) deviation including the architectural surface shall be 1.0 inch. D. Exposed face shall be finished as specified. Other surfaces to be smooth form type. Dime -size bug holes on the block face may be patched and /or shake -on color stain can be used to blend into the remainder of the block face. 2.2 Leveling Pad and Free Draining Backfill A. Leveling pad shall be crushed stone. See detail sheet defining Leveling Pad options for drain placement in the bottom of the foundation leveling pad. B. Free Draining Backfill material shall be washed stone and shall be placed to a minimum of 1' width behind the back of the wall and shall extend vertically from the Leveling Pad to an elevation 4" below the top of wall. C. Backfill material shall be approved by the geotechnical engineer. Site excavated soils may be used if approved unless otherwise specified in the drawings. Unsuitable soils with a PL >6, organic soils and frost susceptible soils shall not be used within a 1 to 1 influence area. D. Non -woven geotextile cloth shall be placed between the Free Draining Backfill and retained soil if required. E. Where additional fill is needed, Contractor shall submit sample and specifications to the City Engineer for approval. 2.3 Drainage A. Internal and external drainage shall be evaluated by the Professional Engineer who is responsible for the final wall design. 2.4 Geogrid Connection A. Fiberglass rod used in the Type 1AT Geo -Grid connection shall be 7/16" diameter. Only fiberglass rod obtained from an authorized Redi -Rock® dealer shall be used. PART 3: CONSTRUCTION OF WALL SYSTEM 3.1 Excavation A. Contractor shall excavate to the lines and grades shown on the construction drawings. 3.2 Foundation Soil Preparation A. Native foundation soil shall be compacted to 95% of standard proctor or 90% of modified proctor prior to placement of the Leveling Pad material. B. In -situ foundation soil shall be examined by the Engineer to ensure that the actual foundation soil strength meets or exceeds assumed design strength. Soil not meeting 165 the required strength shall be removed and replaced with acceptable, compacted material. 3.3 Leveling Pad Placement A. Leveling Pad shall be placed as shown on the construction drawings. B. Leveling Pad shall be placed on undisturbed native soils or suitable replacements fills. C. Leveling Pad shall be compacted to 95% of standard proctor or 90% of modified proctor to ensure a level, hard surface on which to place the first course blocks. Pad shall be constructed to the proper elevation to ensure the final elevation shown on the plans. D. Leveling Pad shall have a 6 inch minimum depth for walls under 8 feet in height and a 12 inch minimum depth for walls over 8 feet. Pad dimensions shall extend beyond the blocks in all directions to a distance at least equal to the depth of the pad or as designed by Engineer. E. For steps and pavers, a minimum of 1" - 1 %2" of free draining sand shall be screeded smooth to act as a placement bed for the steps or pavers. 3.4 Unit Installation A. The first course of wall units shall be placed on the prepared Leveling Pad with the aesthetic surface facing out and the front edges tight together. All units shall be checked for level and alignment as they are placed. B. Ensure that units are in full contact with Leveling Pad. Proper care shall be taken to develop straight lines and smooth curves on base course as per wall layout. C. The backfill in front and back of entire base row shall be placed and compacted to firmly lock them in place. Check all units again for level and alignment. All excess material shall be swept from top of units. D. Install next course of wall units on top of base row. Position blocks to be offset from seams of blocks below. Blocks shall be placed fully forward so knob and groove are engaged. Check each block for proper alignment and level. Backfill to 12 inch width behind block with Free Draining Backfill. Spread backfill in uniform lifts not exceeding 9 inches. Employ methods using lightweight compaction equipment that will not disrupt the stability or batter of the wall. Hand - operated plate compaction equipment shall be used around the block and within 3 feet of the wall to achieve consolidation. Compact backfill to 95% of standard proctor (ASTM D 698, AASHTO T -99) density within 2% of its optimum moisture content. E. Install each subsequent course in like manner. Repeat procedure to the extent of wall height. F. Allowable construction tolerance at the wall face is 2 degrees vertically and 1 inch in 10 feet horizontally. G. All walls shall be installed in accordance with local building codes and requirements. 3.5 Geogrid Installation A. See Wall Installation instructions. PART 4: AVAILABILITY Redi -Rocks International 05481 South US -31, Charlevoix, MI 49720 1- 866 - 222 -8400 www.redi - rock.com info@redi-rock.com 166 I 8 8 -24.4 Measurement Replace with following: aNo specific unit of measurement shall apply to the lump sum item of retailing wall. 8 -24.5 Payment Payment will be made for the following bid items: a"Retaining Wall ", lump sum. The lump sum price for "Retaining Wall" shall be full compensation for all labor, equipment and materials needed to furnish and install the Retaining Wall where shown and as detailed in the plans and in accordance with the contract Special Provisions. 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description a The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reconnection or realignment of side services to the new sanitary sewer trunkline, or other miscellaneous items within B or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment N Payment will be made for the following bid items: Y 9 "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ,, , and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 9 -29 ILLUMINATION, SIGNAL, ELECTRICAL This section is supplemented with the following: 9- 29.3(2)A1 Single Conductor Current Carrying Note that all current carrying single conductors in the project shall meet this requirement. The use of conductors with THHN /THWN /XHHW insulation is not permitted. ` 19YA Li 9- 29.3(2)A3 Equipment Grounding and Bonding Conductors Note that all grounding and bonding conductors in the project shall meet this requirement. The use of conductors with THHN/THWN /XHHW insulation is not permitted. Ground Rods shall be 3/4 inch diameter, 10 foot long, copper clad steel. 9 -29.10 Luminaires Provide lighting fixtures as listed in the lighting fixture schedule. Only fixtures which are listed on the Fixture Schedule shall be accepted. There shall be no visible labels, trademarks or monograms on the exterior of the lighting fixtures or on lens or diffusers. Fixtures shall be sealed to prevent light leaks at seams, joints or junctions visible in the installed condition. Provide gaskets on all trims and housings of exterior or "wet" location fixtures. Non - corrosive type plaster rings, hangers, trim and hardware shall be provided in wet or outdoor locations. Ballasts for high- intensity discharge lamps shall be pulse start, high -power factor, regulated (or as noted on the fixture schedule) and shall be suitable for the temperature range in which they are to be operated. Outdoor ballasts shall be weatherproof. Ballasts shall be individually fused by a fast acting, current limiting fuse coordinated with the ballast and lamp operating characteristics, so as to avoid false tripping, yet provide fault clearing before damage occurs to the fixture. They shall be Bussman Type HFL in -line fuse holder and Bussman Type GLR fuse, sized at two - hundred percent of the ballast current rating. SECTION 16300 DISTRIBUTION Circuit Breaker Panelboards Provide panelboard that meets NEMA Standard PB -1 and UL Standard 67. Breakers shall bolt to the bus. Panelboards shall be twenty inch width. Main breakers shall be vertically mounted. Busing shall be copper. Panelboards enclosures shall be same size and type on multi- section panelboards. Neutrals shall be insulated but bondable. Lugs shall be compression suitable for the size and type of conductor to be connected. Provide full length (floor to bottom of panel) removable skirts for all surface mounted panelboards. .: The surge protective device shall have a minimum EMI /RFI filtering of -50dB at 100kHz with an insertion ratio of 50:1 using MIL - STD -220A methodology. Panel fronts shall be stretcher leveled steel. Provide tumbler style locks on both panelboard doors. Panelboards with locks shall be keyed alike. Provide three sets of keys for Owner's use. Panelboards shall be manufactured by one of the following and shall be the type noted for the manufacturer: Provide Circuit breakers as shown on the drawings. Circuit breakers shall meet NEMA Standard AB -1. Main and feeder breakers shall be molded case breakers with thermal magnetic trip, adjustable for magnetic pickup. Branch circuit breakers shall be molded case, thermal- magnetic trip, trip -free with non - interchangeable, non - adjustable trip unless otherwise noted. Breakers shall meet the integrated equipment rating required for the available short circuit current at the equipment in which they are used. Series rating of circuit breakers is not permitted. Provide Surge protection on the main distribution panelboard. Surge protective devices shall be integral to the distribution equipment, shall be part of the listed equipment to meet the requirements of Article 230.71 (A) of the 2005 National Electrical Code and shall be installed by the electrical distribution equipment manufacturer's factory. Surge protective devices shall provide surge current diversion paths for all modes of protection; L -N, L -G and N -G in WYE systems. Each mode including N -G shall be fused with a 200kAIR UL recognized surge rated fuse and incorporate a thermal cutout device. Audible diagnostic monitoring shall be by way of audible alarm. This alarm shall activate upon a fault condition. An alarm on /off switch shall be provided to silence the alarm. An alarm push to test switch shall be provided. Surge protective devices shall meet or exceed the following criteria: Minimum surge current capability (single pulse rated) per phase shall be 250kA per phase UL 1449 Suppression Voltage Ratings shall be: VOLTAGE L -N L -G N -G 240/120V 400V 400V 400V The surge protective device shall have a minimum EMI /RFI filtering of -50dB at 100kHz with an insertion ratio of 50:1 using MIL - STD -220A methodology. Panel fronts shall be stretcher leveled steel. Provide tumbler style locks on both panelboard doors. Panelboards with locks shall be keyed alike. Provide three sets of keys for Owner's use. Panelboards shall be manufactured by one of the following and shall be the type noted for the manufacturer: Voltage Manufacturer 480 Volt General Electric AD, AE, SCP, Spectra Square D Company NF,I -Line Cutler- Hammer Pow -R -Line All panels shall have a typed circuit directory in glass or clear plastic covered frames. Setup, adjust and fasten in place flush trim and interiors. 169 Install panelboards in such a manner as to leave access to the box, ' knockouts, etc. for future circuit additions. Place conduit in the rear line of knockouts where possible. Knockouts for breaker positions shall not be removed unless a breaker is to be installed. Where twistouts or knockouts are removed in error, provide a ' circuit breaker (one pole, twenty ampere) to fill each position removed. Prepare panelboards directories neatly typewritten in the same pole ' sequence as the panelboard stamping. Send a copy to the Engineer for his records. Install circuit Breakers and identify as shown on the "Circuit Schedule" for each panelboard. Record drawings shall reflect the actual size ' and pole position of all breakers, switches or fuses installed. 7 170 i r CI STANDARD PLANS January 3, 2011 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective January 3, 2011 is made a part of this contract. The Standard Plans are revised as follows: B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -1 Note 6 is revised as follows: Type 1 -_ is replaced with a blank (fill -in) following Type C -1 b Note 5 is revised as follows: Type 1 -_ is replaced with a blank (fill -in) following Type C -3, C -313, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 CC =5 Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. Is revised as follows: Attach guardrail to bridge Standard Spec. 9- 06.5(4), See Contract Plans. rail or concrete barrier with 7/8" diameter bolts per with thin slab ferrule inserts or resin bonded anchors. CC =7 Note 2. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts (Standard Spec. 9- 06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. C -7a Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts (Standard Spec. 9- 06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. 171 C -14a ' SECTION B, callout — 1%2" PVC CONDUIT (TYP.) is revised to read: 1'/4" PVC CONDUIT (TYP.) callout (mark) 8 #9 36" (TYP.) is revised to read: callout (mark) ' 8 #8 -- 36" (TYP.) EPDXY BAR EXPANSION JOINT DETAIL, callout (mark) W #9 (epoxy coated symbol) — 36" (TYP.) is revised to read: callout (mark) 8 #8 (epoxy coated symbol) — 36" (TYP.) ' C20.40 Plan View, Remove (Cases 19A & B -31) (Case 20 -31) (case 21 -31) from the span dimension D -3 Sheet 1, Key Note 1, the term "Low Survivability" is revised to "Moderate I Survivability" D -3b Key Note 7,reference D -3a is revised to D -3.10 TYPICAL SECTION, lower left corner, reference D -3a is revised to D -3.10 D -3c Key Note 7,reference D -3a is revised to D -3.10 TYPICAL SECTION, lower left corner, references (2x) D -3a are revised to D -3.10 G -24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) ('_ ?a Fn ELEVATION, upper left corner, callout W6x12 STEEL SIGN POST (TYP.) is revised to read: STEEL SIGN POST (TYP.) -(See Contract Plans for Post Sizes) ELEVATION, upper center, callout Steel Sign Post -- (W6x12 through W10x26 —See Contract) is revised to read: Steel Sign Post (Typ.) -(See Contract Plans for Post Sizes) Both Elevations, dimension for "post height" should be to the top of the post not the sign J -1f Note 2, reference to J -7d is revised to J -15.15 J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J- 6C..." is revised to read: "SEE STANDARD PLAN J- 10.10..." J -7c Note 3, reference to J -7d is revised to J -15.15 J -10.10 Sheet 1,Plan Note 11. If the slope is 3HAV or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be used. See 172 K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 Plan Sheet Library RD -15 for details. Coordinate with Maintenance and Project Engineer. Is revised to read as follows: If the slope is 31-1:1V or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be prudent. Contact WSDOT Bridge and Structures office for stairway design. All rope thimbles, wire rope clips and seizing are not required. J -16b L- 30.10, Sheet 1 Key Note 1, reference to J-1 6a is revised to J -40.36 Delete all references to tension cable and substitute tension wire. J -16c L- 30.10, Sheet 2 Key Note 1, reference to J-1 6a is revised to J -40.36 J -20.10 Sheet 2, 2 -Way Mounting Angle Detail, All rope thimbles, wire rope clips and seizing are not required. Dimension 1.625" is revised to 1.8125" Dimension 2.375" is revised to 2.1875" J -21.10 Sheet 1, Detail C, callout 4 -3/4" x 2' -6" Anchor Bolt (Typ.) -ASTM A -307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2' -6" Anchor Bolt (Typ. of 4) --ASTM A -307 or F 1554 GR 36 (See Note 4) Sheet 2, Detail F, callout 3 -3/4" x 2' -6 "x4" Anchor Bolt (Typ.) -ASTM A -307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2' -6" Anchor Bolt (Typ. of 3) -ASTM A- 307 or F 1554 GR 36 (See Note 4) K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. M -65.10 173 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. 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 225' MIN. is changed to 300' MIN. M -65.10 173 PERSPECTIVE VIEW, add dim. "SEE NOTE 1" to right side of PERSPECTIVE VIEW. To clarify that the requirement must be met on both sides of the roadway 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 dates shall not be used in this contract. A- 10.10- 00........ 8/07/07 A- 10.20 - 00......10/05/07 /03 A- 10.30 - 00......10/05/07 /06/00 A- 20.10- 00 ........ 8/31 /07 A- 30.10- 00 ...... 11 /08/07 A- 30.15- 00 ...... 11 /08/07 A- 30.30- 00 ...... 11 /08/07 B -5.20- 00 .......... 6/01 /06 B- 5.40- 00 .......... 6/01 /06 B -5.60- 00 .......... 6/01 /06 B- 10.20- 00 ........ 6/01 /06 B- 10.40 - 00 ........ 6/01 /06 6- 10.60- 00........6/08/06 B- 15.20- 00........ 6/01/06 B- 15.40- 00........ 6/01/06 B- 15.60 - 00 ........ 6/01 /06 B- 20.20- 01 ...... 11/21/06 B- 20.40- 02........6/10/08 B- 20.60 - 02 ........ 6/ 10/08 B- 25.20- 00........ 6/08/06 B- 25.60- 00 ........ 6/01 /06 B- 30.10- 00........6/08/06 B- 30.20- 01 ...... 11/21/06 6- 30.30- 00 ........ 6/01 /06 6- 30.40- 00 ........ 6/01 /06 C- 1 .................... 2/10/09 C -1 a .................10/14/09 C -1 b ................6/3/10 C -1 c ..................5/30/97 A- 40.10- 01 C -1 d ................10/31 /03 C- 2 ....................1 /06/00 C- 2a ..................6/21 /06 C- 2b ..................6/21 /06 A- 30.35 - 00 ...... 10/ 12/07 A- 40.00- 00 ........ 8/11 /09 A- 40.10- 01 ........ 8/11 /09 A- 40.15- 00 ........ 8/11 /09 A- 40.20- 00........ 9/20/07 A- 40.50- 00 ...... 11 /08/07 A- 50.10- 00.....11 /17/08 B- 30.50- 00 ........ 6/01 /06 B- 30.70- 01 ........ 8/31 /07 B- 30.80- 00........ 6/08/06 B- 30.90- 01........ 9/20/07 B- 35.20- 00........ 6/08/06 B- 35.40- 00........6/08/06 6/01 /06 B- 40.20- 00 ........ 6/01 /06 B- 40.40- 01........6/16/10 A- 50.40 - 00.....11 B- 45.20- 00 ........ 6/01 /06 B- 45.40- 00 ........ 6/01 /06 A- 50.20- 01....... 9/22/09 A- 50.30 - 00.....11 /17/08 A- 50.40 - 00.....11 /17/08 A- 60.10 - 01 ...... 10/ 14/09 A- 60.20- 01 ........ 8/11 /09 A- 60.30- 00 ...... 11 /08/07 A- 60.40- 00 ........ 8/31 /07 B- 75.20- 01.......6/10/08 B- 75.50- 01....... 6/10/08 B- 75.60 - 00.......6/08/06 B- 85.30- 00 ....... B- 80.20- 00....... 6/08/06 B- 80.40- 00 ....... 6/01 /06 B- 82.20- 00 ....... 6/01 /06 B- 85.10- 01.......6/10/08 6/01 /06 B- 85.20- 00 ....... 6/01 /06 B- 85.30- 00 ....... 6/01 /06 B- 85.40- 00....... 6/08/06 B- 50.20- 00........6/01/06 B- 85.50- 01.......6/10/08 B- 55.20- 00 ........ 6/01 /06 B- 60.20- 00........ 6/08/06 B- 60.40- 00 ........ 6/01 /06 B- 65.20- 00 ........ 6/01 /06 B- 90.10- 00....... 6/08/06 B- 90.20- 00....... 6/08/06 B- 90.30 - 00.......6/08/06 .................. 5/30/97 B- 90.40 - 00.......6/08/06 C-1 5a .................7 B- 65.40- 00 ........ 6/01 /06 B- 90.50- 00.......6/08/06 B- 70.20- 00 ........ 6/01 /06 B- 95.20- 01.......2/03/09 B- 70.60- 00 ........ 6/01 /06 B- 95.40 - 00.......6/08/06 C- 4e ..................2/20/03 C- 4f ...................6/30/04 C- 5 ..................10 / 14/09 C- 6 .................... 5/30/97 C -6 a ................10/ 14/09 C- 6c ..................1 /06/00 C -6d .................. 5/30/97 C- 6f ...................7/25/97 C-1 5a .................7 /3/08 174 C -14 i ................. 2/10/09 C- 14j ...............12/02/03 C- 14 k .................2/ 10/09 C-1 5a .................7 /3/08 C- 15b .................7/3/08 C- 16a ...............6/3/ 10 C -16 b ............... 6/3/10 C- 20.14 - 01 ...... 10/ 14/09 C- 2c ..................6/21 /06 C -2d ..................6 /21 /06 C- 2e ..................6/21 /06 C- 2f ...................3/ 14/97 C -2g .................. 7/27/01 C -2 h .................. 3/28/97 C -2 i ................... 3/28/97 C -2j ...................6/ 12/98 C -2 k .....:............ 7/27/01 C -2 n .................. 7 /27/01 C -2 o .................. 7/13/01 C- 2p ................10/31 /03 C- 3 ..................10 /04/05 C -3 a ................10 /04/05 C -3 b ................10 /04/0 5 C- 3c ..................6/21 /06 C -4 b .................. 6/08/06 C -4 b .................. 6/08/06 D- 2.02- 00 ........ 11 /10/05 D- 2.04- 00 ........ 11 /10/05 D- 2.06- 01 ........ 1 /06/09 D- 2.08- 00 ........ 11 /10/05 D- 2.10- 00 ........ 11 /10/05 D -2.12- C- 8a ..................7/25/97 00 ........ 11 /10/05 D- 2.14- 00 ........ 11 /10/05 D- 2.16 - 00 ........ 11/10/05 D- 2.18- 00 ........ 11/10/05 D -2.20- F- 40.12- 01........6/3/10 00........11/10/05 D -2.30- C- 8f ...................6/30/04 00........11/10/05 D- 2.32- 00 ........ 11/10/05 D-2.34-01 ........ 1/06/09 D- 2.36- 02 ........ 1 /06/09 D -2.38- /3/08 00 ........ 11 /10/05 D- 2.40- 00 ........ 11 /10/05 D -2.42- 00 ........ 11 /10/05 C- 7 ..................10 /31/03 C- 20.15- 00......10/14/09 D- 2.46- 00 C- 7a ................10/31/03 D- 2.48- 00 C- 20.18- 00......10/14/09 D- 2.60- 00 C- 8 ....................2 /10/09 C- 20.19- 00......10/14/09 D- 2.64- 01 C- 8a ..................7/25/97 F- 10.40- 01 C- 20.40- 01......10/14/09 F- 30.10- 01........6/3/10 C- 8b ..................2/10/09 F- 40.16- 01........6/3/10 C- 20.42- 01......10/14/09 F- 10.42- 00.........1/23 C- 8e ..................2/21/07 F- 40.12- 01........6/3/10 C- 22.14- 01........6/3/10 F- 45.10- 00........6/3/10 C- 8f ...................6/30/04 C- 22.16- 01........6/3/10 C- 10 ..................6 /3/10 C- 22.40- 02......6/16/10 C- 13 ....................7 /3/08 C- 23.60- 01......10/14/09 C- 13a ..................7/3/08 C- 25.18- 01........9/20/07 C- 13b ................7/3/08 C- 25.20- 04......10/14/09 C- 13c .................7/3/08 C- 25.22- 03......10/14/09 C- 14a .................7/3/08 C- 25.26- 01......10/14/09 C- 14b ................7/26/02 C- 25.80- 01........7/3/08 C- 14c .................7/3/08 C- 28.40- 00........2/06/07 C- 14d .................7/3/08 C- 40.14- 01........6/3/10 C- 14e .................7/3/08 C- 40.16 - 01........6/3/10 C- 14h ...............2/10/09 C- 40.18- 01......10/14/09 C- 90.10- 00........ 7/3/08 D- 2.44- 00 ........ 11 /10/05 D- 2.46- 00 ........ 11 /10/05 D- 2.48- 00 ........ 11 /10/05 D- 2.60- 00 ........ 11 /10/05 D- 2.62- 00 ........ 11 /10/05 D- 2.64- 01 ........ 1 /06/09 D- 2.66- 00 ........ 11 /10/05 D- 2.68- 00 ........ 11 /10/05 D- 2.78- 00 ........ 11 /10/05 D- 2.80- 00 ........ 11 /10/05 D- 2.82- 00 ........ 11 /10/05 D- 2.84- 00 ........ 11 /10/05 D- 2.86- 00 ........ 11 /10/05 D- 2.88- 00 ........ 11 /10/05 D- 2.92- 00 ........ 11 /10/05 D- 3 .................... 6/16/10 D- 3.10 -00 ...... 6/16/10 ' E- 1 ....................2 /21/07 E- 4...... E- 2 ....................5 /29/98 E- 4a.... ...........8/27 /03 ...........8/27 /03 D- 3.11- 00......6/16/10 D -3 b ................. 6/30/04 D- 3c .................6/30/04 D- 4 .................12 /11 /98 D -6 ................... 6/19/98 D- 10.10 - 01......12/02/08 F- 40.15- 01........6/3/10 D- 10.15 - 01......12/02/08 D- 10.20- 00......... 7/8/08 D- 10.25- 00......... 7/8/08 D- 10.30- 00......... 7/8/08 D- 10.35- 00 ......... 7/8/08 D- 10.40 - 01......12/02/08 D -10.4 5- 01......12/02/08 D- 15.10 - 01......12/02/08 D- 15.20- 01 ........ 1 /06/09 D- 15.30 - 01......12/02/08 F- 10.12- 01.......6/3/10 F- 10.62- 01........9/05/07 F- 40.14- 01........6/3/10 F- 10.16- 00.......12/20/06 F- 10.64- 02........7/3/08 F- 40.15- 01........6/3/10 F- 10.40- 01 ........... 7/3 /08 F- 30.10- 01........6/3/10 F- 40.16- 01........6/3/10 F- 10.42- 00.........1/23 /07 F- 40.12- 01........6/3/10 F- 45.10- 00........6/3/10 175 F- 80.10- 01........ 6/3/10 G- 10.10 - 00........9/20/07 G- 20.10- 00........ 9/20/07 G- 22.10 - 01 .......... 7/3 /08 G- 24.10- 00 ...... 11 /08/07 G- 24.20- 00 ...... 11 /08/07 G- 24.30- 00 ...... 11 /08/07 G- 24.40- 01......12/02/08 6- 24.50- 00 ..... 11 /08/07 H- 10.10- 00 .......... 7/3 /08 H- 10.15 - 00 .......... 7/3 /08 H- 30.10- 00......10/12/07 G- 24.60- 00 ..... 11 /08/07 G- 25.10- 01 ...... 1 /06/09 G- 30.10- 00 ..... 11 /08/07 G- 50.10- 00 ..... 11 /08/07 G- 60.10- 00 ....... 8/31 /07 G- 60.20- 00 ....... 8/31 /07 G- 70.20 - 00......10/5/07 ......... 8/11 /09 G- 70.30 - 00......10/5/07 J -3 b ................... G- 90.10 - 00.....1 /06/09 G- 90.20 - 00.....1 /06/09 G- 90.30 - 00.....1 /06/09 G- 90.40 - 01.....10/14/09 .......... 8/31 /07 G- 60.30- 00 ....... 8/31 /07 G- 95.10- 00 ..... 11 /08/07 G- 70.10- 00......10/5/07 G- 95.20- 01......7/10/08 H- 32.10- 00....... 9/20/07 H- 60.10- 01 ......... 7/3/08 H- 60.20- 01......... 7/3/08 G- 95.30- 01......7/10/08 H- 70.10 - 00......9/05/07 H- 70.20 - 00......9/05/07 H- 70.30- 01 ...... 11 /17/08 1- 10.10- 01 ......... 8/11 /09 1- 30.40- 00.......10/12/07 J -3 b ................... 1- 50.20- 00 .......... 8/31 /07 1- 30.10- 01 ......... 8/11 /09 1- 30.50- 00 ....... 11 /14/07 1- 60.10- 00 .......... 8/31 /07 1- 30.15- 00 ......... 8/11 /09 1- 40.10- 00.........9/20 /07 1- 60.20- 00 .......... 8/31 /07 1- 30.20- 00.........9/20 /07 1- 40.20- 00.........9/20 /07 1- 80.10- 01 .......... 8/11 /09 1- 30.30- 00......... 9/20/07 1- 50.10- 00.........9/20 /07 J- 28.24 - 00.......8/07/07 J- 16b ................2/10/09 J -1 f ....................6/23/00 J- 3 .....................8 /01 /97 J -3 b ................... 3/04/05 J- 3c ...................6/24/02 K- 10.40- 00........2/15/07 J- 3d .................11 /05/03 J- 7c ...................6/ 19/98 J- 8a ...................5/20/04 J- 21.16- 00......10/14/09 J- 8b ..................5/20/04 J- 21.17- 00......10/14/09 J -8 c ................... 5/20/04 J -8d .................. 5/20/04 J- 9a ..................4/24/98 6/3/ 10 J- 10 .................. 7/18/97 J- 10.10 - 00......6/16/10 J- 75.20 - 00......2/10/09 J -11 b .................9/02/05 8/07/07 J- 12 ..................2 /10/09 J- 15.15 - 00......6/16/10 J- 28.24 - 00.......8/07/07 J- 16b ................2/10/09 12/02/08 J -16 c ................. 2/10/09 J- 18 ................. 2/10/09 J-19 ................. 2/10/09 J -20 ................. 9/02/05 J- 20.10 - 00 ...... 10/ 14/09 J- 20.15- 00......10/14/09 K- 40.60- 00.......2/15/07 J- 20.16- 00......10/14/09 K- 10.40- 00........2/15/07 J- 20.20- 00......10/14/09 J- 20.26 - 00 ...... 10/ 14/09 J-21.10-01 ...... 6 /3/ 10 J- 21.15- 00......10/14/09 J- 21.16- 00......10/14/09 J- 40.36 - 00.......6/3/10 J- 21.17- 00......10/14/09 J- 40.37 - 00.......6/3/10 J- 21.20- 00......10/14/09 J- 22.15 - 00......10/14/09 J-22.16-01 ...... 6/3/ 10 J- 26.10 - 00.....6/16/10 J- 75.10 -00 ...... J- 26.15 - 00.....6/16/10 J- 75.20 - 00......2/10/09 J- 28.10- 00...... 8/07/07 J- 28.22- 00....... 8/07/07 J- 28.24 - 00.......8/07/07 J-28.26-01 ...... 12/02/08 J- 28.30- 01......10/14/09 J- 28.40- 01.......10/14/09 J- 28.42- 00....... 8/07/07 J- 28.45- 00....... 8/07/07 J- 28.50- 01.......6/16/10 K- 40.60- 00.......2/15/07 J- 28.60 - 00.......8/07/07 K- 10.40- 00........2/15/07 J- 28.70- 00 ....... 11 /08/07 J- 40.10 - 01......10/14/09 K- 40.80- 00.......2/15/07 J- 40.30 - 01......6/3/10 K- 20.20- 01......10/12/07 J- 40.36 - 00.......6/3/10 K- 30.40- 01......10/12/07 J- 40.37 - 00.......6/3/10 K- 55.20- 00.......2/15/07 J- 60.13 - 00.......6/16/10 K- 20.40- 00........2/15/07 J- 60.14 - 00......6/16/10 K- 32.20- 00........2/15/07 J- 75.10 -00 ...... 2/10/09 J- 75.20 - 00......2/10/09 K- 20.60- 00........2/15/07 J- 75.30 - 00 ....... 2/ 10/09 J- 75.40 - 00......10/14/09 K- 60.40- 00.......2/15/07 J- 75.45 - 00......10/14/09 J- 90.10 - 00.......2/10/09 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 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.......2/15/07 176 ' K- 22.20- 01......10/12/07 K- 24.20- 00 ........ 2/ 15/07 K- 24.40 - 01 ...... 10/ 12/07 ' K- 24.60- 00........2/15/07 K- 24.80- 01 ...... 10/ 12/07 ' M- 3.50- 01 ......... 1 /30/07 M -5.10- 01 ......... 1 /30/07 1 1 K- 32.60- 00........2/15/07 K- 26.20- 00 ........ 2/ 15/07 ' L- 10.10- 00 ........ 2/21 /07 K- 36.20- 00........ L- 20.10- 00........ 2/07/07 2/15/07 L- 30.10- 00........2/07/07 2/15/07 ....... 1 /30/07 M- 1.20- 01 ......... 1 /30/07 ' M- 1.40- 01 ......... M- 1.60- 01 ......... 1 /30/07 1 /30/07 ....... 1 /30/07 M- 1.80- 02 ......... 8/31 /07 ' M- 2.20- 01 ......... M- 2.40- 01 ......... 1 /30/07 1 /30/07 ....... 5/31 /06 M- 2.60- 01 ......... 1 /30/07 M- 3.10- 02......... 2/10/09 ' M- 3.20- 01 ......... 1 /30/07 M-3.30-02 ......... 2/10/09 M- 3.40- 02......... 2/10/09 ' M- 3.50- 01 ......... 1 /30/07 M -5.10- 01 ......... 1 /30/07 1 1 K- 32.60- 00........2/15/07 M- 9.50- 01 ......... K- 32.80- 00........ 2/15/07 K- 34.20- 00........ 2/15/07 K- 36.20- 00........ 2/15/07 K- 40.20- 00........ 2/15/07 K- 40.40- 00........ 2/15/07 L- 40.10- 00 ........ 2/21 /07 L- 40.15- 00 ........ 2/21 /07 L- 40.20- 00 ........ 2/21 /07 M- 7.50- 01 ......... 1 /30/07 M- 9.50- 01 ......... 1 /30/07 M- 9.60 -00 ....... 2/10/09 M- 11.10- 01 ....... 1 /30/07 M- 15.10- 01....... 2/06/07 M- 17.10- 02......... 7/3/08 M- 20.10- 01 ....... 1 /30/07 M-20.20-01 ....... 1/30/07 M- 20.30- 02.....10/14/09 M- 20.40- 01 ....... 1 /30/07 M- 20.50- 01 ....... 1 /30/07 M- 24.20- 01 ....... 5/31 /06 M- 24.40- 01 ....... 5/31 /06 177 K- 70.20- 00....... 2/15/07 K- 80.10- 00 ....... 2/21 /07 K- 80.20 - 00.....12/20/06 12/07 K- 80.30- 00 ....... 2/21 /07 K- 80.35- 00 ....... 2/21 /07 K- 80.37- 00 ....... 2/21 /07 L- 70.10- 01 ....... 5/21 /08 L- 70.20- 01 ....... 5/21 /08 M- 24.60- 02....... 2/06/07 M- 40.10- 01...... 6/3/10 M- 40.20 - 00...10/ 12/07 M- 40.30- 00...... 9/20/07 M- 40.40- 00...... 9/20/07 M- 40.50- 00...... 9/20/07 M- 40.60- 00......9/20/07 M- 60.10- 00......9/05/07 M- 60.20 - 01......2/03/09 M- 65.10- 01......5/21 /08 M- 80.10- 00 ...... 6/ 10/08 M- 80.20- 00...... 6/10/08 M- 80.30- 00...... 6/10/08 CONTRACT THIS AGREEMENT, made and en eL d into in T' G' to tl a of 2011, by and between the City of Yakima, hereinafter called the Owner, and �� t i ns er — shin ton Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $1,274,122.70, for Kiwanis Park Ballfields, Phase 3, Project No. 2212, 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 Ninety (90) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11t, day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: QCITY OF YAKIMA this J r day of JtAk , 2011. City Manager Attest: .Al,. , USH�g1140 CONTRACTOR StephffB & Sys Tn cmstylirtim- a Corporation ract r By: Benjamin Stephens Its President (Print Name) (President Owner etc.) Address: 417 South 51st Avenue Yakima, WA 98908 KNOW ALL MEN BY THESE PRESENTS. That we, the undersigned, PERFORMANCE BOND BOND TO CITY OF YAKIMA & Sons Construction, Inc. Bond No. 105 663 576 a Washington Corporation as Principal and Company of America - -- v�y 1 a corporation organized and existing under the lows of the State of �nnecticut as a surely corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporafions, as surety, are jointly and severally held and firmiv bound to the CITY OF YAKIMA; In fhs gene! ore: r -if $1,2740122,70 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This ob ligation to entered into In pursuance of the statutes of the Stale of Washington, the Ordinances of the CirY OF YAKIMA. Seattle DATED at VddIaspWashington, this _91�i day of September 2011 Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on, of the CITY OF YAKIMA has let or is about to let to the said Ca- l.r�Li -.roc C_ C�rc ('r-�r�c �v-i ir.���ri ran said contract being numbered 2212 and providing for wiw Is referredto herein and is made a pert hereof as i mugn anamed hereto), ana, 2011 [�w �� ^�^Er and City Clerk In contract, the (which contract WHEREAS, the said Principe has accepted, or Is about to accept, the said contract, and undertake to perform the work therein provided fir In the manner and within the time set forth; NOW THEREFORE, If the said Stephens & Sons Construction, Inc 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-0oMractors and material men, and all persons who shall supply said principal or sub- contractom 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 affrdals, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the pad of said principal, or any sub- contractor 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 spacifierf In Said ccan'rec► Cr from defects appearing or developing in the material or workmanship provided or perfomred under said contract, within a period of one year after its acceptance by the CITY OF YAKIMA, then and In that event this obligation shall be void; but otherwise it shall be and remain in full force and effect Stephens & Sons construction, Inc. By: - Benjamin Q 4 epbens (Print Name) 41 Approved as to form: I Its: Pre s t d en t,?- `�i�up� Q�13 /�1U /� (President, Owner. eta..) lac.)'i, (Cltyftm —'— Travelers Casualty and Surety y of America d urety) By Chris A. Fi.X (Pdrd Marine) Ito Attorney –in –Fact ,�� POWER OF ATTORNEY ;TRAVELERS , 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 St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ' St. Paul Guardian Insurance Company Attorney -In Fact No. 221 140 Certificate No. 0044611-01 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 Companies do hereby make, constitute and appoint Christine V. Felicetty, N. B. Fix, R. A. Fix, Myung S. Fix, and Chris A. Fix of the City of Seattle , State of Washington , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of August 2011 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 9th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company G�SU,�� �RE 4 ��N �NgG� •p��Uq JPJr 4MQS ��Q� �ty,UyO �� ii n }4 • 1tCORFORATFD m `�'�t {o w qr %W:`GORPOkgrt;.�nt W m� / \ �iO-' 1 9 8 2S o y 9%% ; i F f �€ a HARTFORD, < �( \\ �✓lJ Ii�a:,SBAL,D ? COHH. � CDNN. rQ � 1896 Y �y � �e• �.� �� ti�Fn NCe c. lS ..ANra i �... as b <e ,(��i� 1 State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 9th day of August 2011 , 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, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. OtA In Witness Whereof, I hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2016. Marie C. Tetreault. Notary Public 58440 -6 -11 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwrites, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States, Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary: and it is FURTHER RESOLVED, that any bond, recognizance• contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President. any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attorneys -m -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, 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 9th day of September ,o 11 esr Kevin E. Hughes, Assistant Sect tary cooFREnnn ` w,..,,.� jf�O 1•N NS P� Z,,;g . Ht� I�.0 pRP O RA � E1 ; t a t° 1951 .SEA..... •SEAL A`1���n NCt 1S N 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. '`Q� ®® CERTIFICATE OF LIABILITY INSURANCE 9/9/2011) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON'THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be.endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Terril Lewis & Wilke Ins P O Box 1789 112 S 4th Street Yakima WA 98907 CONTACT Ann Cou lter NAME: PHONE (509)248 -3515 FAX No: (509)268 -3673 ADDRIESS:acoulter @tlwins.com PRODUCER 00007174 INSURERS AFFORDING COVERAGE NAIC# INSURED Stephens & Sons Construction, Inc. 417 S 51st Ave Yakima WA 98908 INSURERANorth Pacific Insurance Company 05167518 INSURER B: 10/27/2011 INSURER C: $ 1,000,000 INSURER D: $ 100,000 INSURER E $ 5 , 000 INSURER F: $ 1,000,000 ' COVERAGES CERTIFICATE NUMBER:10 /11/10 GAS 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MM /DDr YYY MMIDCDYIYYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE EX OCCUR Yakima, WA 98901 05167518 10/27/2010 I 10/27/2011 EACH OCCURRENCE I $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5 , 000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- LOC PRODUCTS - COMP /OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 05167518 20/27/2010110/27 /2011 � COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Uninsured motorist combined $ Medical payments $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE I EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION S $ S A kS�Kt?>6X;�ERIB�Id$TCD(08C )MEMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If Yes, describe under DESCRIPTION OF OPERATIONS below NIA top Gap 05167516 I10/27/201010/27/2011I WC STATT- X 0TH -I E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT I $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) City of Yakima, City of Union Gap, their agents, employees, and elected and appointed officials are named as additional insured as respects project: Kiwanis Park Ballfields - Phase 3, City Project No. 2212. Blanket Additional Insured, Per Project Aggregate per form CG8416 12 03 attached. Primary & Non - contributory per form CG0001 12 04. CERTIFICATE HOLDER CGNCFI 1 GTION 'ACORD 25 (2009/09) © 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. 129 N 2nd Street AUTHORIZED REPRESENTATIVE Yakima, WA 98901 Alex Hodge /ANN tP 'ACORD 25 (2009/09) © 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 84 16 12 03 ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. - GENERAL LIABILITY MASTER PAID PLUS o '1 FOR CONSTRUCTION This endorsement modifies insurance provided under the following: 9 ' COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX ° SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 -- FIRE LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 ' NON -OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 ' PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 5 V AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 ' VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 ' NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 ' BODILY INJURY (MENTAL ANGUISH) 8 ' WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS ' 8 MEDICAL PAYMENTS 8 ' BROAD NAMED INSURED 8 BROADENED MOBILE EQUIPMENT 8 ' INCIDENTAL MALPRACTICE LIABILITY 8 NON -OWNED AIRCRAFT 9 ' PROPERTY DAMAGE - ELEVATORS g ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 1 of 9 1. BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary /Non - Contributory provision) Who Is An insured Section II is amended to include as an insured any person or organization whom' you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury.' ` The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional - insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease, or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to: a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection., architectural or engineering activities. b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, ' on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or ' (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as part of the same project. ' B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in ' Section IIi - Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. Includes copyrighted material of iSO Properties., Inc., with its permission. ' CG 84 16 12 03 © ISO Properties, inc., 2003 Page 2 of 9 D. As respects the coverage provided to the additional insured under this endorsement, Section IV- Conditions is amended as follows: The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insuranceto us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section I - Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. t Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 c ISO Properties, Inc., 2003 Page 3 of 9 B. Paragraph 6. of Section III -Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the higher of $300,000 or the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract "; E. The following definition is added to Section V -Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from $250 to $1000. ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 4 of 9 5.. PERSONAL AND ADVERTISING INJURY -ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e, of Section V - Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or atthe direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right -of -way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 5 of 9 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. The "occurrence" must take place in the "coverage territory". "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto "; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "Products- completed operations hazard ". C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9. is $25,000 for each "occurrence ". The most we will pay for the sum of all damages covered under this Section 9. because of "property damage" is an annual aggregate limit of $25,000. The Limits of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 6 of 9 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. In Paragraph 4. of Section Il - Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired.or incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured B. This 'Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions, Paragraph 2.a., that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. B. The requirements in Section IV - Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation.. 5. Atrustee, if you are a trust; or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee ". ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 -@ ISO Properties, Inc., 2003 Page 7 of 9 12. BODILY INJURY ' Paragraph 3. of the definition of "bodily injury" in the Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by.a.person, including mental ' anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS ' We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. ' This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: ' A. $10,000; or B. The amount shown in the Declarations. ' 15. BROAD NAMED INSURED Paragraph 2.a.(1)(d) of Section Ii - Who Is An Insured is replaced by the following: ' (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are employed by you to provide medical or paramedical services to your employees. ' 16. BROADENED MOBILE EQUIPMENT ' Paragraph 12.f.(1) of Section V - Definitions is replaced by the following: (1) Equipment designed primarily for: ' (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or great- ' e r; 17. INCIDENTAL MALPRACTICE LIABILITY ' Paragraph 3. of Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness, disease or "incidental medical malpractice" sus- ' tained by a person, including mental anguish or death resulting from any of these at any time. The following is added to Section V - Definitions: ' 23. "Incidental medical malpractice" means injury arising out of the negligent rendering or failure to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services provided you ' are not engaged in the business or occupation of providing any services referred to in this defini- tion. t ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 8 of 9 18. NON -OWNED AIRCRAFT ' The following is added to Subparagraph g. of 2., Exclusions of Section I - Coverage A Bodily Injury And Property Damage Liability: ' (6) an aircraft with a paid crew, that is hired, chartered or loaned but is not owned by any Insured. 19. PROPERTY DAMAGE - ELEVATORS The following is added to Subparagraph j. of 2., Exclusions of Section I - Coverage A Bodily Injury And Property Damage Liability: ' Paragraphs (3) and (4) of this exclusion do not apply to the use of elevators. All other terms and conditions of your policy remain unchanged. 0 0 Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 o ISO Properties, Inc., 2003 Page 9 of 9 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Notary Public in and for the State of Washington residing at 187 Contractor day of , 201 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. In as much 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 1 Telephone: 360 - 902 -5335 C I r 189 State of Washington Department of Labor & Industries ' Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. i Journey Level Prevailing Wage Rates for the Effective Date: 6/9/2011 ' County' Trade -: Job Classification, . Wa a ;Holiday Overtime Note` Yakima - Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $59.69 5N 1C Yakima Brick Mason Journey Level $40.03 5A 1M Yakima Building Service Employees Janitor $8.67 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $8.67 1 Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $35.85 7B 1N Yakima Divers Et Tenders Diver $100.28 5D 1M 8A Yakima Divers Et Tenders Diver On Standby $56.68 5D 1M Yakima Divers Et Tenders Diver Tender $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1B Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engineer Welder $49.62 5D IT 8L Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Yakima Dredge Workers Maintenance $49.06 5D 1T 8L Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywalt Applicator Journey Level $37.70 5D 1M 190 s F1 I I I I I I I I I I I I 1, I I I I Yakima Drywall Tapers Journey Level $31.79 7E 1 P Yakima. - E tti ec cal Ieve:Fr'_',:,�"- L �,i`$43 v , Maintenance, � o Yakima Electricians - Inside Cable Splicer $52.41 5A 1 E i - � ,Yaki Efectriciansr,,, nside, ne Le Ye �T , , Yakima Electricians - Inside Welder $54.75 5A 1E Y a kim a Motor Sfi' Craftsman " "" i,`,,', 5:3` 7 Yakima Electricians - Motor Shop Journey Level $14.69 1 Electricians. PoN�6r[jne4',',,"," Cable 51511c, eil'�',�tI,�`�,�,,,.�;. ',-,"�'$63:04 5 A tons Ukti on Yakima Electricians - Powerline Certified Line Welder $57.61 5A 4A Construction Yakitn&'.' Electricians Powerline' . , Grd6ndperson ;'$4,b6 5A- Cons n o Yakima Electricians - Powerline Head Groundperson $43.33 5A 4A Construction .P ans-�.,.-Rower ine�4;L. i�. e(� r P m; - , - eayy4jh6.. 'EqUi Pmej 4, I _� - :14 G - u j , ONr 2: p Yakima Electricians - Powerline Jackhammer Operator $43.33 5A 4A Construction Yakima'- E c't"n--ti�ns�.- ,O owertini� e.I Journey 57.61 5A 4A , Linw p e " — C, bfisiY ctio Yakima Electricians - Powerline Line Equipment $48.64 5A 4A Construction Operator Yakima Electricians` Powerline , l raver , C onstrUcti6 Yakima Electricians - Powerline Powderperson $43.33 5A 4A Construction Y akima; U ' " , . E ectrobi 6t Kh'�6i ec u e_q, `rh ",40 Yakima akima Elevator Constructors Mechanic $67.91 7D 4A Y k' Eevator-Onstructi M'�&g �`T 7 -,-71),,�,_- AT' Yakima Fabricated Precast Craftsman -In-Factory $8.72 1 Concrete Products Work Only im Free prney- 8.67 �t&,:Pr6 ur s. Fa t c ory W6rk`OnIy%' Yakima Fence Erectors Fence Erector $13.79 1 Yakirriai" ., Fla ^P" eijs,, Jouene ,Le"vel'� 62 1 Yakima Glaziers Journey Level $22.43 61 113 Yakirna`,"i, H6'at;�rt';Fr,o"st:Ins"ul'ators And" Jouirney,Lev6l, . $25' 32 Asbe Wbr e'r k' . . .... S Yakima Heating, Equipment Journey Level $34.85 Mechanics Yakima, Ho� Catri&s,& M asbn J ounev Love t 3 2.80 7A, T��rid ers, 77 Yakima Industrial Engine And Journey Level $15.65 1 �Machine Mechanics 191 Yakima "i Industrial Power Vacuum Journey Level Cleaner Yakima Inland Boatmen Journey Level $8.67 1 Yakima';' Inspection /Cleaning /Sealing Cleaner Operator, Foarrier,Operator, $9.73 Of'Sewer Et Water Systems= By .Remote Control Yakima Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control Yakima'. Inspection /Cleaning /Seating Head Operator $12.78 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection /Cleaning Technician $8.67 1 Of Sewer Et Water Systems By Remote Control Yakima:... Inspection /Cleaning /Sealing Tv, Truck Operator, $10.53 Of Sewer Et Water Systems BY Remote Control Yakima Insulation Applicators Journey Level $37.70 5D 1M Yakima:,,'': Ironworkers Journeyman,: :, j >; $50.94 ','7N 10 `-' Yakima Laborers Air, Gas Or Electric Vibrating Screed $31.86 7A 1 H Yakima Laborers Airtrac Drill Operator $32.80 7A ` . .; :`,' :1 H' Yakima Laborers Ballast Regular Machine $31.86 7A 1 H Yakima. Laborers Batch Weighman $29.90 7A 1H, . Yakima Laborers Brick Pavers $31.86 7A 1 H Yakima Laborers Brush Cutter $31.86 7A 1H. . Yakima Laborers Brush Hog Feeder $31.86 7A 1H Yakima`: ''Laborers Burner :: $31.86 7A :` .1 H:: .., Yakima Laborers Caisson Worker $32.80 7A 1H Yakima :' Laborers Carpenter.Tenderr`, : :.,. -, .$31.86 :7A: ,. 1H Yakima Laborers Cement Dumper - paving $32.41 7A 1H Yakima' Laborers Cement Finisher Tender $31.86 7A ;" 1 H ; Yakima Laborers Change House Or Dry Shack $31.86 7A 1H Yakima Laborers Chipping.Gun (under 30 Lbs. ) $31.86 7A 1 H' Yakima Laborers Chipping Gun(30 Lbs. And Over) $32.41 7A 1H Yakima Laborers Choker Setter $31.86 7A 1H Yakima Laborers Chuck Tender $31.86 7A 1H Yakima, Laborers Clary Power Spreader $32.41 7A 1H Yakima Laborers Clean -up Laborer $31.86 7A 1H Yakima Laborers, Concrete Dumper /chute Operator $32.41 - 7A 1H_ Yakima Laborers Concrete Form Stripper $31.86 7A 1H 192 1 t 1 1 11 `I u 1 Yakima . Laborers'• Concrete Placement $32:41 7A ' — 1 H •.. t Crew — Yakima Laborers Concrete Saw $32.41 7A 1 H Operator /core Driller Yakimaa':.;'. Laborers ° : ', ,'. Crustier Feeder $29:90 " 7A',;' 1 H Yakima Laborers Curing Laborer $31.86 7A 1H Yakima - Laborers ,.. '.. Demolition: "Wrecking `'' ,$31.86 7A' `.' — 1H' — Material.' w. Yakima Laborers Ditch Digger $31.86 7A 1H Ya' kima,,, Laborers Diver $32.80 7A " 1H Yakima Laborers Drill Operator $32.41 7A 1H (hydraulic, diamond) Yakim "a. r> Laborersr,' _f" ;: :' Dry Stack,,Walls. ;:,$3'1':86 7A: Yakima Laborers Dump Person $31.86 7A 1 H Yakima , Laborers ° °.: E`''oz ,.Technician,, a, 3.1:86 Yakima Laborers Erosion Control Worker $31.86 7A 1 H :D Yakima a° . Lab'orers,p r.:z. f Faller.a .:Buck" r h in'; e C a -1 H �.. i , Saw. <° ',: �: �: ° :�,:., Yakima Laborers Fine Graders $31.86 7A 1 H Yakima,q..: -`a borers Firevvatch- 29.9.0 ' ?' ZA% Yakima Laborers Form Setter $31.86 7A 1H Yakima- Laborers +;'. �:: Gabian''Bask t B i e u lde`rs� 31;.86 '7A':�:.::,: 9 H .: Yakima Laborers General Laborer $31.86 7A 1 H Yakimaf ;: Laborers:.f:, :.r;r: :..` Grade ;CHecken:�tv:��:•. - , $32:80 7A a {" y4 ;. :aG, 5 Trarisit��Pers�on::; -�'-: Yakima Laborers Grinders $31.86 7A 1H Yakima Laborer`s '^ " ;' G'ro AIMacfiine "Tender : ;$31:86 7A 1 H' ~; Yakima Laborers Groutmen $32.41 7A 1 H (pressure)including Post Tension Beams Yakima `,; ......._..,..... Labo`rers, `" -{ 5ix`'" _. ,.... , ..,. G'ua e:a'nd Lock`:Tender ,._ _.,.. s =$32:90 >_,..,._........4 7A' ,.— — Yakima Laborers Guardrail Erector $31.86 7A 1H a,,. Ima, L r r '� 't-.'• a a dous Waste.` 2` a. - c- i �.t Yakima Laborers Hazardous Waste $32.41 7A 1 H Worker (level B) Yakim a ` L� ra r s atio ' azardous 31.86 7A- `.'tnu W" k e Cevel-G fr:�;:'- 5 - Yakima Laborers High Scaler $32.80 7A 1 H Jackliarimer:.'. $32:4.1: :,1 H::.'.. Yakima Laborers Laserbeam Operator $32.41 7A 1 H Yakirri`a " Laborers -;v Maintenan R ee ,erson* J'f'86 7 Yakima Laborers Manhole Builder- $32.41 7A 1H mudman 193 Yakima Laborers Material Yard Person $31.86 7A 1 H. Yakima Laborers Miner $32.80 7A 1 H Yakima, 'Laborers Motorman -dinky Locomotive $32.41 7A 1H'"'' " ° "'" Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $32.41 7A 1H Yakima.'.. Laborers %', . Pavement Breaker $32.41 7A 1 H Yakima Laborers Pilot Car $29.90 7A 1 H Yakima :. Laborers Pipe Layer(lead) $32.80 7A 1 H% Yakima Laborers Pipe Layer /tailor $32.41 7A 1H Yakima:.: Laborers Pipe Pot Tender $32.41 74 :" 1 H , Yakima Laborers Pipe Reliner $32.41 7A 1H Yakima" Laborers Pipe Wrapper $32.41 7A TH "'. Yakima Laborers Pot Tender $31.86 7A 1 H Yakima Laborers .. Powderman $32.80 7A 1H Yakima Laborers Powderman's Helper $31.86 7A 1H Yakima:: Laborers Power Jacks $32.41 7A 1H Yakima Laborers Railroad Spike Puller - Power $32.41 7A 1H Yakima; Laborers Raker - Asphalt $32.80 7A 1H Yakima Laborers Re- timberman $32.80 7A 1H Yakima: Laborers Remote, Equipment Operator:` $32.41 7A 1 H'. Yakima Laborers Rigger /signal Person $32.41 7A 1H Yakima Laborers Rip Rap Person, $31.86 " 7A 1H Yakima Laborers Rivet Buster $32.41 7A 1H Yakima Laborers Rodder $32.41 7A 1 H,.: -. Yakima Laborers Scaffold Erector $31.86 7A 1H Yakima Laborers' " . Scale Person $31.86 7A 1 H ,', Yakima Laborers Sloper (over 20 ") $32.41 7A 1H Yakima Laborers Sloper,Sprayer "$31.86 7A 1H . Yakima Laborers Spreader (concrete) $32.41 7A 1H Yakima, Laborers Stake Hopper $31.86 7A 1H Yakima Laborers Stock Piler $31.86 7A 1H Yakima Laborers Tamper Et Similar Electric, Air & Gas Operated Tools $32.41 7A 1H_ Yakima Laborers Tamper (multiple Et Self - propelled) $32.41 7A 1H 194 1 1 i 1 Yakima ":`: Lab'orer's'' Timber Person Sewerr.' Y. I- la" er %Sho er Et a Cribber x.^ Yakima Laborers Toolroom Person (at $31.86 7A 1 H Jobsite) 'cC.'w +F;t^,- 7;'.:: Yakima' Laborer's` -- To' er ". pp <tr• ^: „� 3:1:86 fi - :.��` 7A,..,..t. -;. _ _ '.x:.. 1H -•: ' "Ys :''i,.:.: - Yakima Laborers Track Laborer $31.86 7A 1 H Yakima. Laborers wt's ! -� T aekLiner ..,••;d• : •..., -•,,av � - :J2s:..a'L•.a., 1F^�si u,. - - Yakima Laborers Truck Spotter $31.86 7A 1 H Yakima., =.�_� Laborers ' Tu er =0 erator.V >;'; P. Yakima Laborers Tunnel Work -Miner $32.90 7A 1H 8� Laborers e ssY w 'Y. := 7V;:�" , I.- •aiE ;Vibrator. .si• .�.r=::,• Yakima Laborers Vinyl Seamer $31.86 7A 1H Yakima;5' Laborers =`° Watchman:: Yakima Laborers Welder $32.41 7A 1H Ya Laborers La s,.,;.., o.borer ;...y::,•. Well "Rin t . $32':41«, ;.:..., 7A ''" 1 H' Yakima Laborers Window Washer /cleaner $27.27 7A 1 H Yakirria•:;:;; Laborers' ::Underground" General Laborer tt,. „<<!' ,w. 1H',. T� P. m 6t�lNate Yakima Laborers - Underground Pipe Layer $32.41 7A 1 H Sewer Et Water !^ .x... Yakima >' ._i..:a!f: .. .�.- :f.,.,• -..q Landsca ek&o t,66cti n:' p o Irrigatiori'.Or Lawn; -° ' .,< {''; rnD w$9`00 is ,: ,.•.r 1, •r. €•`• - - - , Yakima Landscape Construction Landscape Equipment $15.45 1 Operators Or Truck Drivers Yakima,t. , La'nd, e"t6structio i . `,. . Landscaping`Oi <. °R,lantir Yakima Lathers Journey Level $37.70 5D 1M Yakim "a` Marble Setters'_ Journey 'Level" b:Mt Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima:} .: Metal'Fabricatiori (In`:Shop) .Laborer 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima, Metal�Fabr'ication.(In:Shop) Painter' ;$,12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima: = Mllwri ;..' , Jou�n L ey evel $26:05 ' 1: Yakima Modular Buildings Journey Level $14.11 1 Yakima`r Fa`rifers: ..j, Journeyman` :.,$28:12 6Z' - 1W.'. Yakima Pile Driver Journey Level $48.04 5A 1M Yakima' la Plasterers:., '`' Journey L eve f'_:'': "' 6.63 46 63 „: -: .. ,. Yakima Playground Et Park Journey Level $8.67 1 Equipment Installers Yakima; -;:; Plumbers =Et'Papefitters °: = Journe Y Level:::,' .. Yakima Power Equipment Operators jAsphalt Plant Operators 1 $50.391 7A 1T 8P 195 Yakima Power Equipment Operators Assistant Engineer- $47.12 7A 1T 8P " Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P Yakima Power Equipment Operators Batch Plant Operator,. Concrete $49.90 7A., — 1T: :'.; — 8P: " " Yakima Power Equipment Operators Bobcat $47.12 7A 1T 8P Yakima Power EquipmenfOperators Brokk Remote : ,„ Demolition' Equipment $47.1,2-, 7A ` IT', 8P Yakima Power Equipment Operators Brooms $47.12 7A 1T 8P Yakima Power Equipmehi"Operators Bump Cutter $49.90 7A 1T " ," 8P Yakima Power Equipment Operators Cableways $50.39 7A 1T 8P Yakima Power Equipment Operators Chipper $49.90 7A 1T.. 8P Yakima Power Equipment Operators Compressor $47.12 7A 1T 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 7A 1_T 8P — Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $47.12 7A 1T 8P Yakima . Power Equipment Operators Concrete Pump - :: Mounted Or Trailer High Pressure.Cine Pump; Pump.High Pressure. $49.48 .. 7A' :, ," 1T. ",.: " '. 8P' Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P Yakima Power Equiprri 'ent Operators Conveyors - $49.48 _, . '7A 1 T: '" ; " 8P -° Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, or 150' of boom (including jib with attachments); Overhead, bridge, type, 100 tons and over; Tower, crane up to 175' in height,:base to boom. $50.94 7A 1T." 8P, Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A IT 8P Yakima Power Equipment. Operators Cranes: 45,Tons _ ...;.::. Tfirough199 Tons; Under 150' Of Boom (including Jib With Attachments) $50.39. - 7A 1T '8P.' Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P Yakima Power Equipment Operators Cranes: Friction 100 $51.51 7A 1T 8P 196 11 I I I I I 1 I I 11 I I I I I e=. T ug t rl 3 Yakima Power Equipment Operators Cranes: Friction Over $52.07 7A 1T 8P 200 Tons Ya irhA',�'1:.;:`,' P6 ... .. T- WL- -300. ons-'-�.-f-i$52.,07','�,, 7' _:af wit h 'A' h s ttat -men Yakima Power Equipment Operators Cranes: Through 19 $49.48 7A 1T 8P Tons With Attachments A-f rame Over 10 Tons 6rEq6ipir i 9 :9 ,0 Yakima Power Equipment Operators Deck Engineer/deck $49.90 7A 1T 8P Winches (power) Yakima ,. powert i ibd I ,y. P"i 2 Yakima Power Equipment Operators Dozer Quad 9, HD 41, $50.39 7A 1T 8P D10 and Over Power E4b'jp ' n ra'brsj bP"z."er' b� 497 48 KA , :8_P:'" , Yakima Power Equipment Operators Drill Oilers: Auger Type, $49.48 7A 1T 8P Truck Or Crane Mount I m Power Eguipment`'Operator5 Drilling Machiner' P Yakima Power Equipment Operators Elevator And Man-lift: $47.12 7A 1T 8P Permanent And Shaft Type iya, im, & • 1�, PW'er,Equ�i� �6'v o rs� Fihis ing.M6chIn 5, Simitar.tq Yakima Power Equipment Operators Forklift: 3000 Lbs And $49.48 7A 1T 8P Over With Attachments q'p `pjP OWer Euim6hib �af&s F6'r'ktifts'.�0 hdier 3600:"rl-, L chments... Yakima Power Equipment Operators Grade Engineer: Using $49.90 7A 1T 8P Blue Prints, Cut Sheets, Etc Y1ak'j'm"A Power, Eq6i merit 'Operators' 6iiid6c, ak'i;6I` 7A T Yakima Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P a jmaTP;.,,,, `6 rtq�61,6* Q*$', An �3 r t, 4 jN rd Yakima Power Equipment Operators Hard Tail End Dump $49.90 7A 1T 8P Articulating Off-road Equipment Under 45 Yards Yakima Power Equipment Operators H'o'rizohta(/di'r'ecticinaL,,,," ;,'$49.48 7A", :, Drill Lt oca or .LT Yakima Power Equipment Operators Horizontal /directional $49.90 7A 1T 8P 1 Pill Operator I WYA Yakima Power Equipment Operators Hydralifts /boom Trucks"" Over 1.0 Tons $49.48 7A..;; 1T -8P;; Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And Under $47.12 7A 1T 8P Yakima" Power Equipment Operators Loader- Overhead 8 Yards. E Over $50.94 7A 1T 8P . Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90, 7A 1T 8P Yakima Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P Yakim:at,z Power Equipment.Operators Loaders: ; - Elevating Type Belt _,$49:48 .' " 7A"; . " "" - 1T_; Yakima Power Equipment Operators Locomotives, All $49.90 7A 1T 8P Yakima'..:. Power Equipment Operators Material Transfer Device °`$49.90 " : ",JA 1T" 813 Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P Yakima Power Equipment Operators Mixers: Asphalt Plant $49.90 7A . 1T 8P Yakima Power Equipment Operators Motor Patrol Grader - Non - finishing $49.48 7A 1T 813 Yakima, Power Equipment Operators Motor Patrol Graders,, ,: Finishing - $50.39 7A 1T 8P.. —. Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $50.39 7A 1T 8P Yakima" Power Equipment Operators Oil Distributors, Blower Distribution Ex Mulch Seeding "Operator $47.12 7A 1T 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P Yakima Power Equipment Operators Overhead, Bridge Type:., 45 Tons Through 99 Tons::. "$50.39 .: 7A 1T,,.' 8P Yakima Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P Yakima,- Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90, 7A - 1T — 8P — Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $47..12 7A 1T 8P Yakima Power Equipment Operators Power Plant $47.12 7A 1T 8P Yakima Power Equipment Operators Pumps - Water $47.12 7A 1T 8P Yakima jPower Equipment Operators Quick Tower - No Cab, $47.12 7A 1T 8P W631 i 1 t I ) 1 1 Ll 1 199 Under 100 Feet In Height Based To Boom Yakiiia '.; "Power;Eguipment.Operators Remote'Control ";•};;. ;, :.$;5,0.3.9'. 7A`,:,` 1T .. .. 0 P erator.' :Orr.EtubtSer. :.' — — • T'i r ed :Eartli-Moviiix >;L - h." E' i` m- q u P y f: Yakima Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P Yakima. P „ r ato r r' q° 'Ope s Rolaow l gon , Yakima Power Equipment Operators Roller, Other Than Plant $47.12 7A 11T 8P Mix Yaki °�..'StC' ma' `. l::s:•.`:YVt.,n....,t,J ::m..SY';C:�a .4`.: __- gu p e t Ope ator..s' _ - :S'n ",Y; :•t'_�'p „SY, x., Rglle; F1'ant.Mz "Or<:;.::, - x.., «.,.; f.,,,.... '.Yi'• x$4.9:48 2."`! ;�........,:' ZA,,,, „h:: ,.g,. w•> ;-Ai 2' t. '3<';:; - L. Multi:: =lif t;Mate h�„ 'a:L SL -. i'ie ; {.�,. .'dam^ �:C: k;•.. %i5: :. ,':1T' N:a,, p' +:d,`sw..w,':.•'„' :^{.,- .tw"dyi .. '§ �s�n_ ,'i >` <;."`% - x. n als N:'si YkT:"Ee>♦�'���"tF� ±h;; ;� ? �...,�atf:" Yakima Power Eg uipmegl Operators Roto -mill, Roto - grinder $49.90 7A 1T 8P ,y,, Yakima' ,a ,.dd .: du. Power.,Eu "nent'O: `eratorsi'Saws 4 p p „ •v':: lsf+^':. iM =:. =� Concrete %f -� f Yakima Power Equipment Operators Scraper, Self Propelled $49.90 7A 1T 8P Under 45 Yards Yakima; <: Power`Egupment`Operators Scrap e`r:'s = Concrete Et';''v, -'$. 49: 48.''',:7AA: Yakima Power Equipment Operators Scrapers, Self- $50.39 7A 1T 8P propelled: 45 Yards And Over Yakima: ' Power':E q ` i m' t n T r u ` ' r s p e Ope ato Sen!ice•:Engiriee�s,�= t,,, ;'•$49 :`48 �•4tir'. �.- .-7A, 1T':' `8P. ui m .: n. q P. et . 'c x., 4 Yakima Power Equipment Operators Shotcrete /gunite $47.12 7A 1T 8P Equipment Yakima a Power. <.:E ui ment:O erators 4 p p Shovel:.' Ez • v r 1 - : "_ ' ca ato ,y - ;, -.fa.. „. ti ..,. :;rig °_ ^l et:'••a;: —;.;, :. , :: ^•: -:.. - rit q _ x' - ,..',- B` acktioe Tra "r: cto s = : ✓' - �:�1,• ,.inn• :i.• 1 - Urider.'1�' e.. Yakima Power Equipment Operators Shovel, Excavator, $50.39 7A 1T 8P Backhoe: Over 30 Metric Tons To 50 Metric Tons Yakima: P...ower, .Eguipment;.Operators Shovel; Excavator;; w ;' : 49:..90 7A v ,, ''1.T; :,... ackh'o es'' actors. 5 ^4' F. gt, ; a. T 0 30:Met�ic�Tons =_ �., Yakima Power Equipment Operators Shovel, Excavator, $50.94 7A 1T 8P Backhoes: Over 50 Metric Tons To 90 Metric Tons `, PowerrEguipmenf Operators Shovel; `- Excavafors ; ? ',' .° $51'.51 7A°''` ,,akimasx'' °'; Backhoesi Over 90 — — f Metric Tons Yakima Power Equipment Operators Slipform Pavers $50.39 7A IT 8P Yakima',:;' P over: E ui p merit Operators 50.39 `ZA' .1T Screedman . Yakima Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P Yakima.. ^. Pow r':E i e u merit 0 erators q P p To r:'B °” k' we uc ef= Elevators' $49:48.�::`�7A��;:; "- `j.1T"�`, r=::, -:81?-. `; Yakima Power Equipment Operators Tower Crane Over 175'in $51.51 7A 8P Height, Base To Boom FlT 199 Yakima Power Equipment Operators Tower Crane: Up To 175' In "Height Base To Boom $50.94 7A ., IT "..; ". 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $50.39 7A IT 8P Yakima .. Power Equipment Operators Trenching Machines $49.48 _' :JA', - ; „ 1T:- ; 8P" " Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 Tons And Over $49.90 7A IT 8P Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100., Tons $49.48 7A 1T" "" 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A IT 8P Yakima Power Equipment Operators Welder $50.39 7A . " 'AT. 8P. Yakima Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A IT 8P Yakima, Power Equipment Operators Yo Yo,,, Pay Dozer $49.90 7A. :.:- „,1T,... ”. 8P" Yakima Power Equipment Operators- Underground Asphalt Plant Operators $50.39 7A IT 8P Sewer Et Water Yakima "" Power E ui ment q p 0 erators Und " "r r A "ssistant "En in er:: g e 47.12 7A 1 T� 8P Sewer Et Water' Yakima Power Equipment Operators- Underground Barrier Machine (zipper) $49.90 7A IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground' Batch Plant Operator, Concrete. $49.90 7A IT 8P Sewer Ft Water Yakima Power Equipment Operators- Underground Bobcat $47.12 7A IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Brokk Remote Demolition Equipment $47.12 74 1T.: - 8P Sewer Et Water Yakima Power Equipment Operators- Underground Brooms $47.12 7A IT 8P Sewer Et Water Yakima Power Equipment. Operators- "Underground" " Bump Cutter.::, .", ..: -::= $49.90 ;. " 7A-' : ;, .``: 1T. . "" . s.8P "" Sewer Et Water.: Yakima Power Equipment Operators- Underground Cableways $50.39 7A IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Chipper $49.90 7A IT 8P Sewer Et Water Yakima Power Equipment Operators Underground Compressor $47.12 7A IT 8P Sewer Et Water 200 t 'I 1 1 u 11 I u I I I 'I I I I I 11 I I i I I 1, Yakima ,',,;� Power 'C' ncrete ".0 ump; T ��u k' ,SKI- D 4 p eratoWib n"d With'Zo PM A ttdchment. Over:42 M �i' SeW6 � it ate Yakima Power Equipment Concrete Finish Machine $47.12 7A 1T 8P Operators- Underground -Laser Screed Sewer Et Water YA' Q, Conde e� uml VU n-derg O f of S771 - gouno Mbunte :1 d"Dr7railer, High, Pr essUr0lin0, ump. Sewer' 8t`w at er-, J 'VT!Y Zi Yakima Power Equipment Concrete Pump: Truck $49.90 7A 1T 8P Operators- Underground n round Mount With Boom Sewer Et Water Attachment Up To 42m Yakin Pio, K41t,664p616 nf�`., 4 onyeyors • ;$49� '48 7A` 4"',"1 p6raibi,'� ",Underground'. :7777,, Y, ' 61 W 4 Sewer: u, Yakima Power Equipment Cranes: 20 Tons $49.90 7A 1T 8P Operators- Underground Through 44 Tons With Sewer Et Water Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Ya ki' A.,'; ? Po Y�or. EaLifrA:6 ,Z, Gr6nes','cIbo.-T-6'n s_'..T.o� 300 80 0, �dvr�, v per.atbrs ',Un gi d;'V',', bUh "i Tdrj_s�, -'0 r�l -.O.� oom--., .50!� .�,S54�.51 A S ji , - yy 4 -T,w N v-. Yakima Power Equipment Cranes: 45 Tons $50.39 7A 1T 8P Operators- Underground Through 99 Tons, Under Sewer Et Water 150' Of Boom (including Jib With Attachments) Yakim_a,i;,,.. rowgg�4' i, 7ranes:,t,4`frame'�, ' C : ndEhroun d 6g "UD6rs,�� - Tbns Arid )n0er Yakima Power Equipment Cranes: Friction 100 $51.51 7A 1T 8P Operators- Underground Tons Through 199 Tons Sewer Et Water Yakima nt Crarjevs" Fricti6n'Over- $52.'07 :A Operators ewer,'F± W ater, Yakima Power Equipment Cranes: Over 300 Tons $52.07 7A 1T 8P Operators- Underground Or 300' Of Boom Sewer Et Water (including Jib With Attachments) Yakima:'�,, Pow`er'E'q_'u'll�m:ent' Cr6nes.,JT thr 6ug h 9 $ 49.48 8P,), ....... ...... Underground,- n Prgro- 64? Sewer: A'- frame -Over ons. ... , Yakima Power Equipment Crusher $49.90 7A 1T 8P Operators - Underground n round Sewer Et Water Yakima': , p:,,., ec ��E gineer " "' - t�e` Z.d 6c k' h $49` .9b A O_Iple, r atdl' ---un el,�Ilvurd- W. h Sewer--,EE 201 Yakima Power Equipment Operators- Underground Derricks, On Building Work $50.39 7A IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Dozer Quad 9, HD 41;; D10 and Over $50.39 7A " , IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Dozers D -9 Et Under $49.48 7A IT 8P Sewer Et Water Yakima' , Power "Equipment Operators- Underground DriU:.0ilers:;Auger,Type, Truck Or Crane Mount'. ' $49:48 " 7A 7A:. "" , 1T "" ." — 8P — Sewer Et Water Yakima Power Equipment Operators- Underground Drilling Machine $49.90 7A IT 8P Sewer Et Water Pow e r E ui merit_ Operators- Underground". , Permanent And Shaft` -. Type ' ;,.$47:1.2 : gpYakima Sewer Et Water: Yakima Power Equipment Operators Underground Finishing Machine, Bidwell And Gamaco Et Similar Equipment $49.90 7A IT 8P Sewer Et Water Yakima; °:: Power Equipment ":_,. _ .- Operators- Under g r un d M Sewer Et Water': F6rklift:r3000 Lbs "An'd.:; -. Attachments'.. Over-With , $49':48 7A;'..', —. ;- 1T — 80" Yakima Power Equipment Operators- Underground Forklifts: Under 3000 Lbs. With Attachments $47.12 7A IT 8P Sewer Et Water Yakima° Power Equipment Operators Underground "" :: Grade Engineer:_Using Blue Prints, ;Cut Sheets, Etc $49.90 7A IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Gradechecker /stakeman $47.12 7A IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Guardrail Punch /Auger $49.90 7A ;.. 1T. -. " 8P Sewer Et Water . Yakima Power Equipment Operators Underground Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $50.39 7A IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Hard Tail End Dump. Articulating Off -road ` Equipment Under 45 Yards,'' $49.90 7A IT 8P Sewer Et Water "' Yakima Power Equipment Operators- Underground Horizontal /directional Drill Locator $49.48 7A IT 8P Sewer Et Water Yakima Power Equipment " Operators- Underground Horizontal / directional " Drill Operator $49.90 7A 1.T 8P, Sewer Et Water Yakima Power Equipment Hydralifts /boom Trucks $49.48 7A IT 8P 202 1 r� I I I I E I I I I I i I I 11 I I I I 203 Operators- Underground Over 10 Tons Sewer Et Water Y'lakima!''' owerlquipmenl-"�"'�4' P' �H'y, ra i s rn� -t � uk s r 8 P OratrsUh ee0666d .*ons'.;- n a er,,p ewe J' Yakima Power Equipment Loader, Overhead 8 $50.94 7A IT 8P Operators- Underground Yards. Et Over Sewer Et Water ' akfi -""- Et ment-- Lbad 6r!, OVer e ' 'y 3ad;6 ., >r {» 7777 99 W&..`,�;8Materj jgJ Yakima Power Equipment Loaders, Overhead $49.90 7A IT 8P Operators- Underground Under 6 Yards Sewer Et Water a im&Jv-'� R6.Wer?,E�6i'O'm-'6i; -4 -,'90 Operat&s'.','P Hd`�'"rodh ZIA �";' =,s 1': Sewer g' n WN H� Yakima Power Equipment Loaders: Elevating Type $49.48 7A IT 8P Operators- Underground Belt Sewer Et Water .gA Power qujpmefit'� Ocorhotiv6s4,'�Ati-�-K-Q�',IN=�'ri7 "R �f'$49-,90 A'k R -W M "'*A a-'e-r-V Sewer. t" zi r' y 7, T "c Yakima Power Equipment Material Transfer Device $49.90 7A IT 8P Operators- Underground Sewer Et Water yakirfi&��P-- t P'd tl";;medt",,t-"-� .TX 'i�- E. M' 'chanitsT'Mt L `56rgrounql ..777- Wed ani `4 Sewer Ft a e Yakima Power Equipment Mixers: Asphalt Plant $49.90 7A IT 8P Operators- Underground n round Sewer Et Water 0 'V� p Sewer Et Water: 11N R aw N� Yakima Power Equipment Motor Patrol Graders, $50.39 7A IT 8P Operators- Underground Finishing Et Water .Sewer Y r Roa ea'd6r,'And16r;, '�"N R, S Yakima Power Equipment Oil Distributors, Blower $47.12 7A IT 8Pry Operators- Underground Distribution Et Mulch Sewer Et Water Seeding Operator Yakiiiia,- ."b'utMi ...... �" . .... . ..... e�Hoists,i' 4 48 6D ""U"'d-� uperators= n E 'rgrobn elevators -'And;.`: Sewe Et Water,.. M6'hlifts) ",A* Tuggers�- t t' is, ra. 6 Yakima Power Equipment Overhead, Bridge Type: $50.39 7A IT 8P Operators- Underground .45 Tons Through 99 203 204 r1 L w 11 11 1 .1 Sewer Et Water Tons Yakima Power Equipment Operators- Underground` Pavement Breaker $47.12 7A 1T 8P Sewer Et, Water Yakima Power Equipment Operators- Underground Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Sewer Et Water Yakima, Power Equipment Operators Underground Plant Oiler. - Asphalt, Crusher " $49.48 ; . 7A 1'T 8P, Sewer Et Water Yakima Power Equipment Operators- Underground Posthole Digger, Mechanical $47.12 7A 1T 8P Sewer Et Water Yakima -'., Power Equipment',_ Operators- Underground:: . Power Plant,. $47.12 ,:.." 7A >.1T : 8P' Sewer Et Watec Yakima Power Equipment Operators- Underground Pumps - Water $47.12 7A 1T 8P Sewer Et Water Yakima Power Equipment, Operators- Underground �� '; Quick: Tower. - 'No,Cab -', - Under 100 ._Feet. ';In, Height Based:To. Boom . ; $47:12 : r :IA 17,. 8P . Sewer .Et Water ,: . °; Yakima Power Equipment Operators- Underground Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A 1T 8P Sewer Et Water .Yakima . Power Equipment.;, ",.`..` . Operators'- Under.Qround Rig g er And Bellman,'.: :,.:;: - $47:12 ; 7A .' :. 1T: 8P Sewer Et Water Yakima Power Equipment Operators- Underground Rollagon $50.39 7A 1T 8P Sewer Et Water Yakima Power.. 'Equipment Operators Underground.' ,. . Roller, Other Than Plant, Mix $47.12 ,:, . �., 7A , ' ';'. ; -IT;" 8P Sewer: Et Water' Yakima Power Equipment Operators- Underground Roller, Plant Mix Or Multi -lift Materials $49.48 7A 1T 8P Sewer Et Water Yakima Power Equipment;.. ;.." Operators' Underground.'.: Roto- mill; Roto,`grin'dec . '`$49.90. 7A .1T'' 8P, Sewer Et Water. Yakima Power Equipment Operators- Underground Saws - Concrete $49.48 7A 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Scraper, Self Propelled Under 45 Yards $49.90 - 7A 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Sewer Et Water 204 r1 L w 11 11 1 .1 I I I I I I i 11 I I I I F1 I I,] L I 11 aki 6 503V " �p G" rafnrs--�,. ndet� bp`6116d!�,�_� 'S Y. ar s Yakima Power Equipment Service Engineers - $49.48 7A 1T 8P Operators- Underground Equipment .Sewer Et Water Yakima P6w -Kt46fbt66 Sh -gy'mte,.,:,,, $ 47.1 _1T 0. peratbts"11.Un erground,'",', �q.,tc 6" U I 6"i M" �'4, ewe er- r,: ,ate �,z Yakima Power Equipment Shovel Excavator, $49.48 7A 1T 8P Operators- Underground Backhoe, Tractors Sewer Et Water Under 15 Metric Tons. Yakima rn Power en Sfi? Syla or,,� 5039 _tt�7A" 90t hde�pr6und,`t `- q' Bat' e'.. r. klib" ",�bVeA&Mcithc 7 77 Tons To,50 Metr' I ons S l,lci, Yakima Power Equipment Shovel, Excavator, $49.90 7A 1T 8P Operators- Underground Backhoes, Tractors: 15 ,Sewer Et Water To 30 Metric Tons n tz, 'kK 8 R 0 e 6�t-30.4�'�D S 'Welrg, ...,.vv,,ate ; -nc o 'T ut W, Yakima Power Equipment Shovel, Excavator, $51.51 7A 1T 8P Operators- Underground Backhoes: Over 90 ,Sewer Et Water Metric Tons ak' i'm a Power �,E4' '�6`6nt f `P S 111) brm!� avers,,,--- 1 T 0 r P' 'per Sewer;Et Water; Yakima Power Equipment Spreader, Topsider 8t $50.39 7A 1T 8P Operators- Underground Screedman ,Sewer Et Water Yakima- Pb"W"e� �d 1 $ P e r,� af U6`86 rkr6und' ewer Yakima Power Equipment Tower Bucket Elevators $49.48 7A 1T 8P Operators- Underground ISewer Et Water Ya ima'.,,', $ 511,.511� T pe 0, n�bhd&" 66d,", rs ro 0 P Hei0fiC' 666m,,' ................... a e Yakima Power Equipment Tower Crane Up To 175' $50.94 7A 1T 8P Operators- Underground In Height Base To Boom Sewer Et Water Yakima Power,Eguipiierit TT os k $50.39 1T' p -a`" GO ert6 sU n erg oun d Orr u p Sewer Et Water, Yakima Power Equipment Trenching Machines $49.48 7A IT 8P Operators- Underground Sewer Et Water Yakima ^.- Po t dc k C r"a it he `8P Op6rators--UriderQround 5j 6 er i6rver ,1 00,Tohs _77 205 206 1�, 1 1 [I Sewer Et Water .:: :: .... And Over, Yakima Power Equipment Operators- Underground Truck Crane Oiler /driver Under 100 Tons $49.48 7A 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Truck Mount Portable Conveyor $49.90 7A 1T 8P Sewer Et Water,, Yakima Power Equipment Operators- Underground Welder $50.39 7A 1T 8P Sewer Et Water Yakima, Power Equipment:',.: -; Operators . Underground`.,, .Type Wheel Tracto'rs;;,Farmall ~' : $47.12 7A.a:• ., ;::, :`1T ." . 8P Sewer Et Water, Yakima Power Equipment Operators- Undergraund Yo Yo Pay Dozer $49.90 7A 1T 8P Sewer Et Water Yakima Power Line Clearance Tree Journey Level In�Charge $41.04 5A.. 4A, Trimmers Yakima Power Line Clearance Tree Spray Person $38.98 5A 4A Trimmers Yakima' Power Line Clearance:Tree Tree Equipment ,.,' : a:,; Operator -.. '. $41.04 .;.,'. 5A — Trimmers' :`.. .:•• ......: ::.... Yakima Power Line Clearance Tree Tree Trimmer $36.75 5A 4A Trimmers Yakima. Power Line Clearance Tree Tree Trimmer." Groundperson , , $27.80 5A 4A-, Trimmers . Yakima Refrigeration Et Air Conditioning Mechanics Journey Level $28.11 1 Yakima. Residential Brick'Mason Journey Level $29.00 Yakima Residential Carpenters Journey Level $17.14 1 Yakima; Residential Cement Masons Journey Level : $11.86 1 .. . Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers . ,; Journey Level ,:' $22.43 61, 1B Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima; Residential Laborers Journey Level,;. $11.02 1 .; Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey•Level, $16.32. 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Journey Level $28.11 1 Air Conditioning Mechanics Yakima Residential Sheet Metal Journey Level $35.30 5A 111 Workers 206 1�, 1 1 [I Fi F1 I ' 1 J 1 1 1 Yakima " :. Re sidenf'ial:Soft Floor' Journe .Level' Y. 17.55 :1 Yakima Residential Sprinkler Fitters Journey Level $8.67 1 (Fire Protection) '9 " «'Y"�`:M idc: Yaklmaa , :.., %,,,.; :,. - - Residential5t`6ne Masons' Level':: s p" "z•: ' ° :. - .. ,Journe >' Yakima Residential Terrazzo Journey Level $8.67 1 Workers Yakima-''' Residential'Ter.razzo /Tile'' -Journe '�A;'` .'' %Sr, - Level,•' ..st {. $17.00 �'( .1, -, Finishers -77 ^ d. .^i„ :;- .,,...,. ...v. ,' f• ., .. .. ..... «... .E' 7. :s'...... -vyY;. .. . -:''• .'.. :: :.'. I.` - •a'� °S ". La`'..h^.7 ..R. s: Yakima Residential Tile Setters Journey Level $16.78 1 £r', Journe Level;` Y - ": Yakima Sheet Metal Workers Journey Level $48.61 5A 1X Y 1 ak ma;. hl i i S pbu ld nQ; & >Ship Repair:a =,„ �;, y;; Journe leyeh r $8.6Z ft° Y Yakima Sign Makers Ft Installers Journey Level $14.65 1 (Electrical) Yakima -: SignMakeesiEt;lnstalle'rs'.' Journe ", Level_;.M. <- °,: }s:. 14:65 z.- -µsK� x:. :::��.: .= f ^, - Wier: ': s.- ,.r.,.r.',1; `'rnfa Z:; •::...�° . ^f.' '�`,:. �;�`... xd:.. - .!,•i';, ::i?i El ^4 Non.:eetrical' .r,,. Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima; °:.: Solar" Controls: =For Windows: >JoL :, ey.Level, $8:67:` Yakima .. Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) Yakima.'. ,.. StagesRiggmg Mechanic .: �.;. s ': , Journey Level .3.,, :: 'Non:`Structural• -�"• Yakima Stone Masons Journey Level $40.03 5A 1 M 5treet:AndPark inLot J ourhey.LeveY $8.6Z -` y S we r.E .d, Yakima Surveyors Assistant Construction $49.48 7A 1T 8P Site Surveyor Yakima; : Surveyors:' ' <;' Chainman ' $48.46 %7A ; .. ' ;`. s' 1'T:' ';r?1.' ;. 8P , ., , . :: : Yakima Surveyors Construction Site $50.39 7A 1T 8P Surveyor Yakima'.. 'Telecommunication`::.: r Jou ne Level Y 20.00 T° -Mini" clans Yakima Telephone Line Cable Splicer $32.27 5A 2B Construction - Outside Yakima,":' Telephone 'iihe„ ; :: Hole Digger /Ground.;.; ".. .$18..10.;.',.5_A < 23 .,;'.,,.:;' Construction: '.Outside Person Yakima Telephone Line Installer (Repairer) $30.94 5A 2B Construction - Outside Yakiriia ; 's Telephone Line', ` Special Aparatus' '. $32,27 . 5A' ::,; 2B Construction•- t '0utside' Ins`ta((er "'I Yakima Telephone Line Special Apparatus $31.62 5A 2B Construction - Outside Installer II Yakima`':° Tete Zone :Lih' e =: Tel`e hone E uir``m'ent` P q P. 32.27 - ,., Construction- ,Outside :. ' x: r. ;! 0 Ora Heavy Yakima Telephone Line Telephone Equipment $30.02 5A 2B Construction - Outside Operator (Light) 207 Yakima`, Telephone Line Construction - Outside Telephone Lineperson $30.02 5A' 2B Yakima Telephone Line Construction - Outside Television Groundperson $17.18 5A 2B Yakima, Telephone Line Construction - Outside Television Lineperson /Installer $22.73 5A:, ' 2B Yakima Telephone Line Construction - Outside Television System Technician $27.09 5A 2B Y a kim 6 , IT61ephone Line. - „ Construction - Outside.: , Television "Technician - $24.35 '. : 5A ::.,; •;, ".,`.,, ` 2B ~-,, . :• :,.:..w. " Yakima Telephone Line Construction - Outside Tree Trimmer $30.02 5A 2B Yakima `: ` Terrazzo Workers Journey Level : $31.90 "'':'; " 5A: `. ;;. ';;.'`.::.1 M: " Yakima Tile Setters Journey Level $31.90 5A 1M Yakima Tile Marble Et Terrazzo: Journey Level $27.82 5A--,' 1M Finishers Yakima Traffic Control Stripers Journey Level $39.40 7A 1K Yakima' Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa -760) $36.10 61 2G Yakima ;. Truck Drivers Dump Truck(c.wa -760)" $36.10 61, , ;:.. -_,,",2G ." Yakima Truck Drivers Mixer Trucks $36.10 61 2G Yakima Truck'Drivers Other Trucks(c.we 760) " $36.10 "s', 61 " -.. 2G` ° "" Yakima Well Drillers Et Irrigation Irrigation Pump Installer $25.44 1 Pump Installers Yakima Well Drillers Et Irrigation Oiler $9.20 1 " Pump Installers Yakima Well Drillers Et Irrigation Well Driller $18.00 1 Pump Installers t t i 1 Washington State Dept of Labor & Industries Yakima County Washington Wage Rates Effective date 9 -20 -2010 See this web page for rates: ' https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx W: r, 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non- ' standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW ' 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. r5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW ' 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the ' work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for ' determinations of covered and non - covered workers shall be directed to State L &I at (360) 902- 5330. 1 t - Supplemental To Wage Rates WSDOT's Predetermined List for Suppliers - Manufactures - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non - standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 ductile iron. The cast grate may be grade 70 -36 steel or grade 80 -55 -06 ductile iron. See Std. Plan B -2, B -2a, and B -2b. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. Supplemental To Wage Rates C] t i 1 1 1 1 1 1 1 1 1 1 Supplemental To Wage Rates 1 3 ITEM DESCRIPTION YES NO 7. Corrugated Aluminum Pipe - Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X ' mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., X for bridges. ' 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. ' 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth X in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). M 13. Concrete Piling—Precast-Prestressed concrete piling for 9 P 9 X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. ' 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 1 -- Supplemental To Wage Rates 1 3 ITEM DESCRIPTION YES NO 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. a EI 0 Supplemental To Wage Rates 4 FA r. 1 1 J 1 ITEM DESCRIPTION YES NO 25. Reinforced Earth Wall Panels - Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 29. Prestressed Concrete Girder Series 4 -14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 31. Prestressed Precast Hollow -Core Slab - Precast X Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. Supplemental To Wage Rates 5 ITEM DESCRIPTION YES NO 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. 33. Monument Case and Cover- To meet AASHTO -M -105 class X 30 gray iron casting. See Std. Plan H -7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G -8. Shop drawings for approval are to be provided prior to fabrication. 11 Supplemental To Wage Rates , 38. Light Standard - Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated ' to conform with methods and materials as specified on Std. Plan J -1, J -1 a, and J -1 b. See Special Provisions for pre- approved drawings. ' Supplemental To Wage Rates IJ ' ITEM DESCRIPTION 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and /or street signal systems. Standards ' to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre- approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. YES NO X 1 Supplemental To Wage Rates 7 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X ' - 44. Guardrail components X X custom standard ' end sect. sect. ' 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by tWAC 296- 127 -018 47. Fiber fabrics X ' 48. Electrical wiring /components X 49. treated or untreated timber piles X 1 Supplemental To Wage Rates 7 ITEM DESCRIPTION 50. Girder pads (elastomeric bearing) YES NO X 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental To Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, 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. METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Supplemental To Wage Rates 1 0 Counties Covered: ADAMS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $14.47 1 PAINTER $10.20 1 WELDER $13.71 1 Counties Covered: ASOTIN FITTER $16.06 1 FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR . $19.00 1 PAINTER $10.20 1 WELDER $13.04 1 Counties Covered: BENTON FITTER $12.93 1 LABORER $13.50 1 LAYEROUT $13.75 1 MACHINE OPERATOR $18.12 1 PAINTER $12.70 1 WELDER $16.26 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $13.05 1 LAYEROUT $21.01 1 MACHINE OPERATOR $13.05 1 PAINTER $15.66 1 WELDER $17.80 1 Supplemental To Wage Rates 1 0 METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: CLALLAM FITTER/WELDER $15.16 1 LABORER $9.50 1 MACHINE OPERATOR $26.90 1 PAINTER $11.41 1 MACHINE OPERATOR Counties Covered: $16.54 1 PAINTER CLARK $10.20 1 FITTER $25.84 1 LABORER $17.56 1 LAYEROUT $27.46 1 MACHINE OPERATOR $27.12 1 PAINTER $23.66 1 WELDER $25.24 1 WELDER Counties Covered: $26.15 1 COLUMBIA, FERRY, GARFIELD, KITTITAS, LINCOLN, PEND OREILLE AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: COWLITZ FITTER LABORER MACHINE OPERATOR WELDER $24.46 1B 6V $17.46 1 $24.46 1B 6V $24.46 1B 6V Supplemental To Wage Rates 10 Counties Covered: DOUGLAS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $16.54 1 PAINTER $10.20 1 Counties Covered: FRANKLIN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $26.15 1 Supplemental To Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $7.93 1 Counties Covered: GRAYS HARBOR AND MASON FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: ISLAND FITTERM/ELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $12.59 1 PAINTER $11.41 1 Counties Covered: JEFFERSON FITTER/WELDER $20.00 1 LABORER $9.58 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 WELDER $20.00 1 Counties Covered: KING FITTER $24.94 1 LABORER $25.45 1 LAYEROUT $37.15 1 MACHINE OPERATOR $30.96 1 PAINTER $25.15 1 WELDER $30.12 1 Counties Covered: KITSAP FITTER $30.85 1 LABORER $7.93 1 LAYEROUT $47.37 1 MACHINE OPERATOR $35.79 1 WELDER $13.83 1 Supplemental To Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: KLICKITAT FITTER/WELDER $20.00 1 LABORER $20.00 1 MACHINE OPERATOR $20.00 1 PAINTER $20.00 1 Counties Covered: LEWIS FITTER $20.58 1 LABORER $10.00 1 MACHINE OPERATOR $25.21 1 PAINTER $9.72 1 WELDER $15.48 1 Counties Covered: OKANOGAN FITTERIWELDER $12.76 1 LABORER $9.00 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.98 1 Counties Covered: PACIFIC FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $15.00 1 PAINTER $11.41 1 WELDER $15.00 1 Counties Covered: PIERCE FITTER $47.19 1 LABORER $28.96 1 LAYEROUT $47.89 1 MACHINE OPERATOR $27.80 1 PAINTER $30.22 1 WELDER $30.22 1 Counties Covered: SANJUAN FITTERIWELDER $20.00 1 LABORER $20.00 1 MACHINE OPERATOR $20.00 1 PAINTER $20.00 1 Supplemental To Wage Rates 12 METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: SKAGIT FITTERIWELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $18.12 1 PAINTER $11.41 1 Counties Covered: SKAMANIA AND WAHKIAKUM FITTERMELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: SNOHOMISH FITTER $30.64 1 FITTER/WELDER $37.31 1 LABORER $30.61 1 LAYEROUT $31.77 1 MACHINE OPERATOR $28.84 1 PAINTER $11.10 1 WELDER $49.02 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $9.02 1 LAYEROUT $17.93 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $14.77 1 Counties Covered: STEVENS FITTERIWELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $11.37 1 WELDER $10.00 1 Counties Covered: THURSTON FITTER $24.88 1A 6T LABORER $16.61 1A 6T LAYEROUT $26.95 1A 6T MACHINE OPERATOR $22.81 1A 6T WELDER $19.72 1A 6T Supplemental To Wage Rates 13 METAL FABRICATION (IN SHOP) EFFECTIVE 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Supplemental To Wage Rates 14 Counties Covered: WALLA WALLA FITTER/WELDER $14.90 1 LABORER $14.09 1 MACHINE OPERATOR $13.00 1 PAINTER $17.21 1 WELDER $14.90 1 Counties Covered: WHATCOM FITTER $43.12 1 FITTER/WELDER $25.66 1 LABORER $9.00 1 MACHINE OPERATOR $28.14 1 PAINTER $15.57 1 WELDER $24.48 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $9.80 1 LAYEROUT $37.42 1 MACHINE OPERATOR $14.59 1 PAINTER $12.46 1 WELDER $15.71 1 Supplemental To Wage Rates 14 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08 -31 -07 (See Benefit Code Key) Over PREVAILING Time Holiday WAGE Code Code Classification Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $12.70 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Supplemental To Wage Rates 15 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08 -31 -07 (See Benefit Code Key) Classification Code Counties Covered: YAKIMA CRAFTSMAN LABORER Over PREVAILING Time Holiday WAGE Code Code $8.65 1 $7.93 1 Supplemental To Wage Rates 16 ' WSDOT's List of State Occupation not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. ' The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. ' Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers - Underground Sewer & Water ' • Machinists (Hydroelectric Site Work) • Modular Buildings Playground & Park Equipment Installers ' • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES '* Sign Makers and Installers (Non - Electrical) ' • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products ' • Metal Fabrication (in Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. ' Supplemental to Wage Rates 17 Washington State Department of Labor and Industries ' 9 p Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) ' The following two letters from the State Department of Labor and Industries (State L &I) dated ' August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR ' MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. , Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296 -127- 018 for the production and /or delivery of materials to a public works contract will be found under ' the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental to Wage Rates 18 1 ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296- 127 -018 This memo is intended to provide greater clarity regarding the application of WAC 296- 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. I Supplemental to Wage Rates pp 9 1 19 f S'lw7 ^E' 6 - :a STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296- 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296- 127 -018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296- 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates t 20 � BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 * a********* a*** r**s** �** �•..*«******** at* s**:** rs** a* xr*..** r****** s* t** r** �.*********** a *■ * *a *. :. *� * * * * * *. : *:s * :. « + * + :. 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 FORTHE 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. 1 P ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY S14ALL BE PAID AT THREE TIMES THE HOURLY RATE ' OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES ' THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE ' HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY ' RATE OF WAGE. 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. tN. 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. BENEFIT CODE KEY- EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -2- 0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES TITS 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, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO "TIMES TIE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR 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. t BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -3- t 1. 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. ' B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ' WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN t ADDITION TO THE HOLIDAY PAY. 0. 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. 2. 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. ' U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. t W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY, TEN- ' HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF t WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10% OVER THE STRAIGHT TIME ' RATE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 13ENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -4- 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT I ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED 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 MONDAY TI- IROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER "THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). H. HOLIDAYS: NEW YEAR'S 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). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. r7. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE ' LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID HOLIDAYS: PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -5- 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). t 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ' E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 1/2). tF. 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 YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (I1). ' H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). ' I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ' 6. 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. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). ' Z HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. r7. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE ' LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID HOLIDAYS: PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -6- F. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. HOLIDAYS: NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. HOLIDAYS: NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. K. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. M. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. N. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY. 0. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY. 11). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY, IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. C r 8. 8. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -7- NOTE CODES A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220'- $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'- $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'- DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15) MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID. PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Kiwanis Park Ballfields Phase 3 City Project No. 2212 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 209 0 T N ITEM PROPOSAL BID SHEET City of Yakima Kowanis Park Balif°selds Phase 3 City Project No. 2212 STEM PROPOSAL ITEM UNIT PRICE : AMOUNT NO PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS (D %9.2D G 79• 1 -07.15 2 MOBILIZATION 1 LS %5�7• D 13Sl 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 509, Ll SD9,y0 - 4 ROADSIDE CLEANUP 1 FA 2 -01.5 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS - 2 -02.5 g 3 6. 6 EMBANKMENT COMPACTION 15 CY 2 -03.5 7 FIELD EXCAVATION INCL. HAUL 250 CY a4.3$ �. 2 -03.5 8 CRUSHED SURFACING BASE COURSE 2275 TON 4 -04.5 9 POROUS ASPHALT PAVEMENT 985 TON 5 -04.5 3• L SHALLOW SAMPLING MANHOLE i0 7 -05.5 1 EACH iB,G$ ;7j� .s,La CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 11 7 -08.5 555 TON �S, L) 7 12 SHORING OR EXTRA EXCAVATION CLASS B 150 LF 7 -08.5 13 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 250 CY 7 -08.5 q, 04 RQS^Y-. PEX PIPE FOR WATER MAIN 1 -114 IN. DIAM 14 7 -09.5 325 LF ��. - 15 HDPE, 2" 315 LF 7-17.5 16 GRINDER PUMP ` f4 7 -17.5 1 EACH 41-64 17 17 SIDE SEWER CONNECTION 1 EACH a�3 ©• r pZg3D -. 7 -18.5 211 ►6t Z � tf4 � (lip Z� P 18 SEWER CLEANOUT 1 EACH 7 -19.5 /875:/,2 /879.1 19 REPAIR SILT FENCE 650 LF Z•'j GZ f 8 -01.5 y 20 TOP COURSE SAND 540 CY 34.5!0 Iz t 8 -D2.5 21 WARNING TRACK 8 -02.5 185 CY 136.18 ,Z3j 083• BASE COURSE SAND Ym 22 8 -02.5 1085 CY 1 41.32 23 SAND MIX 3300 CY 37 92 8 -02.5 24 INFIELD CONDITIONER 15 TON 7(Q4, /Q /!� 'y(o /•� 8-02.5 25 SEEDED LAWN INSTALLATION 11900 SY 1�Q? _ 8 -02.5 . &.j 26 CEMENT CONCRETE TRAFFIC CURB 700 LF 8 -04.5 f, L) - 27 CEMENT CONCRETE EDGING 25 CY 8 -04.5 -763,- 7, 75; -- 28 CEMENT CONCRETE BLEACHER SLAB 30 CY 8 -04.5 29 COMMERCIAL DRIVEWAY APPROACH 1 EACH 8 -06.5 30 MANUFACTURED WHEEL STOP 4 EACH 8 -07.5 7 3. SS o? y, 3Z 6' FENCE ? 31 8 -12.5 2525 LF F2 8' FENCE 50 LF Z ?5( 8 -12.5 b2 . 33 12' MAINTENANCE GATE 3 EACH Mz 8 -12.5 /$ 02�• 34 42" PEDESTRIAN GATE 3 EACH 37 8 -12.5 35 20' SLIDING GATE ENTRANCE 1 EACH II Vb 6.30 //ym, 8 -12.5 36 6' PLAZA GATE 2 EACH 8 -12.5 /a9y.y3 as$8.8� 37 BACKSTOPMING FENCE 3 EACH in %ID% A41 3D1 8 -12.5 38 DUGOUT 8 -12.5 6 EACH p /to, eJ�• `%$� /%3•s 39 BASE INSTILLATION 12 EACH X37• -A ai952.4 8 -12.5 40 CEMENT CONCRETE SIDEWALK 35 SY if 3, oZ 7 /SOS. 8 -14.5 212 tP a 3 Q -41 FIELD LIGHTING 1 LS M 7-4q -- 3C:>'21 8 -20.5 42 SITE ELECTRICAL 1 LS 8 -20.5 43 PERMANENT SIGNING 1 LS %4Qlyfb 1L 1//. ift 8 -21.5 l44 PAINT LINE 3000 LF ' �� 8 -22.5 45 PAINTED ACCESS PARKING SPACE SYMBOL WITH BACKGROUND 4 EACH 8 -22.5 46 RETAINING WALL 1 LS )9/7 85, Ab 8 -24.5 1 TOTAL % 27in , L. 2- 88 TZ�,TX, �,- _ fll 27tf, 102, 70 213 Bond No. T -179 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount Is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL -MEN BY THESE PRESENTS: That we, Stephens & Sons Construction, Inc. ' 35 principal, and Travelers ty an Surety Company of . America , as Surety, are held and firmly, bound unto the City of Yakima, as Obligee, In the penal sum of Five percent of total • bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally; by these, presents. The condition of this obligation Is such that if the Obligee shall ma{,� any award to the Principal 22' forKiwanis Park Ballfields Phase 3 Project No. 12 ' , 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 fqr the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 12th OF 2011 Stephens & Sons g Construction, Inc. — Travelers Casualty and ' Surety Company of America 020 Received return of deposit in the sum of $ IS INVALID WITHOUT THE RED Aaw POWER OF ATTORNEY TRAVELERSJ 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 St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 221 140 Certificate No. 003722673 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 Companies do hereby make, constitute and appoint Christine V. Felicetty, N. B. Fix, R. A. Fix, Myung S. Fix, and Chris A. Fix of the City of Seattle , State of Washington , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of June 2010 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 14th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company G�SUA F \FE U6 �'W IM$G� j•p� NSUq y p�TV Aryl r.{� frL � ��P Q�. RPOR � Jf GJ:' 9,`�, UgJ SLq •�1116>iI1BRY tn��YY• ..YJ z �t 1951 �. �'• SEAL SEAL State %y`�ctK'��D �i *� g~sVt N��c v1s...AN�J'rf o•1.... :aa° 'sd yet "'if ",�•+' `V/,� 8`' State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 14th day of June 2010 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, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.Tfr In Witness Whereof, I hereunto set my hand and official seal. 0, My Commission expires the 30th day of June, 2011. AlIBL \G {� Marie C. Tetreault, Notary Public �s 58440 -4 -09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is it 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 /41 7-11 day of 20 Kori M. Johann Assistant Secretary ...- -,•... coo Qyltiv c��Jr•N/�ro'',� �rom..� Es" � 1♦7� w"V„rMV11tb > �a E 19Jr EASBAL �'/ T� x�L;,, Nn t fS . AN'��� >1. •. : ads ' b +�r ♦ +a�� lA1J d�+ To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbotid.coni. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I 1 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the 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. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071 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 t 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� 217 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. ''(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. ''(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 218 t t SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. ' If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name (_�6,ai fl Item Numbers 4o4 7, /Q , 020, Subcontractor Name 9,01-fif t o� ' Item Numbers /D, /40 l Z _/3! , Z(w tSubcontractor Name ELI /S'1 Item Numbers c6/, d 2 4 JR2 �, 94 37, 340 Subcontractor Name W f /e44y G ' Item Numbers 'eV/ 0 y z Subcontractor Name tt)/ 1'6 rMj �OI7 ' Item Numbers �?1 -a %-29 oZ9, V 4p /V W Bid Items to be performed by the Prime Contractor: ' Prime Contractor Name. LV w zens Item Numbers —�' 2_ 3 y &ff � c39A V40P !4W, ' 219 ' 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. r 221 RESOLUTION NO. D — 4 8 16 A RESOLUTION adopting a "Women And tinority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with.Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. �LQQ ADOPTED BY THE CITY COUNCIL this. day of 1983. ATTEST: 7 ("_ , . City Clerk 222 A^ fv%A otl� A Mayor AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects ' subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. ' Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action ' directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: ' a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. ' b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If ' 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. t c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or ' woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those ' funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by ' including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 223 t f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 224 t BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Stepp —& Sans Constructs on, Inc certifies that: (BIDDER) 1. It intends to-use the following listed construction trades in the work under the contract i. 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: a1a&L 2 �L - a 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. re of Authonzed Kepresentative 225 m J Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. ' Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. ' Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and ' women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. 1 Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps 227 listed above and by making every good faith effort to make those steps work toward the ' attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or ' Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. 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 I the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and ' subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. , 228 PROPOSAL Kiwanis Park Ballfields Phase 3 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 approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND ® IN THE AMOUNT OF 1♦❑ DOLLARS 11 (s ) PAYABLE TO THE STATE TREASURER [D IN THE AMOUNT OF 5% OF THE BID *' Receipt is hereby acknowledged of addendum(s) No.(s) 1 2 , 3 & 4 SIG�t IA OF HORI ED OFFi fAL(s) 5�G Q�GpOS�� RPninmi n Std hens , President FIRM NAME Stephens & Sons Construction Inc. (ADRESS) 417 South 51st Avenue 509 - 457 -6426 Yakima, WA 98908 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER STEPHSC991R1 N ote: FEDERAL ID No. 18 J 0 10 1 01 0 10 12 14 1 2 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 175836 00 7 (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 229 KP3 -2212 L 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 for trades other than those listed in the first and second paragraphs WILL NOT render the bid non - responsive. 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. 231 Z m LU J w 0 LONGITUDINAL BUFFER SPACE - B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH B (FEET) 55 85 120 170 270 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 35/45 So 60 25/30 20 40 q q W20.1 ROAD WORK W2aa AHEAD ONE LANE ROAD AHEAD ROADEND G20-2A WORK N I N 0 ° ® WORK AREA ® 0 6 ® 1 N 0 sIiV SIGN SPACING - X RURAL ROADS 45155 MPH 500' t RURAL ROADS 6 URBAN ARTERIALS 35140 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25130 MPH 2W± RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' t ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND DRIVEWAYS. B RI -2 � RNV W3-2 ONE LANE rD1n ROAD AHEAD R1 -2a v am ONCOMINB IAAFFIC NA)L is x x x LEGEND DI SIGN LOCATION CHANNEU23NG DEVICES ® BARRICADE -TYPE 3 L A FLASHING WARNING LIGHT ;i R N N NOTES 1. This plan is Intended for use on roadways when traffic volumes create sufficient gaps for motor vehicles to yield. 2. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark Channel12Jng Devices at night 3. Adequate sight distance shall be provided for drivers to am opposing traffic, otherwise use flaggers and/or Temporary Signal. 4. Extend Channelizing Device taper across shoulder - recommended. 5. Post mount signs when in place for 3 days or longer. 6. For speed limit 35 mph or higher replace W1 -3R with W14R. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 8. Consider using a PCMS for additional advance warning. Wrzo-t ROAD WORK AHEAD q END G20-2A ROAD WORK N FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES Q y� k� .� ¢• k5k �Tyk3a' � 8 25335 jO 70NAL 3Jim EXPIRES AUGUST 9. 20091 ii LANE CLOSURE WITHOUT FLAGGERS LOW VOLUME ROAD STANDARD PLAN K- 20.20 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakadch /1/ 10 -12-07 RATE 00gM BgIM ®1 MtE Z W m z m a z w W m J ENO ROAD WORK G20-2A OR 25 DOWNSTREAM TAPER 35 TO SHOW END OF WORK 4, AREA - SEE NOTE 5 X \ o 60 + BE p PREPARED TO STOP I W20-7B - OPTIONAL IF POSTED NE LANE SPEED 40 MPH OR LESS O p ROAD AHEAD W204 ROAD \\ \\ WORK AHEAD wzal LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 65 LENGTH B (FEET) 155 200 250 305 360 425 495 570 1 645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- 100' x (2) FACTURER RECOMMENDATION) O1 ROLL AHEAD STOPPING DISTANCE a 30 FEET MIN. (DRY PAVEMENT ASSUMED) h • V20-7B - OPTIONAL IF POSTED BE SPEED 40 MPH OR LESS q PREPARED + TO STOP 9 ROAD + AHEAD W20-1 ROAD 9 + WORK AHEAD NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Aftenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channelizing Device taper across shoulder - recommended. 4. Sign sequence Is the same for both directions of travel on the roadway. 5. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) LEGEND BW t RURAL ROADS 45 / 55 MPH 500`1 FLAGGING STATION q SIGN LOCATION D o D CHANNELJZING DEVICES 100' x (2) PROTECTIVE VEHICLE - RECOMMENDED NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Aftenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channelizing Device taper across shoulder - recommended. 4. Sign sequence Is the same for both directions of travel on the roadway. 5. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) RURAL HIGHWAYS 50 / 65 MPH BW t RURAL ROADS 45 / 55 MPH 500`1 RURAL ROADS & URBAN ARTERIALS 35140 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL A BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' x (2) ALL SIGNS ARE BIACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FTr ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES o4E J. TR�A 04 WASy7�T9�� E ff BOA *'#6 25335 QO � rS \� c/gs,O i MAL EXPIRES AUGUST 9. 2007 @ZF LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K- 20.40 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02 -15-07 •ure mG -agnFa rvre "��j�" wm1A,pw S - D'°� d''°op'bllm z N m z J W O �r m mm m m m mom mm SIGN SPACING = X (1) RURAL ROADS 45/55 MPH SW i RURAL ROADS & URBAN ARTERIALS 35 140 MPH 35U 4 RURAL ROADS, URBAN ARTERIALS. 25 130 MPH 200' Y (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. SEE NOTE 1 LEGEND N SIGN LOCATION NOTES 1. The sign shown is not required in the following cases: the work space is behind a barrier, or more than 2' behind the curb, or more than 15' from the edge of a roadway. 2. For sign size, refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES RE J. TRH OP WASy2��yi BOA ,PB 25335 0O R O ISTeQ ♦i Ss'ONAL EXPIRES AUGUST 9, 2007 Y S a F WORK BEYOND THE SHOULDER STANDARD PLAN K- 40.80 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 RATE OFMM ENGINEER MlE %/ WmhiRpleN Slab Wpmlmw'1d Tnavparblbn SIDEWALK RAMP 4'- 0• MIN. CEMENT SIDEWALK RAMP V - 0• MIN. CONCRETE SIDEWALK T OF STALL ! R7-001 nI 2'- 0" 4• WIDE• YELLOW D FACE OF CURB PANT LINES �y 5 4• WIDE, WHITE PANT LINE (TYP.) W �. z Q r -p w 8'- O'MIN. SI8'- 0" MIN. I B'- O'MIN.I LL iii iii rt OF STALL R7 R7A01 A01A R7A01 2'- 0• y (TYP-) 4• WIDE, YELLOW y PANT LINES IS PI r -0 4' -0• I 8'-0•MIN. V- 0•MIN. 8'-0' 8'- 0•MIN.�'- 0•MIN. I SIDEWALK RAMP 6 ACCESS ZONE 4' - 0" MIN. OF STALL I I FACE 4• WIDE, YELLOW OF PANT LINES /4,a_ CURB � a b �. 1• WIDE, WHITE • PANT LINE (TYP.) 8' 8• 8' R 1 4 r 8•R r -0• SEE DETAIL A or 4' -2'R 8'- (• MIN . S -0• 8'- 0•MIN. V- 0•MIN. DETAIL A g _ 0 PLAN PLAN PLAN ALTERNATIVE PARKING STALL MARKINGS o ONE ACCESSIBLE STALL TWO ACCESSIBLE STALLS USE ONLY WHEN SPECIFIED IN THE CONTRACT 90• PARKING STALL ARRANGEMENT 110• PARKING STALL ARRANGEMENT NOTES IV. o• MIN. 4 - o• MIN. 1. Three, four and five accessible Stall arrangements may be either 60° (angled) (per- CONCRETE CEMENT 9 y ( gad) Of 90° !- CONCRETE pendicular) parking arrangements. See Contract SIDEWALK RAMP SIDEWALK SIDEWALK RAMP R7-001 2. An Access Parking Space Symbol is required for each accessible parking stall. A blue R7A01 R7.801A R7.80t background and white border are required when the symbol is Installed on a cement oon- r_ crate surface. (TYP.) 3. All accessible stalls shall have wheel stops. Place wheel stops in other stalls when speci- ® fled in the contract Wheel stops shall be approtdmately 6" high and a minimum of 6' long. so Q eo � 2% FACE OF FACE o \ r 4. Refer to the Standard Plans for sidewalk ramp, detectable warning pattern, and curb details. \ 4• WIDE, YELLOW / /'\ CURB OF CURB /�0• b PANT LINES \ 4• WIDE, WHITE _� / \` b PANT LINE (TYP.) LEGEND n 4• WIDE, YELLOW PANT LINES As r R7AOt Reserved Parking Sign and post d with R 1A Plaque, if indicated �E J• TR d (See Sign Fabrication Manua O� STALL of WASy� K� 'CQ' r I" (SEE TABLE) ' 1 g ,d S 6 ,�TM x ��N• A,d Access Parking Space Symbol e' - to• e� �1 , dl e - , 81-01 ' -IT x d S - cr 10, _ 5• (SEE TABLE) 6 d tS " 6 d �Ot� ® Manufactured wheel atop Detectable Wing Pt � oPLAN IV -0" tr -s PLAN ONE ACCESSIBLE STALL 12'- � p o qP 25775 �o gli 80• PARKING STALL ARRANGEMENT (r 13' - 10• T6WO.OPARKIN ACCESSIBLE ME If/ ONAL a @ 2 -0• 7 -0• 4'- 0•MIN. r -0' SIDEWALK RAMP 4'- 0•MIN. EXPIRES AUGUST 9, 2009lil AZI -� —� PARKING SPACE LAYOUTS b STANDARD PLAN M- 17.10 -02 SHEET 1 OF t SHEET V -cr IF - D• TYP. b, b, 4►_ b, 4�_ b, TYP, q, b, b, yam_ qp APPROVED FOR PUBLICATION V i! V CJ d�V GJGi�I Pasco Bakodch 111 07 -03 -08 mATe oEeax e1WNFFR are T mMnpbn SM D.pmlmw�t d Trmupwft Non THREE ACCESSIBLE STALLS FOUR ACCESSIBLE STALLS 6� FIVE ACCESSIBLE STALLS -„ w R7 -801 11/97 C D I i //'- L B A B C I D 7. RESERVE PARKIN STATE DISABLED PARKIN PERMIT REQUIRE I F= E H E I K K 300 1 450 10 F 50C H 25 F 19 150 38 A DIMENSIONS (MILLIMETERS) A B C I D I E I F= G H I J I K L 300 1 450 10 16 50C 19C 25 13 19 150 38 DIMENSIONS (INCHES) A B C D E F G H J I K I L 12 1 18 3/8 5/8 2C 3/4C 1 1 1/2 COLORS LEGEND - GREEN (REFL) SYMBOL - BLUE (REFL) BACKGROUND - WHITE (REFL) B R7 -801A 11/97 C D VAN ACCESSIBLE A DIMENSIONS (MILLIMETERS) A I B C D E F G 300 150 9 9 38D 25D 38 450 225 16 16 50D 38D 38 DIMENSIONS (MILLIMETERS) A B C D E F G 12 6 3/8 3/8 1 1/2D I D 1 1/2 18 9 5/8 518 2D 1 1/2D COLORS le E F REGULATORY (COLORS MAY BE REVERSED) DIRECTIONAL LEGEND - GREEN OR BLACK (NON -REFL) LEGEND - WHITE (REFL) BACKGROUND - WHITE (REFL) BACKGROUND - BLUE (REFL) R6 -1 L / R 5/06 0 E G R6 -1 L 0 J�CI NE WAIII V K C L� I` A R6 -1 R 7k See appendix for standard arrow details B I DIMENSIONS (MILLIMETERS) A B C D E F G H J K L M 900 300 775 13 131 100D 84 50 31 75 50 38 1350 450 1125 25 175 125D 138 75 100 125 100 47 DIMENSIONS (INCHES) A B C D E F G H J K L M 36 12 31 1/2 5 1/4 1 4D 13 3/8 2 1 1/4 3 2 1 1/2 54 1 18 1 45 1 1 1 3 1 5D 15 1/2 3 1 4 1 5 4 11 7/8 COLORS LEGEND — BLACK (NON -REFL) ARROW & BORDER — WHITE (REFL) BACKGROUND — BLACK (NON -REFL) PLUG OR CAP 45" AS REQUIRED TYI SECTION A -A ' �ov..51 City Of Yakima City of Yakima - Standard Detail Engineering Division SIDE SEWER CONNECTION S5 129 North Second Street ' •' • NOT TO SCALE +• Yakima, Washington Revision 05 -2010 NOTES 1. SIDE SEWER CONNECTIONS NEW SANITARY SEWER MAINS SHALL BE MADE WITH TEES OR WYES AS DIRECTED. ALL CONNECTIONS TO SANITARY THE STUBS AND EXISTING SEWER MAINS SHALL BE MADE WITH "RIGID SEWER MAIN TYPE" COUPLERS. ANY DEVIATIONS FROM THIS SHALL BE APPROVED SIDE SEWER BY THE CITY ENGINEER PRIOR TO USE.. 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. 3. ALL SIDE SEWER MATERIALS SHALL BE PVC SEWER PIPE TEE -WYE (STD) CONFORMING TO THE REQUIREMENTS OF SECTION 7 -18.2 OF THE STANDARD SPECIFICATIONS. Z A 4. TERMINATE SIDE SEWER AT R/W LINE UNLESS OTHERWISE 5. DIRECTED BY THE ENGINEER OR OTHERWISE ON PLANS. MINIMUM SLOPES ARE AS FOLLOWS: 4" DIA. PIPE = 0.02 ft/ft 6" DIA. PIPE = 0.01 ft/ft 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED VWYE(ASREQUIRED) SURFACING TOP COURSE FULL DEPTH AS DIRECTED BY THE ENGINEER. 7. BACKFLOW PREVENTER REQUIRED ON ALL CONNECTIONS z PLAN VIEW J F 18" #4 REBAR BURIED 6 " -12" MIN SLOPE - SEE NOTE WI BELOW FINISH GRADE TIED MARKER TAPE _ LqQ Z OBSTRUCTION TEE -WYE IN THIS AREA 0 \ 22 1/2° OR 45° BENDS 221j2 DETECTABLE MARKER TAPE AS REQUIRED MIN SLOPE - _SEE NOTE PER STD. SPECS ? PLACE 12" ABOVE ENTIRE in LENGTH OF SIDE SEWER MIN SLOPE - SEE NOTE_ CONNECTION AT OBSTRUCTION PLUG OR CAP 45" AS REQUIRED TYI SECTION A -A ' �ov..51 City Of Yakima City of Yakima - Standard Detail Engineering Division SIDE SEWER CONNECTION S5 129 North Second Street ' •' • NOT TO SCALE +• Yakima, Washington Revision 05 -2010 NOTES 1. MANHOLES SHALL BE STANDARD REINFORCED CONCRETE SECTIONS 48" I.D. x 4' -0 ". IF MORE THAN ONE SECTION IS USED, INSTALL RAMNEK AT JOINTS.NO STEPS UNLESS THE DEPTH EXCEEDS 4' AND APPROVED BY THE CITY ENGINEER. 2. INSTALL RAMNEK SEAL UNDER COVER FRAME ENTIRELY AROUND MANHOLE. 3. SAMPLIG PORT IS TO BE LOCATED WITHIN CITY RIGHT -OF -WAY AND IN A LOCATION WHERE IT CAN BE ACCESSED AT ANY TIME. 4. NO OTHER APPARATUS SHALL BE INSTALLED IN THE SAMPLING PORT MANHOLE. 5. SAMPLING PORT MANHOLE LID SHALL NOT BE OF A BOLT DOWN TYPE BUT SHALL BE CAST IRON ONLY AS APPROVED BY THE CITY ENGINEER. L 1 PLACE MANHOLE ACCESS PARALLEL TO THE SERVICE PIPE TO ALLOW — SAMPLER CLEAR ACCESS DOWN PAST THE SERVICE. SECTION A -A CAST IN PLACE BASE CL 4000 CONCRETE low B OUT TO SEWER .a b A a O J LL a SERVICE I FROM BUILDING PLAN VIEW 4" SERVICE (TYP) 4-REDUCER 8 "X8 "X8" TEE W/ THREADED CAP REDUCER a FLOW Li ten.. •n. - . °.' r ' � (O SECTION B -B Of City Of Yakima City of Yakima - Standard Detail Engineering Division SHALLOW SAMPLING MANHOLE S9 129 North Second Street �'�.,•„m +•� Yakima, Washington NOT TO SCALE Revision 2 -2009 a zw W co PRECAST " Cl) w SECTION a- Z a AREA UNDER ASSEMBLY SHALL (L w BE CLEAR SECTION A -A CAST IN PLACE BASE CL 4000 CONCRETE low B OUT TO SEWER .a b A a O J LL a SERVICE I FROM BUILDING PLAN VIEW 4" SERVICE (TYP) 4-REDUCER 8 "X8 "X8" TEE W/ THREADED CAP REDUCER a FLOW Li ten.. •n. - . °.' r ' � (O SECTION B -B Of City Of Yakima City of Yakima - Standard Detail Engineering Division SHALLOW SAMPLING MANHOLE S9 129 North Second Street �'�.,•„m +•� Yakima, Washington NOT TO SCALE Revision 2 -2009 12" # 3 BARS (TYP) NOTE JOINTS MAY BE FORMED DURING INSTALLATION USING A RIGID DIVIDER OR BETWEEN JOINTS (TYP) SAW CUT AFTER CONCRETE CURES TO 1� MINIMUM STRENGTH. 12., EXTRUDED CURB 10" 2 1/ 2 1/2" 1// 2" R — 1/2" R 1" R #3 REBAR @ 10' O.C. za CEMENT CONCRETE EXTRUDED CURB FLOW LINE 1/2" R —\ 16" R 1/2" R 19 "•R : • i .. m 13" 11" TAPER 12" TO ZERO EXPANSION JOINT � .. ; 36" CURB TERMINAL END FLOW LINE 25" 1 11" 1/2" R 1/2" R 9/16" CEMENT CONCRETE VALLEY GUTTER CEMENT CONCRETE ROLLED CURB NOTES: 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. Of �� City Of Yakima .�.. �- Y City of Yakima - Standard Detail Engineering Division .� 129 North Second Street CEMENT CONCRETE CURB R1 Yakima, Washington NOT TO SCALE Revision 11 -2008 RAISED CURBING MAY CONTINUE INTO SITE. VALLEY GUTTER FLOW LINE 0.5' CEMENT CONCRETE GUTTER MIN. 0.25' CSTC (COMPACTED DEPTH) SECTION A LMIN. 0.17' CSTC (COMPACTED DEPTH) 0.5' CEMENT CONCRETE RESIDENTIAL APPROACH NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 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 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 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. of City Of Yakima �. Engineering Division .� 129 North Second Street ' „m +•' Yakima, Washington City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCALE Revision 11 -2008 oP �� City Of Yakima Y City of Yakima - Standard Detail �. Engineering 129 North SDevision CEMENT CONCRETE SIDEWALK R5 •�'�*..;;,,,, Yakima, Washington NOT TO SCALE Revision 03 -2011 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH 7 ' U 7\ FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. ' S SIDEWALK JOINTING SEE PLANS COLD JOINT S = 0.02 ft/ft 0.33' CEMENT CONCRETE ' 0 SEE PLANS COMPACTED SUBGRADE COLD JOINT S= 0.02fUft � 4 t 4" STANDARD SECTION r 0.5 CEMENT CONCRETE ' 0 COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION NOTES ' N 1. T THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ' 2 ALTERNATING 10' INTERVALS. 3. " "V" GROOVES SHALL BE PLACED AT S INTERVALS. 4. A ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. S SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. W WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima Y City of Yakima - Standard Detail �. Engineering 129 North SDevision CEMENT CONCRETE SIDEWALK R5 •�'�*..;;,,,, Yakima, Washington NOT TO SCALE Revision 03 -2011 1 EXISTING PAVEMENT - DEPTH VARIES ' ASPHALT CONCRETE PATCH LIMITS 1.0' EXCAVATION 1.0' 10' LINE (MIN APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. .................... ..................... ...................... yl�z y� ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA ' HMA CL. 1/2" PG 64 -28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ' ASPHALT CONCRETE SURFACING ' EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE PATCH LIMITS 1.0' EXCAVATION 1.0' 1,p' LINE (MIN) . . .................. ...... i ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA ' 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING �UNSURFAIE AREAS GROUIND 7 1.0' 1 EXCAVATION 1 1.0' LINE y I+++ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ++ ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO- TEXTILE - FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. �OX City Of Yakima �. Engineering Division 129 North Second Street •��..,;,,;, +� Yakima, Washington City of Yakima - Standard Detail TYPICAL SURFACING NOT TO SCALE Revision 11 -2008 R7 I 1 a a 7' HT DUGOUT FENCE 6 GAUGE ' ,_0„ CHAINLINKI I BACKSTOP � BATRACK M f �. DUGOUT ROOF L TYP ADJOINING FIELD C WOOD ---1 TOP, MIDDLE, �`�� BACKSTOP 8e BOTTOM RAIL \�` - °� CONTINUOUS, TYP T� 5 3 5' WIDE x 7' HT PED CHAIN LINK GATE AT DUGOUT D2 2 3' WIDE x 7' HT DUGOUT OPEfJIf�lGS W/ 3'x3' PED, CHAIN 6' PLAZA GATE LINK PANELS ABOVE, TYP. D2 _, � BASE PATE - -I LAYOUT K 3' WIDE x 7' HT PFD. CHAIN LINK _ 6' FENCE D2 CATS W /3'x3' CHAT[``,! LINK DRAWING I� SYMMETRICAL PANEL ABOVF, TYP ABOUT CENTERLINE NOTES: 1. ALL FABRIC ON LOWER 10' HT. PANELS SHALL BE 6 GAUGE. DENOTES 6 GAUGE FABRIC) ALL OTHER FABRIC IS 9 GAUGE 2. ALL CHAINLINK FABRIC SHALL BE PLACED ON FIELD SIDE OF POSTS. 3, ALL VERTICAL POSTS ARE 10' ON CENTER EXCEPT AT GATE OPENINGS. 4. LENGTHS VARY, SEE SHEET S2, 5, 6' FENCING ONLY TO BE CONSTRUCTED BETWEEN FIELDS. DETAIL B — BACKSTOP /WING FENCE NOT TO SCALE wt,n,rvv „nnv nnn� „ MAItITENANCE GATE AT 6' HT. I c I u 6' SINGLESWING 1 ALL POSTS SHALL BE POWDER COATED GALVANIZED STEEL 7/8" OD GATE POST, POST CAP DOME TO FIT TYPICAL 1 5/8" OD RAIL END, TYPICAL 1 7/8" OD GATE FRAME, 9TRUSS TYPICAL 2" MESH, 9 GAUGE 2 7/8" OD COPNER /END POST ROD 6' SINGLESWING 1 ALL POSTS SHALL BE POWDER COATED GALVANIZED STEEL POST CAP DOME TO FIT 1 5/8" OD RAIL END, TYPICAL .> � d 2 7/8" OD COPNER /END POST i r.rf %7r�`., .•F` Z � - ,f TENSION BAR, TYPICAL LL h - ��f ♦, iv ' PEDESTRIAN GATE AT 6' -0" OR 7'O" FENCES PLAZA GATE MAINTENANCE ANA ,(PEDESTRIAN GATE ELEVATIONS tI �O f TO SCALE fi a A M1 C FBI —9 ilk 1911 1M56 9 0 c� i 0 0 I 0 TYPICAL NOIES c 1 ALL POSTS SHALL BE POWDER COATED GALVANIZED STEEL POST CAP DOME TO FIT 1 5/8" OD RAIL END, TYPICAL .> � d 2 7/8" OD COPNER /END POST E0 r.rf %7r�`., .•F` Z � - ,f TENSION BAR, TYPICAL LL h 5/16" x 1 1/4" CARRIAGE BOLT y— 0 n y GALVANIZED, TYPICAL C 0 � U) r•`� n E u %� - 2" MESH, 9 GAUGE OVERALL hl GREEN VINYL EXTRUDED Lu C 0 > r _ 2 7/8" TEfISION BAND, TYPICAL _W 2" CLEAR - FABRIC TO — FINISH GRADE SLOPE AWAY FROM POST CORNER /GATE POST ELEVATION NOT TO SCALE �— FABRIC SELVAGE KNUCKLED / 6" OD POST CAP DOME -1 5/8" OD TOP RAIL V nLr UMF V 111 i W - 1 11 JU 4 ALL FADPIC SHALL BE GREEN VINYL COATEIJ ELEVATION 30 FT. CHAIN LINK FENCE AT BACKSTOP NO TO SCALE 9 GAUGE OVERALL 2" MESH EXCEPT LOWER SECTION 6" DIA STD STEEL PIPE —30' TENSION BAR, TYPICAL (4) MIDDLE RAILS, 11 5/8" OD i 1 5/8" RAIL END, TYPICAL 6 GAUGE FABRIC WHERE SHOWN, SEE DETAIL "B" THIS SHEET -`1 5/8" OD BOTTOM RAIL — TE4ISIOPI BAND, TYPICAL 43 TIES @ 10' ❑ C, (3) AT TOP @ 2 1/2' ❑ C (4) I44x4` -6' VERTS M uj c O .U) .> � d Q E0 � Z � LL tU y— 0 n y o C C C 0 � U) Q n E u W CA CA W >- uj U � d Q W � Z � LL Z W M -W 0 � U) Q n u � hl Lu C 0 > _W LL 0 0 uj � d Q � Z � U' Z � n u � hl Lu 0 > Gl Od O z W , a ww cn CONSTRUCTION AREA S FAIR AVENUE w E MAPLE STREET �- ' < c w cn w O U) N < —E S 1 t_ - - � 0. v� I ANI\s' ARK O V V « E i VrrI 4 / V ^ I 1 f E 8 -AC H ST SHEET INDEX VICINITY MAP V1 w�� COO . _ SITE PLAN s1 Tlr�r; �,�r w,r y Q "` GEOMETRIC SITE PLAN S2 AIs, " DETAIL S K E ET Dl D Q FENCE D[ =TAILS D2 PARKING LOT DETAILS D3 SEWER CONNECTION Cl a m Q ELECTRICAL PLANS E1--E6 z j ;T n 1 ❑ i ° if 0 ' Q D❑ D QQ �a Q000 � QQQ uu � Q - _ - - ❑ D❑ Q j • D�❑ ❑� � QD ' QQQ , t , - • -� , _ °~ �❑ ��Q� Q Q PLAN D SCLAIMER CL o QQQ QQQ w ❑ UNDERCRC7UND FEATURES SHOWN HEREON REPRESENT w D f �� D� ���1 Q rk;aFF err a _ 11�6Fer f QQa Q DD ❑ QQ QQ ; H BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL u7 n Q U� QQ Q , LlD a❑o, ❑ �. -����� QQ QD - , Q QQ Q : � , � RECORDS Ag ND VISIBLE SURFACE EVIDEN E. THE CO NTR AC T OR w ct � IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL � ❑❑ t �Q �"Q Q QQ QQ , , ; ca O , - ❑❑l❑�Q QQ Q 'j4`A'f'; - UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL U � moo© Qu 1U� I, `; -; ' � .` �� �Qo � �� QQ Q � � : �, �, �,I Q mo � Q EXCAVATION WORfC MUST BE PROCEEDED BY NOTfFICATION TO .� Q � Q Q � - o QQQ QQQ ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE ❑ 1 ADAd l j ,l Q Qr D��3 _ QQ Q QQ Q M ,,, .,, ; • ,s - }, of NUMBER LOCATOR SERVICE,1 -8Q0 553 -4344 SHEET ❑D❑ D❑ �❑ DD DDQ Qfi =irrl)R, _ y4FIhfA ,, - { '', pppppl' IIIIIj"""IlytloIl'`,'IIII D❑ D DDDQQ DD r {()JW, r D n inn r �Q Q cp[CIiIAii l , 'I - Vi D���QCQ�o�oo�o��� ooa�o�ooa q a�oa�oo o❑D Q ❑ C� ❑ ❑ DD C � Q 4 D �ODD��Qo�oQo���a o��Q�oo�oTo� oC� o a� 0� o C� a Q Q \ 3 40 0� ' mau � ��Q 1 ��C�1' ESEIIHOWER I of , i 1 li c 1 r I LU c a Y •> E 0 • ID - uJ Or -or co ■�■ • 1� \U) W 0 1/ • g C Cr) 0- V w CD �C 04 Y LU U w co ■�■ cn W 0 ® Cr) 0- II N LY_ LLJ Q > 0 LU ® II II N LY_ LLJ Q > Z O.. W H MJ )HEFT s i MF i 9l a m d U LLI C] U � M1 ESPRUCE LABEL KEY (EXAMPLE) NORTHING N 462163 816 FASTING E 1643704 1088 ELEVATION 1033 00 LEGEND PROPOSEDFENCE EXISTING FENCE N 462432 2579 N 462429 948 E 164301412411 9514*60 E 1643443 5551 1034,00 fl I c. I fl II EE —w—w—w—w--- PROPOSED WATER EXISTING WATER 11 2-2-2— PROPOSED SANITARY SEWER SIDE CONNECTION —s—s—s—s— EXISTING SANITARY SEWER SIDE CONNECTION PROPOSED LIGHTING &AL" (SEE MUSCO LIGHTING DETAIL SHEETS 147216FD, it LSG-04, LSG-06, LSG-04/04) N 462429 9277 lY zE 1643578 5551 1033,00 -N,-4-6-2-4-16- 7-1-9-6------ E 1643817 6947 6 100.50 N 462413 0385 ,3 E 1643895 4595 1029.7 }o 97 5' . . . . . . . . . 10 30 �5O \ AH51 IA C� v Y, : 30' Cfl A .44 N 462147 50 "'w 4 E 1643768 2 Pf 4624m2-82-2-7s s -n 5 E 1643703 4316 > 56 90 81' N 462125 39— , 10 E 1643578 > J4 46212,1 3227 < 62106 3636 m 0:; E 103 164370 0094 2261 2 79 E 1 338334 1029,75 1029,76 FAISTING PLAYGROUND —7 EXISTING BASKETBALL N 462053 4244 E 1643869 3762 PATHWAY POINT Al EXISTING EXISTING BATHROOM INCINERATOR 7 7'. '7 PATHWAY NOTE EXACT LOCATION OF PATHWAY FROM POINT A TO POINT B TO BE DETERMINED 9N SJTE it N 461874 2083 E 1643834 0577 X= LI;Rr \N 461857 9736 HC�IJE 1643896 1542 SE N 461869 2083 E 16438815574 PATHWAY POINT B I! %i AAA �14TO EXISTING SIDEWALK W7 7 r — MAPLE ST c- —s —5 —s —s —s —5 > - - -- - --- > < +� m ._. -� 3: �,��� �- ', III � t_ � �,, `� ',, i , (n T 1029 CS v- CN M 0 0-4 .j ui U) d Yl fr� z U. C) 0, (TYP) co W --3 r, w rl v Iv 0 U) c) 4— 0 a) • E CL 0 z E U) LLJ x N Va z N N IV N IV 1, 1v 1029170 N 462169 0 27 89 t\ 711r+ E 1644131 IV I Iv IV 87,77- N w iv v r9602 l N 4620 3 9961 N N N E 1644 40 0781 1- 1029,7 "J, 11 N `V I v 1101 (TYP'),- KIWANIS POND 1030,2 \N 461857 9736 HC�IJE 1643896 1542 SE N 461869 2083 E 16438815574 PATHWAY POINT B I! %i AAA �14TO EXISTING SIDEWALK W7 7 r — MAPLE ST c- —s —5 —s —s —s —5 > - - -- - --- > < +� m ._. -� 3: �,��� �- ', III � t_ � �,, `� ',, i , (n T m U) c: v- CN M 0 0-4 .j ui U) d > z U. C) �E co W --3 cu LU 0 U) c) 4— 0 a) • E CL 0 z E U) LLJ x N Va m U) Z::) 144- t I v- CN M ul 0-4 .j ui Lij d w z U. C) co W --3 LU 0 U) CL U) z < AM LLI 8 ch Z::) 144- t I co 0 ul z Lij LLI 8 ch Z::) 144- t I w 0 z Lij 0 w U) 0 jr- LLJ 0 > C) w :z 2E Lij 0 w U) 0 cf) w z w 4 t I II i� III ' I , I , N 461869 2083 7' HT DUGOUT FENCE 20'_0" E 1643881 5574 28 Modmed Top Plook AT BACK, TYP 6 GAUGE � REDI -ROCK RETAINING WALL TO BE BUILT PER Care fo(4 fence st CHAINLINK BACKSTOP do EL, 1030 70 (4 Inch dlem) MANUFACTURE DESIGN, SPECIFICATION, AND DUGOUT H \ RECOMENDATION a?l,rr fQ" }� tr r B GoundLaval ' FSMC�C p moo` AT A K rM - 1FIEL0 fr s Sri { {,t{` . },,{nrr• }f s ✓vr Move Blocks Forward During Installation P�NC .s+ f rr }{r �i}•r N?`,tyxrr% * 5,s s {y r •yH�v {�h`rc O(/LLINE toEng age Shear Knobs [Ty 8 `��ff% r,/ h� �S{ -'rSr N ,�}4a,,� »ril��r F• ✓{+ r"`)i > r0 s r�" ,ra 35 �rb r5. r, {Fi`tr 5r51 r {�Sf zS 3 z�rgMrr{�iS r r r ' d DUGOUT ROOF rL f ' '1{ r� �. s:rrl th YGr r �✓ 1 j�,.c(-f!r •�' YS''tt, 1 7 1r "` $,., r ' PvC r`+�r,+ h, •+ }✓ r r} { + 4 4 r%•� Non Woven Gectextlle Fella s,K r{$� ss,,+ "y }i }`� /,�y {�•� / }' S { (Exposed Well Fete) TYP Z,f,'rrst�l'V�h rr s ` fry {J{ ✓, r !s /' Y, fNCEQa rw 1',, ' ',r1 ,° '.(`r 1, s ` (��UL LI/y�) �Y� P \EI.Di }° ;� IG . +�.�r{' ry r . tpUT sr y jar % 1s , ,ns 96° •r tr y v t .w arrr ;ij} + r✓ �+ t • t we. Dralnatone (ABTM Na S7 or Egulvalanq • To Extend At Lentl2"BehlndBlooim C WOOD TOP, MIDDLE,1 Ground Level BACKSTOP US {�hs+r {s!r }rr� Tar {Yii'','r,a�j 8 MrR Bu 6e Bess Elevation y t # a 54z.{i R CONTINUOUS, CU RAIL r s� t r r h �O Jr.. +t -B !even Ped • PROX gSSORPPP �EOPO k47° R,BL ka1 + i 5 GT�VO 1i (SEE SECTT`k N2, LOWER 51DSECTIOP 3� \ `\ h {x`) r 1t a1' SER aPT + ✓Jj ` 'r+ �pGX (s�E DE Ac r7 E FO��UNE Jam. usE.DI }`�� ,r �x'}r�r °�1q�q' Crushed Stone Leveling Pad USEREpf 3 5' WIDE. 7' HT PED CHAIN LINK GATE AT DUGOUT D2 f 2a yrsOR A., f it ,"✓ '`��WY i „� r (ASTMNo 57 orEgdvalerd) Nov °NA) ��e�+ / APpRO( QE • . SECTION 2 o ss$c� r 2 3' WIDE x 7' HT DUGOUT OPENINGS W 3x3 PED CHAIN is $�� �g B,F�MCe �XA ; h �p1RD SOUP VV� Gp,S i i I FSECTf k50 r Y�,+ Nan -Woven Geotexdle Fabric x SPPPFypyE °^' +)i LINK PANEL ABOVE, TYP BASE PATH LAYOUT K c °� OU�F4EUD S WIDE x 7' HT PED CHAIN LINK Core for fence post TNytEV0 f ' + ' i f 2e ModlfieclTapBlock (4 Inch diem) GATE W 3x3 CHAIN LINK DRAWING IS SYMMETRICAL WARNING I F PANEL ABOVE, TYP ABOUT CENTERLINE Ou r�GK Move Blocks Forward Dudng Installation r '3 &As�4/ I rJ�/ �4(S' to Engage Shear Knots(TMpwwD 0— RIGHT FIELD r +” �' ' N I ' I �S5 I , ze NOTES 1 ALL FABRIC ON LOWER 5' HT PANELS SHALL BE 6 GAUGE ( DENOTES 6 GAUGE FABRIC) (Exposed Well Fe.) ALL OTHER FABRIC IS 9 GAUGE EXCEPT ABOVE WOOD BACKSTOP Iwo minslone(ASTMNo 57 or Equivalent) 2 ALL CHAINLINK FABRIC SHALL BE PLACED ON FIELD SIDE OF POSTS Ground Laval To Extend At Least 12" Behind Slocks ISOMETRIC VIEW 3 ALL VERTICAL POSTS ARE 10' ON CENTER EXCEPT AT GATE OPENINGS 's (Mfn Bu,x Bane Elevation (Levsp,V DETAIL A - RETAINING WALL DETAIL B - BACKSTOP/WING FENCE Crushed Stone Leveling Pad NOT TO SCALE SECTION 1 (ASTMNo 57 or Equivalent) NOT TO SCALE L PRIME AND PAINT WITH TWO COATS OF PAINT TO MATCH COLOR OF EXISTING SIMILAR FEATURES 1 UNDERSIDE OF DUGOUT ROOFS, FASCIA AND TRIM _ POROUS ASPHALT 13 25' INFIELD 2 CONDUIT ON BACKSTOP POSTS TO FUTURE SPEAKERS SECURE STEEL MOUNTING PLATE RUBBER PAD TO 6° STEEL POSTS WITH 3/8' NOT SHOWN �= N H° -,; L a o „x�n +�- wr-, r< * s .t ; +pf i a ,�� ,.,,t• t' 70P COURSE SAND - SEE SPECIAL PROVISION 8-02 v k :�d' ,`�o)�y,rae,,�� '� PLAZA 2X4 JOIST, 18” 0 C NAIL, TYP 2X6 TBcG DECKING HEX WASHER HEAD THREAD WELD STEEL MOUNTING {w.t, , „, �' JOIST HANGER BUILDING PAPER CUTTING (TYPE F) SCREWS AT g° O C ± A PLATE TO STEEL CHANNEL t i iLa • , BASE COURSE SAND - SEE SPECIAL PROVISION 8 -02 �'_ "" EDGE OF FASCIA METAL ROOFING MATCH (BEHIND) EXISTING ON OTHER DUGOUTS STEEL M ❑UNTING PLATE STEEL CHANNEL _ _ _ — _ � _ � _ _ _ � ___''__ �_ _ _` FL H 1X8 FASCIA FLASHING 12 i 1 -1I =1 I -I I -I I -I 1 -I 1I I IJI I I- I l l -I I I -I I -III -I -III - COMPACT SUBGRADE I I I =1 1 1 =I I I SLOPE 1/4 /FT 1• 2 k6 BEAM 3� "x5" -III -I I IEI I r--�1114- I I I -=' —I I I —I I -1 1 1 1 1 -1 1 1=1 „- r —,�,7 — ir, POROOS ASPHALT FINISH GRADE OF INFIELD 1 I .r 1 I t g TOP COURSE SAND — T5�8 CARRIAGE BOLT 2 PER VER TICAL POST HEAD TO INFIELD CUT BOLT 2X6 BEAM ENDS FLUSH, PEEN AND FILE SMOOTH BASE COURBE SAND 1 5/8" OD TQP RAIL— FDGE OF 1X8 FASCIA (BEHIND) 1 = 111 ��l I { I I = 111 -111 1 I I— 11 111 1 I I (BEHIND) "x5" PLAN VIEW DETAIL E - TYPICAL DIRT INFIELD SECTION 1 I 5/8 CARRIAGE BOLT 0 COUNTERSINK HEAD 70 6 2E NOT TO SCALE ( COURSE (COMPACTED DEPTH) 1 1 _C B PER POST 1/4 "X4 "X12" STEEL PANEL 0 33' CEMENT CONCRETE j 3" Q D STEEL POST O WELDED ONTO POST STEEL POST I, FENCE POST CONCRETE COMPACT SUBGRADE FOOTING - SEE SHEET D2 BACK OF DUGOUT TYPICAL PLAN 1 5/8° OD BOTTOM RAIL, AT CORNER I TO FABRIC 8' FABRIC SECTION NOT TO TO MIDRAIL AT 12' T-0" BACKSTOP BOARDS ( a 1/2 DE �fAIL I - TYPICAL CEMENT CONCRETE BLEACHER SLAB ❑ SECURE TOP BARD r srEE SECURE STEEL M ©UNTING PLATE NOT TO SCALE CHANNEL WITH ONE TO LAG TO 4° STEEL POSTS WITH 3/8" DETAIL L - DUGOUT ROOF BOLT AT EACH END HEX WASHER HEAD THREAD o CUTTING (TYPE F) SCREWS AT NOT TO SCALE 6" BACKSTOP P ❑ST Oa 1$, ❑ C ± STEEL M ❑UNTING _ I o0 PLATE WARNING TRACK -SEE SPECIAL PROVISION 8 -02 IJ ¢° RUBBER PAD STEEL CHANNEL I' w�Q NOT SH ❑WI I g -- - - =-- =-= �- � = == - - - = - =-- -- - �--=_ __ " =_= = -` �= ___ ASPHALT PLAZA 1 � ° _ < BASE COURSE SAND - SEE SPECIAL PROVISION 8 -02 1 I R T /2" D A CARRIAGE BOLT WITH NUT AND WASHER – TYP m " FINISH GRADE INFIELD 111- III =II1- 111 =111= 111= �1= 1�1 =�1 =� IIL 111 - 111— III�III— COMPACTSUBGRADE " �'-' =I =111 =III- CORNER FENCE POST OF DUGOUT ,At b` CONCRETE EDGING -1 i 1 -1I I -I I I T l I I� I I I - -I I I 11 I ICI I ITI I I-1I1 BASE STEEL ANCHOR TOP PLATE 2L FINISH GRADE ROUND CORNERS – TYP ^' kis' , ,zY�t�fM���t�; STEEL ANCHOR GROUND STAKE -- FABRIC DETAIL F - TYPICAL WARNING TRACK SECTION t " +` SECTION A - A i NOT TO SCALE 1" X 1" STEEL MALE RECEPTACLE } L CONCRETE FOOTING 7 3 -112 DETAIL C - TYPICAL WOOD BACKSTOP N I t gh NOT TO SCALE 1/4" STEEL PLATE HOT DIP 0 ca GALVANIZE AFTER FABRICATION DETAIL J _ BASE PAD FOOTING AND GROUND STAKE POWDER COATED FINISH LAWN HYDROSEEDING NOT TO SCALE TYPICAL SECTION NO SCALE NO rE ` MOUNT AT 36" ABOVE x FINISH GRADE 2 ONE BATRACK PER DUGOUT SAND MIX SEE SPECIAL PROVISION 8 -02 MOUNT ON DUGOUT ENTRANCE * • , : , v 5 ♦ 4 Tip DUGOUT SIDE FENC , x k 4 1 TEN10) CUTOUTS TOTAL iIIII�I� COMPACT SUBGRADE III = III= 11111II�IIT1I I�111�111111-= III- 1111111111�IT11llll IIIII1111111 T DETAIL M - TYPICAL BATRACK NOT TO SCALE CONCRETE EDGING EDGE OF INFIELD MIX • CONSTRUCTION JOINT AT POST DETAIL G TYPICAL GRASS OUTFIELD SECTION NOT TO SCALE PLAN f FENCE POST 2ND BASE b� Ct 90 MATCH 1 t 51 51 11 MATCH EXISTING EXISTING H PITCHERS PLATE FIELDSIDE POROUS ASPHALT PLAZA, BACK OF DUGOUT 7'-0" r 3RD BA5E 1ST BAs � n III III 111 III {ll+ I 11= III =III= III =III =' 1, III III III III III I I( =1 I I I I ICI 11 =1 I 1x 8" THICK CONCRETE EDGING WITH 1/2" RADIUS ALL EDGES BENCH WITH CONCRETE FOOTING INSTALLED 6' LONGITUDANLLY IN DUGOUT °rn rn III 111 I 1 I I 1 III I I 1 -11 I -1 I— III —I I I 11, 11111 I I III III 111 -- 111 =111 =� =1 CONSTRUCTION JOINTS 10' O c (CENTERED) I I II i II I II 1 11111 I II I II I I I III I I- igLUBH FLUSH . 0'IT POROUS ASPHALT PAVEMENT STEEL POST � � © GRADUAL SLOPE TO MATCH GRADE AT FIELD —I I- _ 111 =111 = 111 -11 = 1 �I I I =111= 111 =111 =1 111 =111 -1 I- �I I - - - - - - I- i II III III _ I 1 111111 111- 111'111 - 111 =111 = 111111 11 -111 =111 =III =111 =I I I =1I l =I I I= 111 =1I III =III =1 I I I= 111 =111- =111 = 111= 111= 1I1=1I1 =1I I==II I -111 El 11111Y SECTION e I ; o �' CRUSHED SURFACING = z III - III - III -III III III - III -III -I I I III 11 III -1 I I -III_ 1 11' -+ 11=1 i III — III — III — III — III —I 11— " —T 1 1 I (2) #4 REBAR, CONTINUOUS BASE COURSE sTEP AT OPENINGS F CHAFER AT FENCE POROUS ASPHALT PLAZA 12" I `4 4" F SLOPE 1 /4 " /FT t Q 90, n 1 0 17' POROUS ASPHALT PAVEMENT 1 I CCMPACTSUBGRADE j FENCE POST CONCRETE FINISH GRADE OF FIELD 0 V CRUSHED SURFACING BASE COURSE FOOTING - SEE SHEET D2 'v tIfL HOME „ #4 REBAR, CONT PLATE COMPACT SUBGRADE 8 M L DEEPENED FOOTING - CONTINUOUS CONCRETE PAVING WITH LIGHT BROOM FINISH Ln DETAIL N - PEDESTRIAN PATHWAY SECTION DETAIL D - TYPICAL POROUS ASPHALT PLAZA / CEMENT CONCRETE EDGING BASE COMPACT SUBGGRADRAD COURSE E ' NOT TO SCALE NOT TO SCALE BACKSTOP I DETAIL K - BASEPATH LAYOUT DETAIL H - TYPICAL DUGOUT NOT TO SCALE NOT TO SCALE i v IC .(n > Chi C5 z fQ N L_ 2 ui #.., M L■. 0 11 z E n W rr r11 0— i v u.1 N r� V ) Q uj C5 z fQ LL L_ 2 ui 0 M L■. 0 11 n r11 0— o > 0. CL V) 'C L LL 0 0 u.1 Q 1< z z fQ 2 � 11 n r11 o > Lu U) ) Lu 0 0 m z w � U w t + I ASPHALT-i 6" 0 D POWDER COATED GALV STEEL —CONCRETE EDGING CONT- INUOUS AT BACKSTOP AND WINGWALLS CONSTRUCTION JOINTS 10' O AT POSTS, TYP BASE COURSE FINISH GRADE INFIELD (2) #4 REBAR, CONTINUOUS L _u POST SECTION END CONDUIT WITH WEATHERPROOF QUADRUPLEX RECE BOX WITH CONDUIT ONE PENETRATION COVER AND A COR GROMMET AT OTHE PENETRATION BLAN COVER, TYPICAL B( SIDES OF BACKSTC VERIFY WITH CITY I FINAL MOUNTING H PAINT BOX GREEN MATCH 3/4" CONDUIT PAINT GREEN MATCH FABRIC SELVAGE KNUCKLED 6" 00 POST CAP DOME 1 5/8" OD TOP RAIL v- x N 9 GAUGE OVERALL -Z 2" MESH EXCEPT LOWER SECTION 'M" 4", 6' DIA, STD, STEEL PIPE A > 30' TENSION BAR, TYPICAL "X 'e.�� % (5) MIDDLE RAILS, /"Z 1 5/8" OD A 5/8" RAIL END, TYPICAL Q., X, 6 GAUGE FABRIC WHERE SHOWN, SEE DETAIL "D" THIS SHEET 34 "C 34 "C lj* TENSION BAND, TYPICAL 1---- 1 5/8" OD BOTTOM RAIL FABRIC SELVAGE KNUCKLED THAT THE FENCE FABRIC LIES IN A PLANE, ON THE FIELD SIDE OF THE T� #3 TIES @ 10' 0 C CONCRETE EDGING t. Nu I Lz� (3) AT TOP 2 2 1/2' n C, 1, ALL POSTS SHALL BE POWDER COATED GALVANIZED STEEL TO MATCH VINYL c I r COATED FABRIC (4> #4x4'-e' VERTS 2, TENSION BANDS SHALL BE DESIGNED SO FENCE 3 ALL FABRIC GAUGES ARE WIRE GAUGE 2-0" BEFORE VINYL COATING. 4, ALL FABRIC SHALL BE GREEN VINYL COATED, ELE\/,ATION 30 FT. CHAIN LINK FENCE AT BACKSTOP NOT T6'�SCALE FM M .Nmnmkwz TO OPEN 20'OPENING 10'OVERHANG Now "An ,�>OUTSIDE GATE PLAN 10' OVERHANG (FABRIC NOT SHOWN IN OVERHANG) 2" SQ ALUM UPRIGHT 2" SQ ALUM 4" OD POST (TYP OF 3) INT UPRIGHT POST TOP 2" SQ ALUM UPRIGHT z TRUCK ASSY (TYP OF 2) ALUM TRACK/RAIL 2" SQ ALUM UPRIGHT i-ALE USS 1"/zmh �l van CABLE TRUSS comemcm"m= \ I �_2" X 4" ALUM BOTTOM RAIL \-TENSION ROD IT .4 4" NOMINAL CLEARANCE 1"'Abj � CHAIN LINK FABRIC 4" OD POST CHAIN LINK FABRIC GUIDE ROLLER ASS'Y L� �'j 2" SQ ALUM INT UPRIGHT 20" SLIDING GATE ENTRANCE NOT TO SCALE NOTES 1 FOOTING WIDTH TO BE (4)X POST WIDTH MIN DEPTH TO BE 36" NOTEi ALL FLNCE FABRIC SHALL BE IN A STRAIGHT PLAHL ON THE FIELD SIDE OF THE FENCE FIELD SIDE TENSION BANDS FENCE FABRIC 6' __P 11 S T TENSION BAND DETAIL NOT TO SCALE C IT- 04 M 0 CN I TYPICAL NOTES C5 > Vx:r '</x 0 OD GATE. POST, 7/8" OD 2 7 v COATED GALVANIZED STEEL cu T P Y �?A W ym M rsiNGLESWINC31 7/8" OD GATE FRAME, v,' PICAL TYPICAL • c: A, 2" MESH, 9 GAUGE 0 Z E U L TRUSS ROD Ld W POST CAP DOME TO FIT FCANE� BOLTS IN/ 1'--0" 0" SQUARE z CONC TYP 4: LOCKING HARDWARE T>P 0 MAINTENANCE GATE AT 6' HT ALL CLAMPS AND M .Nmnmkwz TO OPEN 20'OPENING 10'OVERHANG Now "An ,�>OUTSIDE GATE PLAN 10' OVERHANG (FABRIC NOT SHOWN IN OVERHANG) 2" SQ ALUM UPRIGHT 2" SQ ALUM 4" OD POST (TYP OF 3) INT UPRIGHT POST TOP 2" SQ ALUM UPRIGHT z TRUCK ASSY (TYP OF 2) ALUM TRACK/RAIL 2" SQ ALUM UPRIGHT i-ALE USS 1"/zmh �l van CABLE TRUSS comemcm"m= \ I �_2" X 4" ALUM BOTTOM RAIL \-TENSION ROD IT .4 4" NOMINAL CLEARANCE 1"'Abj � CHAIN LINK FABRIC 4" OD POST CHAIN LINK FABRIC GUIDE ROLLER ASS'Y L� �'j 2" SQ ALUM INT UPRIGHT 20" SLIDING GATE ENTRANCE NOT TO SCALE NOTES 1 FOOTING WIDTH TO BE (4)X POST WIDTH MIN DEPTH TO BE 36" NOTEi ALL FLNCE FABRIC SHALL BE IN A STRAIGHT PLAHL ON THE FIELD SIDE OF THE FENCE FIELD SIDE TENSION BANDS FENCE FABRIC 6' __P 11 S T TENSION BAND DETAIL NOT TO SCALE 4" 0 D GALV STEEL PAINTED SAFETY YELL um!Ll WARNING TRACK FOUL LINE FOUL LINE POST FENCE POST CHAIN LINK FABRIC 1"-2" BEHIND FOUL LINE POST FINISH GRADE WARNING TRACK MATERIAL 7. BASE COURSE II TO BE PLACED IN LINE OR BEHIND OUTFIELD FENCE " 2'-0" FOU SECT01141 20 FT. HT. FOUL LINE POLE NOT TO SCALE r 3" 0 D GALV STEEL PIPE @ 5 79 LBS/LF —2 3�8" OD POWDER COATED GAL STEEL PIPE SCHEDULE 40 AT OUTFIELD POSTS 3" OD POWDER COATED GALV STEEL PIPE SCHED 40 AT DUGOUT (2) #4 REBAR c' POSTS CONTINUOUS SLOPE AWAY FROM CONC EDGING POST - TYP PAVING-] F[—FINISH GRADE FINISH GRADE - TYP FIELD SURFACING F FIELD SURFACING OR PAVING CONCRETE FOOTING COMPACT SUBGRADE TYP 10' -0" FENCE 6'-0" OR 7'0" FENCE TYPICAL LINE; POST SETTING NOT TO SCALE C IT- 04 M 0 CN ..i ui TYPICAL NOTES C5 > Vx:r 42" 0 12 1 ALL POSTS SHALL BE POWDER COATED GALVANIZED STEEL cu S. �?A W ym M rsiNGLESWINC31 -2 SINGLESWIHG 0 • c: A, 0 Z E U L R .2 Ld W POST CAP DOME TO FIT > z < 4: 0 1 5/8" OD RAIL END, TYPICAL ALL CLAMPS AND 4 I/ x 2 7/8" OD CORNER/END POST CONNECTIONS TO BE PAINTED GREEN TO MATCH ANGLES TO BE 3/4" C 3 4 C 'X CD /* TENSION BAR, TYPICAL E PROVIDED BY LB'S 5/16" x 1 1/4" CARRIAGE BOLT GALVANIZED, TYPICAL -x 2" MESH, 9 GAUGE OVERALL BACKSTOP BLACK VINYL EXTRUDED ELECTRICAL b EQUIPMENT 4 ENCLOSURE 3/4" CORD GROMMET A x ON BOTTOM OF ENCLOSURE FOR *Ir I PEDESTRIAN GATE AT 5'-0" OR 7'0" FENCES PLAZA GATE 2 7/8" TENSION BAND, TYPICAL AMPLIFIER SPEAKER 2 CLEAR - FABRIC TO LEADS FINISH GRADE SLOPE AWAY FROM POST SPEAKER WIRING DETAIL MAINTENANCE AND PEDESTRIAN GATE ELEVATIONS CORNER/GATE POST ELEVATION NOT TO SCALE NOT TO SCALE NOT TO SCALE 4" 0 D GALV STEEL PAINTED SAFETY YELL um!Ll WARNING TRACK FOUL LINE FOUL LINE POST FENCE POST CHAIN LINK FABRIC 1"-2" BEHIND FOUL LINE POST FINISH GRADE WARNING TRACK MATERIAL 7. BASE COURSE II TO BE PLACED IN LINE OR BEHIND OUTFIELD FENCE " 2'-0" FOU SECT01141 20 FT. HT. FOUL LINE POLE NOT TO SCALE r 3" 0 D GALV STEEL PIPE @ 5 79 LBS/LF —2 3�8" OD POWDER COATED GAL STEEL PIPE SCHEDULE 40 AT OUTFIELD POSTS 3" OD POWDER COATED GALV STEEL PIPE SCHED 40 AT DUGOUT (2) #4 REBAR c' POSTS CONTINUOUS SLOPE AWAY FROM CONC EDGING POST - TYP PAVING-] F[—FINISH GRADE FINISH GRADE - TYP FIELD SURFACING F FIELD SURFACING OR PAVING CONCRETE FOOTING COMPACT SUBGRADE TYP 10' -0" FENCE 6'-0" OR 7'0" FENCE TYPICAL LINE; POST SETTING NOT TO SCALE IL CO- U) C IT- 04 M 0 CN ..i ui (n C5 > z E 0 12 U ui cu M Lu -2 cf) 0 • c: 0 Z E U L R .2 IL CO- U) IT- 04 M CN ..i ui C5 z z LL 0 U ui z M Lu 0 cf) Ld W 0 > z < LL 0 r4w L n uj z z 0 z Ld 0 > 0 Lu C) z ui Z �e Lu 0 LLJ 11 --- 0 s .cn 1 s J .cn s J w M W C/) 0 CO IL n 2E z V U CO z z A F- ui 0 F- 0 CJ V J CL s s i e .cn (N cl ( ( V ..j d d .Y CU ID o �— o ON . 0 E N r w M W C/) 0 CO IL n 2E z V U CO z z A F- ui 0 F- 0 CJ V J CL s s i e (N cl ( ( V ..j d d U CO z z A F- ui 0 F- 0 CJ V J CL s s i e S f ,I 1 ,I I 1 1 C 0 Q CN V .j 0 CN 0 J a o 1 O:f :5 U J N � V rW V ) 1 co 2 M LU 0 'ZE ui N N T ,I 1 ,I I 1 1 W CN 0 U CN V .j 0 CN 0 J + o 1 O:f :5 U J N � V rW V ) 1 co 2 M LU 0 U z 0 Ul W 0 r� uj V .j V r 0 z o �. O:f :5 W N � W rW V ) O � 2 Q m a Z uj � U �C W O U V v 0 r� uj V .j W LL 0 o �. O:f :5 W rW V ) V v � l i LIGHTING FIXTURE SCHEDULE MANUFACTURER LAMP TYPE DESCRIPTION NAME CATALOG NO, QTY CATALOG NO REMARKS PULSE START METAL HALIDE, OUTDOOR AREA LIGHT, MH 19" SQUARE, MITRE - FORMED ALUMINUM HOUSING, ALUMINUM REFLECTOR, CLEAR GLASS LENS, STERNER EXEC- SQ19- 250PMH-4L- 277- C- 39 -FL -BZ 1 250 WATT AA TYPE IV DISTRIBUTION, HORIZONTAL BURN, DARK BRONZE POLYESTER POWDER FINISH, 277 VOLT SYMBOL SCHEDULE FOR PULSE START METAL HALIDE, OUTDOOR AREA LIGHT, PLATE t f BOLT COVER MH INNER - RADIUS 1 RED PLASTIC INDICATOR 19" SQUARE, MITRE - FORMED ALUMINUM HOUSING, ALUMINUM REFLECTOR, CLEAR GLASS LENS, STERNER EXEC- SQ19- 25OPMH -4L- 277- C -FL -AL 1 250 WATT -1z BB TYPE IV DISTRIBUTION, HORIZONTAL BURN, GROUT POWER DISTRIBUTION AND CONTROL RED PLASTIC INDICATOR AGGREGATE A Al TAPE MARKED "ELECTRICAL" NATURAL ALUMINUM FINISH, 277 VOLT RADIUS EDGE yy / ui I I EXPOSED AGGREGATE m PULSE START METAL HALIDE, OUTDOOR AREA LIGHT, hs Or f` : MH I CONDUIT 19" SQUARE, MITRE- FORMED ALUMINUM HOUSING, ALUMINUM REFLECTOR, CLEAR GLASS LENS, STERNER EXEC- SQ19- 250PMH -3H- 277- C -FL -AL 1 250 WATT %` CC TYPE III DISTRIBUTION, HORIZONTAL BURN, CWG ,• 1 R ON CENTER \' SELECT BACKFILL ' '% , NATURAL ALUMINUM FINISH, 277 VOLT APPROVED BY UTILITY PANELBOARD - WALL MOUNTED :\ CONCRETE ANCHOR BASE CNT ROUND, TAPERED, STEEL, 30 FOOT LENGTH, VALMONT DS210— R80OA300— XX— FP —DB —VL �1 •%, (SEE ONE LINE DIAGRAM WIRING ,!, POLE ELECTROSTATICALLY APPLIED DARK BRONZE POLYESTER UNITED -STAND RTS -30 -801 1 —XX —DB 1 CT SIZE OF CONDUITS) SPACED AROUND PERIMETER POWDER FINISH, BOLT COVER SPAULDING RTS- 30-- 80- 1 —XX —DB (7) No 4 HOOPS AT 10" II I !� �} !r ti} I }\ }�ti II II I �} F �} I }� I SCALE 1"=l'-O" LIGHTING FIXTURE (SEE SITE PLAN SHEET E3 FOR TYPE, QUANTITY AND ORIENTATION 3�� �.ON OF POLE r NOT SHOWN. HAND HOLE FINISHED GRADE FINISHED GRADE 0 WITH COVER 3 "LETTERS ON COVER SYMBOL SCHEDULE FOR GROUT BASE PLATE t f BOLT COVER WITH NON- SHRINK INNER - RADIUS 1 RED PLASTIC INDICATOR OF GROUT GROUT AND SILICON ' 6" RING TO MATCH COVER, -1z N rV f 6" WIDE X 15 MIL THICK GROUT POWER DISTRIBUTION AND CONTROL RED PLASTIC INDICATOR AGGREGATE A Al TAPE MARKED "ELECTRICAL" I I RADIUS EDGE yy / ui I I EXPOSED AGGREGATE m -SAND BEDDING MATERIAL hs Or f` : (SEE PLAN DRAWINGS AND I CONDUIT Q ACTUAL QUANTITY AND < 48" ANCHOR BOLT TIED Ir II %` ; ^COMPACTED NATIVE BACKFILL (6" MAXIMUM DIAMETER) f�- CWG ,• 1 R ON CENTER \' SELECT BACKFILL ' '% , , ` ' APPROVED BY UTILITY PANELBOARD - WALL MOUNTED :\ CONCRETE ANCHOR BASE CNT ��f f ELECTRICAL CONDUIT _ ____ _'_ -- REINFORCING STEEL BARS �1 •%, (SEE ONE LINE DIAGRAM WIRING ,!, OR ELECTRICAL SITE PLAN — \' FOR ACTUAL QUANTITY AND VERTICAL BARS EVENLY CT SIZE OF CONDUITS) SPACED AROUND PERIMETER LIGHTING FIXTURES a„ SCALE 1"=l'-O" LIGHTING FIXTURE (SEE SITE PLAN SHEET E3 FOR TYPE, QUANTITY AND ORIENTATION 3�� �.ON OF POLE r NOT SHOWN. HAND HOLE FINISHED GRADE \ 0 WITH COVER 3 "LETTERS ON COVER SYMBOL SCHEDULE FOR GROUT BASE PLATE t f BOLT COVER WITH NON- SHRINK INNER - RADIUS 1 RED PLASTIC INDICATOR OF GROUT GROUT AND SILICON ' 6" RING TO MATCH COVER, CAULK AT EDGE N rV SLOPE EXPOSED GROUT POWER DISTRIBUTION AND CONTROL 36" DIAMETER AGGREGATE A Al =- COMPACTED BACKFILL I I RADIUS EDGE 5/8" LIFTING INSERTS 0 cu I I EXPOSED AGGREGATE m -SAND BEDDING MATERIAL 00 FINISH ABOVE GRADE f` : (SEE PLAN DRAWINGS AND I CONDUIT Q ACTUAL QUANTITY AND < 48" ANCHOR BOLT TIED Ir II %` BONDING JUMPER To COVER, WITH #8 GAUGE WIRE 12" CWG ,• I I ON CENTER RING AND STRUT OR OTHER '% , , ` ' 30 ROUND CEMENT PANELBOARD - WALL MOUNTED :\ CONCRETE ANCHOR BASE CNT ______ ___ T _ ____ _'_ -- REINFORCING STEEL BARS IN PULLHOLE WIRING ,!, REQUIRED, (8) No.7 — \' " (4) - 5/8 INSERTS FOR VERTICAL BARS EVENLY CT II SPACED AROUND PERIMETER LIGHTING FIXTURES EYEBOLTS (1 EACH SIDE) CONDUIT END BELLS FLUSH MOUNTED (7) No 4 HOOPS AT 10" II I !� �} !r ti} I }\ }�ti II II I �} F �} I }� I DESIGNATIONS ON MINIMUM RCOVER. (SEE DETAIL 5 /E1) DETAIL /E1 CONCRETE HID FIXTURE AREA SCALE- LIGHT ' -0" 1/4"=V-0" DI i SCALE- 1"=l'-O" MANHOLE COVER WITH "ELECTRICAL" EMBOSSED FINISHED GRADE \ 0 STENCIL NUMBER IN 3 "LETTERS ON COVER SYMBOL SCHEDULE FOR SYMBOL SCHEDULE FOR !'{ „ t f r-- SMOOTH ; 6" WIDE X 15 MIL THICK INNER - RADIUS 1 RED PLASTIC INDICATOR OF GROUT TAPE MARKED ELECTRICAL" SYMBOL ' 6" RING TO MATCH COVER, DESCRIPTION N rV GROUT POWER DISTRIBUTION AND CONTROL 36" DIAMETER DEVICE OR EQUIPMENT TERMINAL A Al =- COMPACTED BACKFILL o DISTRIBUTION /CONTROL EQUIPMENT - 5/8" LIFTING INSERTS 0 cu `> I-�-- m -SAND BEDDING MATERIAL 00 '.; ELECTRICAL CONDUIT f` : (SEE PLAN DRAWINGS AND __ __ __ 1 ONE LINE DIAGRAM FOR Q ACTUAL QUANTITY AND < SIZE OF CONDUITS) SCALE- 1"=l'-O" MANHOLE COVER WITH "ELECTRICAL" EMBOSSED IN CASTING - PULLHOLE 0 STENCIL NUMBER IN 3 "LETTERS ON COVER SYMBOL SCHEDULE FOR SYMBOL SCHEDULE FOR (12" MINIMUM FINISHED GRADE /ASPHALT r-- SMOOTH ; ELECTRICAL PLAN DRAWINGS INNER - RADIUS 1 ONE LINE DIAGRAM OF GROUT :, °x.' ' SYMBOL ' 6" RING TO MATCH COVER, DESCRIPTION y ¢ GROUT POWER DISTRIBUTION AND CONTROL 36" DIAMETER DEVICE OR EQUIPMENT TERMINAL A Al AMPERE ANALOG INPUT o DISTRIBUTION /CONTROL EQUIPMENT - 5/8" LIFTING INSERTS 0 cu `> ALUMINUM L FLOOR MOUNTED (TYPICAL EACH CORNER) (4) - 3/2" LIFTING HOLE ,� - __ __ __ T - T. __ __ __ 1 DISTRIBUTION /CONTROL EQUIPMENT — Q (1 EACH SIDE) < II Ir II %` BONDING JUMPER To COVER, 36" UNISTRUT CWG _ _ _ _ II - - - RING AND STRUT OR OTHER �4) 1 EACH SIDE) CB CIRCUIT BREAKER PANELBOARD - WALL MOUNTED METALLIC MATERIALS CNT ______ ___ T _ ____ _'_ -- IN PULLHOLE WIRING CP r I — " (4) - 5/8 INSERTS FOR CT II II LIGHTING FIXTURES EYEBOLTS (1 EACH SIDE) CONDUIT END BELLS FLUSH MOUNTED CU II I !� �} !r ti} I }\ }�ti II II I �} F �} I }� I DESIGNATIONS CONDUIT (TYPICAL) (SEE DETAIL 5 /E1) DC II i II HID FIXTURE DI DISCRETE INPUT Ib ROLE TOP MOUNTED Fl®XTU E SEE 3/4" RIVER ROCK `�` ; DISCRETE OUTPUT D „` • (32) -- 4 3/4" DIAMETER OR SAND EMT ENCL ELECTRICAL METALLIC TUBING ENCLOSURE e POLE ARM MOUNTED ------------ KNOCKOUTS (8 EACH SIDE) (12" DEPTH) ENT ELECTRICAL NONMETALLIC TUBING f'; FMC f ! r ' \ CIRCUIT NUMBERS OF ,� ,t ` ✓ FU FUSE GROUND ROD PANELBOARD TO WHICH DETAIL 49X4' �� POWER OR FULL VOLTAGE NON REVERSING FIXTURE IS TO BE SIGNAL SCALE EULLHQLE 1/2 " =V -0" FULL VOLTAGE REVERSING 1 4� 4 z PULLHOLE 0 0 WALL GROUT ENVELOPE SYMBOL SCHEDULE FOR SYMBOL SCHEDULE FOR (12" MINIMUM GENERAL ELECTRICAL r-- SMOOTH ; ELECTRICAL PLAN DRAWINGS INNER - RADIUS 1 ONE LINE DIAGRAM OF GROUT ACRONYMS AND ABBREVIATIONS SYMBOL DESCRIPTION SYMBOL DESCRIPTION GROUT ¢ GROUT POWER DISTRIBUTION AND CONTROL a 0 -- DEVICE OR EQUIPMENT TERMINAL A Al AMPERE ANALOG INPUT o DISTRIBUTION /CONTROL EQUIPMENT - rt 0 cu AL ALUMINUM L FLOOR MOUNTED N WIRING CONNECTED AO ANALOG OUTPUT 0 DISTRIBUTION /CONTROL EQUIPMENT — Q o < N WIRE GAGE LL WALL MOUNTED BUS CWG CONDUIT CB CIRCUIT BREAKER PANELBOARD - WALL MOUNTED CNT CONTACTOR WIRING CP CONTROL PANEL CT CURRENT TRANSFORMER LIGHTING FIXTURES — — EQUIPMENT /DEVICE ENCLOSURE CU COPPER GG DESIGNATIONS DC DIRECT CURRENT HID FIXTURE DI DISCRETE INPUT Ib ROLE TOP MOUNTED Fl®XTU E SEE DO DISCRETE OUTPUT D REFER TO LIGHTING HID FIXTURE FIXTURE SCHEDULE PLUG —IN CONNECTION EMT ENCL ELECTRICAL METALLIC TUBING ENCLOSURE e POLE ARM MOUNTED ------------ I ENT ELECTRICAL NONMETALLIC TUBING 1.2.3.ETC. ARE FMC FLEXIBLE METAL CONDUIT CIRCUIT NUMBERS OF �� NON— AUTOMATIC BREAKER FU FUSE PANELBOARD TO WHICH FVNR FULL VOLTAGE NON REVERSING FIXTURE IS TO BE FVR FULL VOLTAGE REVERSING CONNECTED. REFER G GROUNDING CONDUCTOR TO CIRCUIT SCHEDULE GFCI GROUND FAULT CIRCUIT INTERRUPTER ------------ a,b,c,ETC. ARE THERMAL MAGNETIC BREAKER GRS GALVANIZED RIGID STEEL SWITCHING CONTROL HOA HAND OFF AUTO REFERENCE HP HORSE POWER I IC INTERRUPTING CAPACITY KA KILO AMPERES RECI- PTACLE OUTLETS MAGNETIC ONLY BREAKER KAIC KILO AMPERES INTERRUPTING CAPACITY DESIGNATIONS KV KILOVOLT GFCI 2 DUPLEX RECEPTACLE OUTLET - WALL 1,2,3.ET'C. ARE KVA KILOVOLT- AMPERE WW MOUNTED (NEMA 5 -15R UNLESS CIRCUIT NUMBERS OF I KVAH KILOVOLT- AMPERE HOUR OTHERWISE SPECIFIED) PANELBOARD TO WHICH SWITCH KVAR KILOVAR (REACTIVE KILOVOLT AMPERE) s QUADRUPIEX RECEPTACLE OUTLET - OUTLET IS TO BE CONNECTED. REFER ( KW KILOWATT WALL MOUNTED TO CIRCUIT SCHEDULE KWH KILOWATT -HOUR 4 SPECIAL PURPOSE RECEPTACLE OUTLET - - - - - - - - - -- FUSE LFMC LIQUIDTIGHT FLEXIBLE METAL CONDUIT H - HORIZONTAL U ON UNIT s URPOSE RECEPTACLE OUTLET - SPECIAL P WP WEATHERPROOF - LR LINE REACTOR WALL MOUNTED GFCI — GROUND FAULT POWER TRANSFORMER M MAGNETIC CONTACTOR CIRCUIT INTERRUPTER mA MILLIAMPERES MCM THOUSAND CIRCULAR MILLS SPECIAL PURPOSE CONNECTIONS DESIGNATIONS M CONTROL POWER TRANSFORMER MCP MOTOR CURRENT PROTECTOR — MAGNETIC ONLY CIRCUIT BREAKER 4 SPECIAL PURPOSE EQUIPMENT 1.2,3,ETC. ARE MEG MEGOHM CONNECTION CIRCUIT NUMBERS OF MLO MAIN LUGS ONLY -06 SPECIAL PURPOSE EQUIPMENT PANELBOARD TO WHICH THERMAL OVERLOAD MTS MANUAL TRANSFER SWITCH CONNECTION - WALL MOUNTED OUTLET IS TO BE mV MILLIVOLT CONNECTED. REFER TO CIRCUIT SCHEDULE CURRENT TRANSFORMER MW MWH MEGAWATT MEGAWATT —HOUR N NEUTRAL NC NORMALLY CLOSED GENERAL WIRING SYMBOLS CONTACTOR NEC NATIONAL ELECTRICAL CODE T T NEMA NATIONAL ELECTRIC MANUFACTURERS ASSOC. JUNCTION BOX NESC ICAL SAFETY CODE JUNCTION BOX — WALL MOUNTED T CAPACITOR NO OCP NORMALLY OPEN OVERCURRENT PROTECTOR WIRING RUN CONCEALED IN BUILDING STRUCTURE OL OVERLOAD POLE - - - - - - - - WIRING RUN CONCEALED UNDER SLAB OR BELOW GRADE GROUND CONNECTION PF POWER FACTOR G #10 ' INDICATES WIRE SIZE IF OTHER THAN NO 12AWG PHASE UNE OR PHASE CONDUCTOR CROSSMARKS INDICATE P PRV PRESSURE REDUCING VALVE NEUTRAL CONDUCTOR QUANTTY AND USE TRANSFER SWITCH PS POWER SUPPLY GROUNDING CONDUCTOR OF CONDUCTORS RMC RIGID METALLIC CONDUIT 2 ARROWHEAD INDICATES HOMERUN TO EQUIPMENT /DEVICE RNC RIGID NONMETALLIC CONDUIT PPA NOTED Al END OF ARROWHEAD, NUMBER (WHERE NOTED) WATTHOUR METER RPM REVOLUTIONS PER MINUTE INDICATES CIRCUIT WITHIN EQUIPMENT /DEVICE NOTED. (REVENUE METERING) RS485 SERIAL RS485 CABLE 0-- CONDUIT TURN UP FROM BELOW SLAB SC5 SHIELDED CAT 5e CABLE OR BELOW FLOOR LEVEL SEC SECOND SOLID NEUTRAL SHL'D SHIELDED �— CONDUIT TURN DOWN FROM CEIUNG OR THROUGH ROOF STP SHIELDED TWISTED PAIR —y 10 MOTOR —NO. = HORSEPOWER SUSS TB SUITABLE FOR USE AS SERVICE ENTRANCE TERMINAL BLOCK - - TEFL TOTALLY ENCLOSED FAN COOLED UC5 UNSHIELDED CAT 5e CABLE UC6 UNSHIELDED CAT 6 CABLE LOAD BREAK FUSE HOLDER AND FUSE UPS UNINTERRUPTIBLE POWER SUPPLY UTP UNSHEILDED TWISTED PAIR d V VOLT VA VOLT AMPERE W WATT WH WATT HOUR WP WNFATHFR PROOF 1 4� 4 I► IR a Q ► NONE 0 1" 2" t r d TWO INCHES AT FULL SCALE a IF NOT, SCALE ACCORDINGLY z PULLHOLE 0 0 WALL GROUT ENVELOPE .(n d (12" MINIMUM = r-- SMOOTH ; DEPTH) INNER - RADIUS 1 cf) OF GROUT 0 !i NON SHRINK - —NON SHRINK ' GROUT ¢ GROUT I- .. (� � o PULLHOLE o WALL rt I► IR a Q ► NONE 0 1" 2" t r d TWO INCHES AT FULL SCALE a IF NOT, SCALE ACCORDINGLY w C/) z z 0 0 CV _j W .(n d U) �> LL cf) E 0 CV LLJ se Co cu ¢ 0 I- .. (� � o o � 0 cu a- L N [If _ OC Z E UW Q o < LL w C/) z z 0 CV _j W d U) O LL cf) _J _j c CV LLJ Co M ¢ 0 I- rw� v ) 0 � u a- � N [If OC W Q 3 < LL 0 L J 0 � m Cl z w C? I [L � o v U) z z Lu i 0 U) O cf) w c c= z ¢ ¢ I- 0 � u u � N [If OC W Q 3 0 � m Cl z w C? I [L � o v U) LLI 0 U) LU cf) LLI Z I- 0 ui i s 5 s LID SUPPORT (TYP.) — SE NOTE 3 I� HEX COUPLING NUT BOLT DOWN ANGLE D ATTACHMENT TAB — N 1 1/211 x 1 1/2" x 1/4" ANGLE A co ANCHOR STUDS — 318" x 3" 4( — 10 COUNT STUDS PLACED AROUND FRAME (THIS ONE PLACED TO SIDE OF LID BOLT DOWN ATTACHMENT TAB) 1 1/2" DIAM. HOLE WITH _/ A C E _ GROUND STUD SEE NOTE 4 LID HOOK (TYP) 1/4" SEE NOTE 7 C 3/16" (TYP.) LID LIFTING NOTCH — 1/411 x 3/4 " PENTA HEAD BOLT BOLT PLATE — SEE DETAIL B 1 1/4" GAP (TYP.) 4" DIAMOND PATTERN FOR HOOK RELEASE (TYP.) SEE NOTE 2 LOCKING LID STANDARD DUTY JUNCTION BOX GROUNDING STUD SE NOTE 4 LID SUPPORT (TYP.) L SHAPE SHOWN (SEE NOTE 3) E BOLT DOWN ANGLE ATTACHMENT TAB 1 1/211 x 1 1/2" x 1/4" ANGLE 3/8" x 3" FRAME STUD (TYP.) HEX COUPLING NUT 2 4 WELDED WIRE z, ~ REINFORCEMENT (TYP.) ' (WWR) 4x4- W2.9xW2.9 (6 GAGE) — SEE NOTE 10 , WELDED WIRE HOOP (TYP.) y W2.9 (6 GAGE) — SEE NOTE 10 a La PVC CONDUIT I A 2" MIN. 7/1611 5/16" STEEL COVER PLATE LID HOOK co a. F 3„ BONDING w JUMPER SEE NOTE 6 ; GRAVEL PAD SECTION OA LID LIFTING NOTCH — 1/411 x 3/4" 5/16" STEEL COVER LIP PLATE JUNCTION BOX DIMENSION TABLE y BOX TYPE Q .W ITEM __j W d TYPE 1 L TYPE 2 L A OUTSIDE LENGTH 22" 331" 0 OF JUNCTION BOX 0 LLJ B OUTSIDE WIDTH 171" 221/211 U) OF JUNCTION BOX H\ C INSIDE LENGTH 18"-19" 29" — 30" 0— OF JUNCTION BOX D INSIDE WIDTH 13" — 14" 18 1/2" — 19 112" Z 0 OF JUNCTION BOX w °' Y N CO E LID LENGTH 175/811 285/811 F LID WIDTH 12 5/8" 181/811 CAPACITY — 61" 12" CONDUIT DIAMETER 5/16" STEEL COVER LIP PLATE 1 BONDING JUMPER SEE NOTE 6 GRS CONDUIT 0 Vol SOL, NOTES 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 2. The lid thicknesses are minimum. The diamond pattern shall be 28% minimum of overall thickness. 3. Lid support members shall be 3/10" minimum thick steel C, L, or T shape, welded to the frame. 4. A 1 /4 -20NC x 3/4" S.S. ground stud shall be welded to the bottom of the lid; include S.S. nut and flat washer. 5. Bolts and nuts shall be liberally coated with anti -seize compound. 6. Connect a Bonding Jumper to steel conduit bushing for GRS conduit; connect to Equip- ment grounding conductor for PVC conduit. Bonding Jumper shall be #8 min. x 4' of tinned braided copper. 7. The System Identification letters shall be 1/8" line thickness formed by engraving, stamping, or with a S. S. weld bead. Grind off diamond pattern before forming letters. See System Identification Detail. 8. When required in the Contract, Type 2 L boxes shall be provided with a 10" x 27 1/211 10 gage divider plate complete with fasteners. 9. The Junction Box Type 2 L shall be provided with a 12" deep extension when specified in the Contract. 10. See the WSDOT Standard Specifications for alternative reinforcement and class of concrete. 11. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding. Attachment Tab shown depicts a typical component arrange- ment, actual configurations of assembly will vary among manufactures. See approved manufactures shop drawing for specifics. /— HEX COUPLING NUT , 3/8" x 3" FRAME STUD (TYP.) SECTION OB WELDED WIRE REINFORCEMENT (TYP.) (WWR) 4X4- W2.9xW2.9 (6 GAGE) — SEE NOTE 10 WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) — SEE NOTE 10 1 , SYSTEM IDENTIFICATION DETAIL 1" (TYP.) 1" (TYP.) ed �__ Comm COMMUNICATION SYSTEM LT LIGHTING SYSTEM TEL TELEPHONE SYSTEM 0 1" 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY U ® Q .W N __j W d z < .> r) 0 _E 0 LLJ M W v U) 4 H\ C e 0 Vim! 0— • EC E U C: Z 0 0 w °' Y N CO O U ® N __j W d z < 0 0 LLJ M W 0 U) O.. z 4 Q 0— C U O a > M] x1 0 Q m Z O W CL SHEET E2 OF 13 w W i i 0 J < 0 z 4 Q N a > x1 0 Q m Z O W CL SHEET E2 OF 13 w W i i r. S! �, r }_ TYPE 1L JUNCTION i POLE B6t. BOX'\ (NOTE1)- NOTE 4 - - - k' 1 �' li t Ill -a ~- 3#8+ 1 #SG (MDP =20), fi rr� r I Ili / a i s _ r- if POLE B3 FUTURE (NPTE._4) r SCOREBOARD o - r 1 I I -SEE-DETAIL ( 1 r - (NOTE ~5) 3 E1 _ 3 #C 8 +1 #8G (MDP -26), 1 (NOTE 9) i u} ! i 11 ! P I 1--r "C (SPARE)(NOTE 3 &9)- V I rl - ' � "C. (SPARE) `�� (NOTES 3 &9) t i I I 1 #10 +;r1 10N +1 #10G (MDP- 1),3/4 "C (NOTE -9Z-t ` ° n ! / N, 1 6 #8 +1 #SG (MDP 20,26),2 "C (NOTE 9) ` _ r I I I If BALLFIELD I I !f \\ BALLFIELD - i i - , 1 NOTE 6 - - , _ - _ __z_ - -ll _ -.'! I r "B" it Ilk .x _ Q _ 1' I ! FUTURE il ! ( f '--I- SEE DETAIL 3/El,--' 1 19NOCO EE ARD I , If Ir ( i ) 1 I t i,p �' it Ik f I- — — — 4 r BB '--.. 1 -1 "C (SPARE) f { I = ; I Nkf ! !, (NOTES 3 &9) i , E �� f ' - til! ` -` ;► ! t POLE A3 1 #10 +1 #10N, (MDP -40)+ 4) ; 6 #$ +1 #8G (IMDP- 2,31),2 "C (NOTE) 1 i I # i NOTE 7 I ± TYPE 2L JUNCTION i 1d-1,-'1"C (SPARE) `4 S t TYPICAL �F 2) B X NOTE 11 = v ' ' \ \ y I'I NOTES 3 &9 # 111+ 4 ( ) 1 #10 +1 #10N +1 #10G ( ) ! I 1$104-1#10N (MPP -40)+ I BB 1 -2 "C (SPARE)(NOTES 3 &9) tf, MDP- 38),3/4 "C (NOTE 9)�-" ' ;11 1 i - s " 1 t ` � �_ -• _ -__- ._ _ _ _ _ ___ ___ I -�6 8 +1 #8G (MDP12,31),2 9 (NOTE 9)- i I i POLE Q \\ ,1 TYPE 1L JUNCTION r4 , BACKSTOP i $ +1{�8G (iyIQP- 20,2fZ),2 "C -(NS?T _9) _- - - -- -- - - -_ -_ _ -__ _ ___ __ -_ _ _ - I �' �i"x - /{{ 4)b�j_ , � BOX (NOTE_1)__ - -_ -_ v_ I ;- EQUIPMENT ►\ [ r �" r- , 4 1-1:C SPARE NOTE 8) \\ , 1- , C (SPARE) +1 -2 "C (SPARE)(NOTE 9) POLE B, NOTE 7 ! °II r kr "- ��- POLE A4 1 2 C (SPARE)] \` ��\ BACKSTOP EQUIPMENT (NOTE 8 (NOTE °- I i ,, ,. f ; ` _ - , \ NOTE 6 \\ ) ► -' I , BB s II / r-f� rl, __ -vI (NOTE 4 - -- (NOT -9) - \ \\ 1 10 +1 #10N (Mb i i 1 = # _ �, ¢ I t \ \� \ \ _ »_, -- -- - -_ I \ r t t ' `' �8 +1 8G MDP -14 1 G NOTE 9) Il\ BB "' ` r BB ! ~ ", �'�\ \\ 2�-2 SPARE N TES_9 &11 3 rrY ~, ` # ( )� ( NOTE Ali \ Ct (SPARE) NOT 6 � PULLH0LE f�2� POLE Al NOTE 4) t /2 10 +2 #10N (MDP - 38,42)+ '�- rn-� �. �!_ = �1 -2 "C (S ARE)(NOTES 3 &9) _ _- (TYPICAL OF 2 NOTE �i F $, \` _ (NOTE 10) BB BB ( I# I t 1 f %- ' s 3 8 +1 #8G, 14), "C , (NOTE -9) - - - _ _ - r _ � \ }; ° � ° - - - - - NOTE 7 ! � 1 �,f� r' � _ r- 1 10 `1 #40N - (MDP -42) +- - - - -_ - -� \- - ' 1 #10 +1 #10N +1 #10G 1 \\ \ " NOTE - - (TYPICAL OF ,) 38 +1 #8q _ (MDP 8) 2 "C (NOTE 9) \\ \ „ (MDP- 42),3/4"C'(NOTE:9) p - _ '-- ,_W_,_ _ \\ '< l 1 #1011 #10N == (MOP- ,40) +6 #8 +1 #8G (MDP- 1,,25),2C (NOTE 9) i �--3 #,8 +1 #8G (MDP -32), CC TYPE 2L JUNCTION \ \ \� ", NOTE'61' �\ ` _ II 1 ( ) \\ �/ 4 -2 "C _(SPARE)(NOTES -3,9&i 1)1 II k 1 1 C NOTE 9 BOX (NOTE 1) 1, \Q ;,� T„ j I jfi _�_� —_ 1 i " f 1 % \� 1 -1 "C (SPARE) +1 -2 'C (SPARE)(NOTE 9) t 1 TYPE 1L JUNCTION f I r° f }' 1-2"p (SPARE)(NOTES � &9) A \\ z 1 j' I 1`- - " \ \�r r l i�if BACKSTOP EQUIPMENT (NOTE 8) / 3$ +1 #8G (MDPT13), BOX (NOTE 1) r vj f 1 iI 1 �`; - - lr 1 -1 C (SPARE)(NOT€ 9)' �t\ I i �� 1 G (NOTE 9) SEE DETAIL 3 /E1 POLE B1 1 i %i ;i''�if (i� '� S ! ` \�\ �II' !i �- °~` -�-• -- - -� - -- - rl (NOTE 4) 2$ 10+2 #10N (MDP - 38,42 } + \� lye 6 $ +11 SG MDPI_2,31),2 "C (NOTE 9 )- ! II tr I 3 8 +1 #8 DP-14),21C (NOTE 9) Ili 6 @B 1 #SG MDP 20,26),2 "C (NOTE 9) F ` 3 #8 +j8G (MDP -8),1 C (NOTE 9) \ \\ I ( I ( 11 PULLHOLE �P1 ; NOTE 7 (NOTE 10)' f TYPICAL �F 2) s a J''` IIII POLE A2 'll t 1 Ci =? r !'r _1.1 .10+1#10N (MDP -42)+ I (NOTE 4) c3 Q +1 #$G (MDP = 7),� "C (NOTE ) Illllfl } I I j 1 "G (SPARE) s 4 x� rr s4 k, I IIII, ,r; I (NOTES 3 &9) f `F� i y EXi. fI� G j ` t I� IIIIIIII B� I - - � f 4 /��� 2 -2 "C (SPARE)(NOTES- 39 &11) ` ? - -r I� I - _ __ -_ ___ % �j ! SCOREBOARD/' i { I 1 tF I SALL IiIi1�' I I L I / 1 glllli, l � fr (NOTE 5) 6 #$ +1 #8G (MDP - 20,26),2 "G (NOTE 9) 3 #10 +3 #10N +1 #10G i (I 1 II rll; 11 rl (MDP - 38,40,42),2 C (NOTE,) oil 1111;1 !' f 1 -2 "G (SPARE)(NOTES 3 &9) l n,) I " 6#8+1#80 MDP -13,3 IIi 6 #8t1 #8G (MDP - 2,31),2 C (NOTE 9) ( l Z�, ni `2 -2 "C (SPARE)(NOTES 3,9& 1) 41 II 2 G (NOTE 9) ---Sy I� # # ( Q ) ( ) BAL"A" t 6 8 +1 8G- M P_ -1,25 ,2 "C_ NOTE`9 " „ I - %�� - v� I - -�_., I _�_ —.._ .. � • t _ ... { ; �� q f r/ 9 #8 +1 #8G (MDP - 7,8,14),2 "� (NPTE 9) ii f i -v; JLs.'i t� �' Illllrli 1 _ r)( ) I 2 -2_C SPAR NOTES 3,9 &11 1 4, C ('SPARE) Ilpl F01� TELEPHONE SERVICE) NOTES i9 &12� NOTE 6 "a ? t 1 -1 1/2 r(SPAR) {NOTE 9) TELEPHONE HANDHOLE , �s�� '/� r r 1pliq�l I i '( i) „'� :�CTYPE 1 L �dU,NcT0f , c lI \ ? ~r c r ' t 11111111111 J Irr',' 1 "f 6#8+1#8G (MP -13, 2), BOX (NOT& ,9 ` r 11 >1 ". ) illllllll t %j rr f g 1 4 G (SPARE) 2 C (NOTE_ 9)_ - i (r 44 / (IIII _ - I FOR ' TELEPHONE SERVICE) �y " 1 gal I;j� 3 IIII NOT S 9 &12 / �: 1 -2 C (SPARE (NOTES 3 &9) DISTRIBUTIOt�fivt�2UlP ENTiIIIIIIIlvr i ) , - ' 1'i (SEE DETAIL 1 3#,8+1#8G (MDP _1 (MOTE 9)_, �_ _r . _ 1 �1_C (SPARE)(NOTES 3dc85(F + =�� E� - � FLAGPOLE (FUTURE) ---(NOTE-6) 1 f ♦\ _ Lei �iltnC: I � POLE B2 (NOTE 4) PACIFIC POWER ,UNDERGROUND I SE ONDARY CIRCUIT { (NOTE 2) DETAIL 1 /�1) - ! \ `\ ,y F-- ."`''_• _ _ -I_ _ xi,. t..-.- .y-r _l'= -- �_..,,_a,._., _ ,._..., _a ,�_ .�, =r _�j��.� _ - -1- 5 -•. `\ ae _ ..z -.,.:_ _ . _ —,_ _y . -,.s. _ _ —_b r _"_ ___— _ __ _ .. w.- ---!' zi_ pj `F_ — _____.°'_— __ _ i PACIFIC POWER POLE NO1E 2 s ! I I I 111 I } ' �,,, f r} ' �' 1 � t t � •� � I � i I � � i , I 4 � , ,; , !�, �; �I { � I i I ( ) ii_.�i IT —h- `f • -�' #' "_Y _ _,. =YV k_ 'Y .M1 _ f I IF _ � ' i ELEC 1 RIQ/'iL. JI 1 C PLAN SCALE, 1' -40' -0 ; I ,' - l J `l i jj I I i NORTH NOTES: 1. SEE SHEET E2 FOR JUNCTION BOX REQUIREMENTS. 2. SEE ONE LINE DIAGRAM SHEET E5 FOR CIRCUIT AND EQUIPMENT INFORMATION, 3, PROVIDE NYLON PULL STRINGS IN ALL SPARE CONDUITS, 4. INSTALL AND CONNECT BALLFiELD LIGHTING CIRCUIT CONDUCTORS TO MANUFACTURER'S ELECTRICAL COMPONENTS ENCLOSURE FURNISHED ON MANUFACTURER'S POLE. INSTALL PLAZA OR PATHWAY LIGHTING FIXTURE ON POLE WHERE SHOWN ON DRAWINGS. EXTEND PLAZA /PATHWAY LIGHTING CONDUCTORS INTO BALLFIELD LIGHTING POLE PER POLE MANUFACTURER'S RECOMMENDATIONS AND CONNECT TO LIGHTING FIXTURE, THE BRACKET FOR THE PLAZA LIGHTING IS PROVIDED BY THE POLE MANUFACTURER, PROVIDE PLAZA LIGHTING FIXTURE MOUNTING REQUIREMENTS TO THE POLE MANUFACTURER IN ORDER TO COORDINATE INSTALLATION OF PLAZA LIGHTING ON POLE. PROVIDE TWO 3/4 10 FOOT COPPER CLAD GROUND RODS SEPARATED PER CODE AND #8 BARE COPPER GROUNDING CONDUCTOR (OR PER POLE MANUFACTURER'S REQUIREMENTS — WHICHEVER SIZE IS GREATER) FROM GROUND RODS TO POLE AND CONNECT TO POLE PER POLE MANUFACTURER'S REQUIREMENTS ViA UNDERGROUND ACCESS HOLE IN POLE. SEE POLE MANUFACTURER'S ELEVATION DRAWINGS LOCATED IN SPECIFICATIONS AND POLE MANUFACTURER'S APPROVED SHOP DRAWINGS FOR ADDITIONAL INFORMATION REGARDING CONNECTION OF GROUNDING CONDUCTOR AND LOCATION OF ELECTRICAL COMPONENTS ENCLOSURE. 5. STUB UP AND CAP CONDUIT FOR FUTURE USE, VERIFY EXACT STUB UP LOCATION WITH OWNER PRIOR TO INSTALLATION. 6. CAP AND STAKE CONDUIT(S) FOR FUTURE USE. VERIFY EXACT STUB UP LOCATION WITH OWNER PRIOR TO INSTALLATION, 7. MOUNT LIGHTING FiXTURE AT +30'-0" ON BALL FIELD LIGHTING POLE ON BRACKET PROVIDED WITH POLE. 8. SEE DETAIL 2/E4 FOR BACKSTOP EQUIPMENT INFORMATION. 9, SEE DETAIL 2 /E1 FOR TRENCHING REQUIREMENTS. 10. SEE DETAIL 4 /E1. 11, DENOTES MULTIPLE CIRCUITS AND CONDUITS, SEE PULLHOLE DETAILS SHEETS E6 AS WELL AS INDMDUAL PLAN SHEETS FOR CONDUIT AND CIRCUIT IDENTIFICATION. 12. MAINTAIN TELEPHONE UTILITY REQUIRED SEPARATION FROM POWER CONDUITS WHERE TELEPHONE SERVICE IS ROUTED IN COMMON TRENCH WITH POWER CIRCUITS. 13. PROVIDE AND INSTALL VAULT TO QWEST (CENTURY LiNK) UTILITY REQUIREMENTS. 14. INTERCEPT EXISTING CONDUIT LOCATED AT PICNIC SHELTER AND EXTEND TO LOCATION OF FUTURE CONCESSIONS BUILDING. 0 1" 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY w I` 0 0 W .W . > � (Q E0 2 C) CIO i) 00 W o y..r (D c ¢' c QU 0 - z E co U w LJ w J a a w W (0 z < < � II r1 � N � O > z Lu U) C) U Lu W SHEET E3 OF 13 0 co m M w C W Q � , , , 0 W � U C) CIO Lu 00 W U) CL U 0 LJ w J a a w W (0 z < < � II r1 � N � O > z Lu U) C) U Lu W SHEET E3 OF 13 0 co m M w C W Q � , , , , i 7 , oo' TO PULL`HOLE P1 T (NOTE 3) 1 1111 11-111111 a IIII 11111111 � �`� j � w GROUND ROD _ _ t (NOTE 2)�t---- I------ ...- ....-- - - - - -- � � -� - - -- � - - — --T-,- GROUND ROD GR,OUND'ING ELECTRODE — 1 (NOTE 2) ,( 1 I (l I I IIII 1 1 1 r -(KOTE 2) I I � Ill- Ilttllrr %I i -I �' t GROUNDING - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ELECTRODE' 1 1111 111t1fIr d I NOTE 2" ( ) I 1111 Iillllll � IW 3 1 1 1 1 ! t t l l t PANEL- "MDP" CABINET "1A" (+IOT>1)_ _ I " " CABINET 1 B 1 IIII 1 1 1 1 1 1 + +`� NOTE 1 f r •' ifi \s; i I bb bb 000 ]I r 1 I I GROUNDING y' ' r / 1 EI.,ECTRODE 8X8 PRESSURE TREATED I i `� v1 CONDUCTOR i WOOD POST (TYPICAL OF 2) ; (NOTE 2) ' t UTILITY METER 2X8 PRESSURE TREATED (NOTE 1) WOOD BOARD FOR EQUIPMENT . a� EQUIPMENT SUPPORT (TYPICAL) 1 ` +� �� ( 1 NOTE 1 UNDERGROUND PACIFIC 1 + + + a- ' l �1 POWER SECON = ARY CIRCUIT (NOTE 1) IW 12 cp iu /11 C C c>i C: Z _E UW 0) HOA + ++ .. ,1 -- ..e ISWITCH ENCLOSURE +� + ' 1 TO PA IFIC POWER r . - + + I A POL (NOTE 3) GROUNDING t (CONTROL CIRGUITS,1 "C C.T. ENCLOSURE'-,' NGLOSURE , + � . 1 �'' - ELECTRODE t (NOTE 1) + * + 1 (NOTE 2)-�°� I PEA GRAVEL t + + i GROUND ROD I INFILL AREA (NOTE 2) - - - - - - �- - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - GROUNDING, ELECTRODE_ (NOTE 2) .. - _ -,- � _ (ROl1tJ ®�FZOD L NOTE 2 FENCE 4~~z` NOTE 3 [11 L f ` / F _12 EI-EC�rr�IC L D ��TRIBUTI ©N EQUIPMENT SCALE 1/2" = 1' -0" (SEE DETAIL A /E4 FOR FURTHER INFORMATION) NORTH 2X8 PRESSURE TREATED WOOD BOARD FOR EQUIPMENT { � --- -�- °- ----- SUPPORT (TYPICAL) - CABINET "1A" CABINET "1 B" I PANEL MDP i I E 8XB PRESSURE TREATED WOOD POST (TYPICAL OF 2) UTILITY METER I C T. ENCLOSURE (ON OPPOSITE SIDE OF BACKBOARD) I I POLES A2, A4 & B5 { POLES B3 & B6 POLE A3 POLE Al 1 SPARE TO P1 ; SPARE TO P1 PACIFIC POWER SECONDARY CIRCUIT FINISHED GRADE 1 b 1 �1 7 , [- --EDGE OF BACKSTOP I SHELF Qa QUADRUPLEX RECEPTACLE (FUTURE) ' NEMA 3R ENCLOSURE FOR BACKSTOP EQUIPMENT (NOTE 4) --I -1" CONDUIT FOR I BACKSTOP POWER 1" CONDUIT FOR SCOREBOARD POWER 2" CONDUIT FOR PAGING /PA I MICROPHONE I I II II I I II II STUB OUT TO FUTURE ELECTRICAL ROOM IN CONCESSION /RESTROOM BUILDING TO FUTURE SCOREBOARD TO FUTURE ELECTRICAL ROOM IN CONCESSION /RESTROOM BUILDING SCALE 3/4" = V -0" NOTES: 1. SEE ONE LINE DIAGRAM SHEET E5 FOR CIRCUIT AND EQUIPMENT NOTE 1 INFORMATION. 2. PROVIDE #1/0 BARE COPPER GROUNDING ELECTRODE IN HOA + ++ .. ,1 -- ..e ISWITCH ENCLOSURE +� + ' 1 TO PA IFIC POWER r . - + + I A POL (NOTE 3) GROUNDING t (CONTROL CIRGUITS,1 "C C.T. ENCLOSURE'-,' NGLOSURE , + � . 1 �'' - ELECTRODE t (NOTE 1) + * + 1 (NOTE 2)-�°� I PEA GRAVEL t + + i GROUND ROD I INFILL AREA (NOTE 2) - - - - - - �- - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - GROUNDING, ELECTRODE_ (NOTE 2) .. - _ -,- � _ (ROl1tJ ®�FZOD L NOTE 2 FENCE 4~~z` NOTE 3 [11 L f ` / F _12 EI-EC�rr�IC L D ��TRIBUTI ©N EQUIPMENT SCALE 1/2" = 1' -0" (SEE DETAIL A /E4 FOR FURTHER INFORMATION) NORTH 2X8 PRESSURE TREATED WOOD BOARD FOR EQUIPMENT { � --- -�- °- ----- SUPPORT (TYPICAL) - CABINET "1A" CABINET "1 B" I PANEL MDP i I E 8XB PRESSURE TREATED WOOD POST (TYPICAL OF 2) UTILITY METER I C T. ENCLOSURE (ON OPPOSITE SIDE OF BACKBOARD) I I POLES A2, A4 & B5 { POLES B3 & B6 POLE A3 POLE Al 1 SPARE TO P1 ; SPARE TO P1 PACIFIC POWER SECONDARY CIRCUIT FINISHED GRADE 1 b 1 �1 7 , [- --EDGE OF BACKSTOP I SHELF Qa QUADRUPLEX RECEPTACLE (FUTURE) ' NEMA 3R ENCLOSURE FOR BACKSTOP EQUIPMENT (NOTE 4) --I -1" CONDUIT FOR I BACKSTOP POWER 1" CONDUIT FOR SCOREBOARD POWER 2" CONDUIT FOR PAGING /PA I MICROPHONE I I II II I I II II STUB OUT TO FUTURE ELECTRICAL ROOM IN CONCESSION /RESTROOM BUILDING TO FUTURE SCOREBOARD TO FUTURE ELECTRICAL ROOM IN CONCESSION /RESTROOM BUILDING SCALE 3/4" = V -0" I I I I I I I II II 11 11 11 I I II III I I I I I I I I I I j I I I I I 1 I II II II II II 11 II III I I I I I IIIII I 1 I I I I I II II II II II I I II III I I I I i IIII I I I I I I I I 11 II II II II I I II III I I I I i IIII I r I I I I I II II II II II I I II III I I I I I I I III SEE TRENCHING DETAILS I I I I I I II II If 11 II 1 1 II 111 1 11 1 1 1 1 111 SHEET E1 FOR ACTUAL I I I I I I II II II II II 11 II III I II I I I I III CONDUIT DEPTH i / I I I I I II II II 11 11 I I II I I I I I I I I IIIII i � I I I I I II II II II II 1 1 II III I I I I I IIII I �� �� I I I I I II II II II 11 11 II I I I I I I I I IIII I —• °� i I I I I I II II 11 II II I I II III I Ii I I I I ili 00 OC�C 000 UU U O 0 O O V ELEVADQU 61F4 SCALE 3/4" = 1 � -0" 0 1 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY Y NLT- N � r CNJ 0 LL CL CL LL 0 V i r W � C) J W vJ J r�� L J ca [n Cn U) Z {C d d II N LLLJ © mIY � w U w c� c _j L1J W r I 5 NOTES: 1. SEE ONE LINE DIAGRAM SHEET E5 FOR CIRCUIT AND EQUIPMENT INFORMATION. 2. PROVIDE #1/0 BARE COPPER GROUNDING ELECTRODE IN LOCATION AS SHOWN ON PLAN. PROVIDE 10 FOOT LONG, 3/4" COPPER CLAD GROUND RODS CONNECTED TO ELECTRODE AS SHOWN ON PLAN. PROVIDE COPPER GROUNDING ELECTRODE ? CONDUCTOR CONNECTIONS TO EQUIPMENT AS FOLLOWS: MAIN DISTRIBUTION PANEL "MDP" #2 EXOTHERMICALLY WELD ALL CONNECTIONS. ALL CONDUCTORS NOT CONCEALED SHALL BE RUN IN RMC CONDUIT, SPARE TO FUTURE FLAGPOLE SPARE FOR FUTURE PATH LIGHTING 3. SEE ELECTRICAL SITE PLAN SHEET E3 FOR CONTINUATION. SPARE TO P1 SPARE TO P1 PLAZA & PARKING LIGHTING 4. SEE SPEAKER WIRING DETAIL SHEET D2 FOR ADDITIONAL POLE B2 SPARE TO JUNCTION BOX CONDUIT REQUIREMENTS BY CONTRACTOR FOR OWNER POLES B1 & B4 FURNISHED SOUND SYSTEM. SPARE TO P1 I I I I I I I II II 11 11 11 I I II III I I I I I I I I I I j I I I I I 1 I II II II II II 11 II III I I I I I IIIII I 1 I I I I I II II II II II I I II III I I I I i IIII I I I I I I I I 11 II II II II I I II III I I I I i IIII I r I I I I I II II II II II I I II III I I I I I I I III SEE TRENCHING DETAILS I I I I I I II II If 11 II 1 1 II 111 1 11 1 1 1 1 111 SHEET E1 FOR ACTUAL I I I I I I II II II II II 11 II III I II I I I I III CONDUIT DEPTH i / I I I I I II II II 11 11 I I II I I I I I I I I IIIII i � I I I I I II II II II II 1 1 II III I I I I I IIII I �� �� I I I I I II II II II 11 11 II I I I I I I I I IIII I —• °� i I I I I I II II 11 II II I I II III I Ii I I I I ili 00 OC�C 000 UU U O 0 O O V ELEVADQU 61F4 SCALE 3/4" = 1 � -0" 0 1 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY Y NLT- N � r CNJ 0 LL CL CL LL 0 V i r W � C) J W vJ J r�� L J ca [n Cn U) Z {C d d II N LLLJ © mIY � w U w c� c _j L1J W r I 5 CNJ 0 LL CL CL LL 0 V i r W � C) J W vJ J r�� L J ca [n Cn U) Z {C d d II N LLLJ © mIY � w U w c� c _j L1J W r I 5 J r�� L J ca [n Cn U) Z {C d d II N LLLJ © mIY � w U w c� c _j L1J W r I 5 © mIY � w U w c� c _j L1J W r I 5 I I 0 l" 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY C 0 � -j Lu ,U) d C7 Z (u Y F- E 0 ) C) 12 W (2 W EXISTING OVERHEAD PRIMARY v I..I_ _ C e © N m • t c/) � E z° E U W N, CIRCUIT. LL 0 /MOUN�T3TRANS F1 - - POLE ORMERIRBY PACIFIC POWER. 1 -4" CONDUIT ONLY WITH PULLSTRING. TRENCHING AND BACKFILL BY CONTRACTOR TO PACIFIC POWER REQUIREMENTS. CONDUCTORS BY PACIFIC POWER. CONDUIT BY CONTRACTOR TO PACIFIC POWER C.T. ENCLOSURE BY REQUIREMENTS. WIRE BY PACIFIC POWER CONTRACTOR TO PACIFIC POWER REQUIREMENTS METER BASE AND ENCLOSURE BY Li C T.'S BY PACIFIC POWER. I I I CONTRACTOR TO UTILITY REQUIREMENTS INSTALLED BY CONTRACTOR. 4 I I METER BY PACIFIC POWER 2 SETS EACH WITH 3$3/0+1#3/0 N+ 1 3G,2 1/2-C MAIN DISTRIBUTION PANEL "MDP" (NOTE r PROTECTIVE i NEMA 3R ENCLOSURE NOTE 1 1 DEVICE _ -- -- -- --- -1- -- -_ -_ -- -_ -_ -- -_ -- -- -- -- -- -- -- -- -- -- -- -- -- -- -_ -- -_ -- -- -- -- -- -- -- -_ -- ) 3P -400A I 480V I 30KAIC SUSS 3P -70A ) 3P -20A ) 3P -20A ) 3P -20A ) 3P --•20A ) 3P -20A ) 3P -20A ) 3P -20A ) 3P -20A ) 3P -20A ) 3P -20A ) 3P -20A 480V ) 3P -20A 480V ) 1 P -20A 480V ) 1 P -20A 480V ) 1 P -20A 480V ) 1P-20A 480V ) 1P-20A 480V ) 1P-20A ) 1 P-20A 480V 480V 480V 480V 480V 480V MDP 480V 480V MDP --19 MDP -2 480V MDP -8 480V 480V MDP -14 MDP -20 480V MDP -25 480V MDP -31 MDP -26 MDP -32 MDP -38 MDP -40 MDP -42 MDP -43 MDP -45 MDP -47 MDP -44 MDP -37 MDP -1 30KAIC MDP -7 30KAIC -13 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC 30KAIC I I IN G-- -- -- - -� - -- -- NOTE 5 _ SPARE FOR FUTURE 3 #8 +1 #8G, c 3 #8 +1 #8G, 2 #8 +1 #8G, 3 #8 +1 #$G, 3 #8 +1 #8G, 3 #8 +1 #8G, 3 #8 +1 #8G, 3 #8 +1 #8G, 3 #8 +1 #8G, 3 #8 +1 #8G, 3 #8 +1 #8G, 3 #8 +1 #8G, 1 10+1#10N+ 1 10+1#10N+ 1 10 +1 10N+ 1 1 12 +1 #12N 12G, 1"C: 2) (OTE 2) (NOTE 2) (NOTE 2) (NOTE 2) (NOTE 2) (NOTE 2) (NOTE 2) (NOTE 2) (NOTE 2) (NOTE 2) 1$10G NOTE 3) 1$10G NOTE 3) 1#10G NOTE 3) CONCESSIONS (NOTE 2) (NOTE BUILDING 3P 3P -30A 3p -30A 3P -30A "P-30A 3P -30A 3P -30A 3P -30A 3P -30A 3P -30A 3P -30A 3P- --30A 3P -30A 3P -30A I I 3P -30A 1 -30A 1 480V CONTACTOR C1 480V CONTACTOR C2 CONTACTOR 80V C3 480V CONTACTOR C4 480V CONTACTOR C9 480V CONTACTOR C10 480V CONTACTOR C11 480V CONTACTOR C12 480V CONTACTOR C5 480V CONTACTOR C6 480V CONTACTOR C7 480V CONTACTOR C8 I I - - °- - - - - - - - - - - - - - - - - - 480V CONTACTOR - °T- - 480V b CONTACTOR SPARE - - - T- 480V b CONTACTOR SPARE NOTE 4 NOTE 4 OTE 4 NOTE 4 NOTE 4 < NOTE 4 NOTE 4 NOTE 4 NOTE 4 NOTE 4 c NOTE 4 NOTE 4 NOTE 4 NOTE 4 NOTE 4 MUSCO LIGHTING MUSCO LIGHTING CONTACTOR CONTACTOR CABINET "1 B" CABINET "1A* IL Ito IL A, BALLFIELD A BALLFIELD A BALLFIELE A BALLFIELD A BALLFIELD C BALLFIELD C BALLFIELD C BALLFIELD C BALLFIELD B BALLFIELD B BALLFIELD B BALLFIELD B NORTH PARKING NORTH & EAST SOUTH & WEST CABINETS 1A&1B CONTROL POLE Al POLE A2 POLE _l POLE 82 POLE A3 POLE A4 POLE B5 POLE 86 POLE Al POLE A3 POLE B3 POLE B4 LOT LIGHTING PLAZA LIGHTING PLAZA LIGHTING POWER ONE LINE DIAGRM SCALE NONE PANELBOARD CIRCUIT SCHEDULE PANEL MDP SECTION 1 OF 1 CK . BREAKER POLE POLE BREAKER DESCRIPTION CKT• # LOAD DESCRIPTION TYPE # # TYPE LOAD 1 2 BALLFIELD A -- 3RD BASE BALLFIELD C - 1 ST BASE 1 (POLE Al) 3P -20A 3 4 3P -20A (POLE A3) 2 5 6 7 8 BALLFIELD A - 1 ST BASE BALLFIELD C - 3RD BASE 7 (POLE A2) 3P-20A 9 10 3P -20A (POLE A4) 8 11 12 13 14 BALLFIELD A - LEFT FIELD BALLFIELD C - LEFT FIELD 13 (POLE 131) 3P -20A 15 16 3P -20A (POLE 135) 14 17 18 19 20 BALLFIELD A - RIGHT FIELD BALLFIELD C - RIGHT FIELD 19 (POLE 132) 3P -20A 21 22 3P -20A (POLE B6) 20 23 24 25 26 ' BALLFIELD B - 1 ST BASE BALLFIELD B s-- LEFT FIELD 25 (POLE Al) 3P -20A 27 28 3P -20A (POLE 133) 26 NOTES: 29 30 1, SEE PANELBOARD CIRCUIT SCHEDULE THIS SHEET FOR CIRCUIT BREAKER LAYOUT INFORMATION. 31 32 BALLFIELD B - 3RD BASE 34 3P BALLFIELD B RIGHT FIELD (POLE E 134) 32 2. PROVIDE TWO 3" NIPPLES BETWEEN PANEL "MDP" AND CABINET "1 A" FOR 31 (POLE A3) 3P -20A 33 -20A BRANCH CIRCUITS, 35 36 11 NORTH PARKING LOT 3, PROVIDE ONE 2" CONDUIT BETWEEN PANEL "MDP" AND CABINET "1B" FOR 37 38 1P-20A LIGHTING 38 BRANCH CIRCUITS. SPARE FOR FUTURE NORTH AND EAST 37 CONCESSIONS BUILDING 3P -70A 39 40 1P-20A PLAZA LIGHTING -WEST 40 4. SEE PLAN SHEETS FOR CONDUCTOR AND CONDUIT QUANTITIES AND SOUTH AND SIZING, 41 42 1 P -20A PLAZA LIGHTING 42 CABINETS 1A & 1B 43 SPARE 1P-20A 43 44 1 P -20A CONTROL POWER 44 J, SEE GROUNDING NOTES SHEET E3 FOR FURTHER INFORMATION, 45 46 1 P -20A SPARE 46 6. PROVIDE BREAKER AS RECOMMENDED BY SURGE PROTECTIVE DEVICE MANUFACTURER, 45 SPARE 3P -20A 47 48 1P -20A SPARE 48 49 5D 1P -20A SPARE 50 51 52 51 SPARE 3P -20A 53 54 3P -20A SPARE 52 55 56 57 SPACE 57 58 SPACE 58 59 SPACE 59 60 SPACE 60 0 l" 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY Vw- U C 0 � -j Lu ,U) d C7 Z (u Y F- E 0 ) C) 12 W (2 W 1 5 v I..I_ _ C e © N m • t c/) � E z° E U W N, LL Vw- U 0 � -j Lu d C7 Z LL Y F- cn (f) ) C) J W co W ¢ U I..I_ � n c/) p > LL 0 A, L_J c� 0 w z J W Z O SHEET E5 QF_ 13 O mo � m a w W ® U , w � < C7 Q U Y i cn (f) u) z ¢ ¢ � n p > c� 0 w z J W Z O SHEET E5 QF_ 13 O mo � m a w W ® U , , N i 7 S 9 10 1 2 3 4 5 6 MUSCO POLE CIRCUIT DESCRIPTION SCHEDULE j w E �J 6 5 4 3 2 1 1 f 1110 J 8 7 S h DETAIL 1 BUTTERFLY DIAGRAM PULLHQLE "P 1 " SCALE+ NONE r a R d N - OFF OFF OFF HAND AUTO HAND AUTO WAND AUM e �., Wow 3 2 1 `° t E BALLFIELD BALLFIELD BALLFIELD w A B C 4 HAND AUTO P LAZA & I PARKING a LIGHTING 3 2 1 7 6 5 4 E S I[EEtIQR EUWMQN HQ,5WITCH ENCLQSURE DETAIL SCALE NONE BUTTERFLY DIAGRAM PULWQLE "P2" SCALE, NONE .I 1 , t 0 1" 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY PULLHOLE P1 CONDUIT CONDUIT CONDUIT NUMBER NAME SIZE N1 SPARE TO_ JUNCTION BOX _ _ _2 N2 .._POLE_ B5 _(MDP - 14,38,42) -_ - -_ -_ _ _ - -_ -- 2;, -- --- ___POLE A4 (MDP -8) N4H .- -- - -- - _---- ---- POLES B3 -8c -B6 6)- 2„ ---- N5 2_,-- --- MDP_- 1,25,40 __-. -SPARE TO P2 __ _ _ _ - - -__ -- - - - - - -- - - - - -- — 2 „--- - -_ - -- - N9 SPARE TO P2 -w -- - - - _ -- - 2” N 10 S1 SPARE TO PANEL MDP _ 2 _ S2 _ SPARE (TO PANEL MDP) - -_ -- - - -- - -- - -- - - - -_- - - - -- - - -_2- S3� -POLE Al (MDP_ -1 _,25) - - - 2" - --- -- - _- ---- -- - __ SA -PO_ LE A3 MDP -2,31 -2r, ------ °- �--- - ---- -_ --- ___ POLES B3 & B6�(MDP- 20,26)_ 2•; SPARE_ 2" _ S8� SPARE (TO OABINE"I` 1A)_ _ _____- _ _ _ � �_-_._.__ _� ..____ _�•� - -_ _PLAZA AN DrylPAF21CIN_G_LQT_ LIGHTING (MD-P---3-8'-.-4-0-,-42-)- CONDUIT C ,I a I , CONDUIT N i 7 S 9 10 1 2 3 4 5 6 MUSCO POLE CIRCUIT DESCRIPTION SCHEDULE j w E �J 6 5 4 3 2 1 1 f 1110 J 8 7 S h DETAIL 1 BUTTERFLY DIAGRAM PULLHQLE "P 1 " SCALE+ NONE r a R d N - OFF OFF OFF HAND AUTO HAND AUTO WAND AUM e �., Wow 3 2 1 `° t E BALLFIELD BALLFIELD BALLFIELD w A B C 4 HAND AUTO P LAZA & I PARKING a LIGHTING 3 2 1 7 6 5 4 E S I[EEtIQR EUWMQN HQ,5WITCH ENCLQSURE DETAIL SCALE NONE BUTTERFLY DIAGRAM PULWQLE "P2" SCALE, NONE .I 1 , t 0 1" 2" TWO INCHES AT FULL SCALE IF NOT, SCALE ACCORDINGLY PULLHOLE P1 CONDUIT CONDUIT CONDUIT NUMBER NAME SIZE N1 SPARE TO_ JUNCTION BOX _ _ _2 N2 .._POLE_ B5 _(MDP - 14,38,42) -_ - -_ -_ _ _ - -_ -- 2;, -- --- ___POLE A4 (MDP -8) N4H .- -- - -- - _---- ---- POLES B3 -8c -B6 6)- 2„ ---- N5 2_,-- --- MDP_- 1,25,40 __-. -SPARE TO P2 __ _ _ _ - - -__ -- - - - - - -- - - - - -- — 2 „--- - -_ - -- - N9 SPARE TO P2 -w -- - - - _ -- - 2” N 10 S1 SPARE TO PANEL MDP _ 2 _ S2 _ SPARE (TO PANEL MDP) - -_ -- - - -- - -- - -- - - - -_- - - - -- - - -_2- S3� -POLE Al (MDP_ -1 _,25) - - - 2" - --- -- - _- ---- -- - __ SA -PO_ LE A3 MDP -2,31 -2r, ------ °- �--- - ---- -_ --- ___ POLES B3 & B6�(MDP- 20,26)_ 2•; SPARE_ 2" _ S8� SPARE (TO OABINE"I` 1A)_ _ _____- _ _ _ � �_-_._.__ _� ..____ _�•� - -_ _PLAZA AN DrylPAF21CIN_G_LQT_ LIGHTING (MD-P---3-8'-.-4-0-,-42-)- PULLHOLE P2 CONDUIT C CONDUIT C CONDUIT NUMBER N NAME _ SIZE _ N1 S SPARE TO JUNCTION BOX 2 _ S N2 P POLES 63 & B6 MDP -20,26 2 2" MDP - 38,40,42 510 - -- ------- �- _ - - - -_ °SPARE TO CABINET 511 SPARE TO CABINET 1B 2" E1 POLE A2 MDP -7,42 - 2" PULLHOLE P2 CONDUIT C CONDUIT C CONDUIT NUMBER N NAME _ SIZE _ N1 S SPARE TO JUNCTION BOX 2 _ S N2 P POLES 63 & B6 MDP -20,26 2 2" POLE FIXTURE FIXTURE FIXTURE FIXTURE NUMB_ ER CIRCUIT 1 QUANTITY DESCRIPTION CIRCUIT 2 QUANTITY DESCRIPTION CIRCUIT ;3 Type QU�NTTTY DESCRIPTION Al MDP -1 4 BALLFIELD A MDP -25 4 BALLFIELD B { MDP -40 BB 2 A2 MDP -7 4 BALLFIELD A NONE I MDP -42 BB 2 A3 MDP -31 4 BALLFIELD B MDP -2 4 BALLFIELD C � MDP -40 BB 2 A4 MDP -8 4 BALLFIELD C NONE j MDP -42 BB 2 B1 MDP -13 6 BALLFIELD A NONE NONE B2 MDP -19 6 BALLFIELD A NONE NONE B3 MDP -26 6 BALLFIELD B NONE NONE B4 MDP -32 6 BALLFIELD B NONE NONE B5 MDP -14 6 BALLFIELD C NONE MDP -42 BB _ 1 B6 MDP -20 6 BALLFIELD C NONE � NONE C Q ni o � rn l.— r1 ♦ p C rr �� � z E \.J LLI � N � CNI U. 1 I I I , l r ® N W � r 1 L,L V w w O O Z � � N � � W o > Lu z O � ME m a z W -�: U w z a c� U.1 0 C] V J W (f) J J ::D W SHEET E6 OF i l , C Q ni o � rn l.— r1 ♦ p C rr �� � z E \.J LLI � N � CNI U. 1 I I I , l r ® N W � r 1 L,L V w w O O Z � � N � � W o > Lu z O � ME m a z W -�: U w z a c� U.1 0 C] V J W (f) J J ::D W SHEET E6 OF i l , 1 I I I , l r ® N W � r 1 L,L V w w O O Z � � N � � W o > Lu z O � ME m a z W -�: U w z a c� U.1 0 C] V J W (f) J J ::D W SHEET E6 OF i l , w w O O Z � � N � � W o > Lu z O � ME m a z W -�: U w z a c� U.1 0 C] V J W (f) J J ::D W SHEET E6 OF i l , O � ME m a z W -�: U w z a c� U.1 0 C] V J W (f) J J ::D W SHEET E6 OF i l , SHEET E6 OF i l ,