Loading...
HomeMy WebLinkAboutKnobel's Electric - Randall Park Improvements - East Parking Lot & PathwayCOY LEW'S CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 Construction Contract Specifications & Bid Documents MARCH 2018 City of Yakima 129 North 2ntl Street Yakima, WA 98902 Phone (509) 575-6020 Fax (509) 575-6238 H L Engineering and Land Surveying, Inc. CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 OWNER: ENGINEER: City of Yakima 129 North 2nd Street Yakima, WA 98901 HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 MARCH 2018 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 TABLE OF CONTENTS PAGE NO. SECTION 1 - CALL FOR BIDS 1-1 CALL FOR BIDS 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS 2-2 SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-3 UNIT PRICE BID PROPOSAL 3-4 BID PROPOSAL SIGNATURE PAGE 3-5 NON -COLLUSION AFFIDAVIT 3-6 CITY OF YAKIMA NONDISCRIMINATION PROVISION 3-7 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3-8 CITY OF YAKIMA RESOLUTION NO. D-4816 3-9 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN 3-10 CITY OF YAKIMA BIDDER'S CERTIFICATION 3-12 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 3-15 SURETY 3-16 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES 3-17 BIDDER'S RESPONSIBILITY STATEMENT 3-18 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 CERTIFICATIONS 4-3 CONTRACT BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION 4-7 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 04/03/2018 5-3 BENEFIT CODE KEY EFFECTIVE 03/03/2018 5-3 DLI SUPPLEMENTAL TO WAGE RATES EFFECTIVE 03/03/2018 5-3 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTENTS 6-2 SPECIAL PROVISIONS 6-3 APPENDIX A - AMENDMENTS TO THE 2016 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS CALL FOR BIDS The City of Yakima invites separate sealed BIDS for the construction of the RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY, City of Yakima Project No. PK2414, HLA Project No. 15150 including the following approximate major quantities of work: EAST PARKING LOT CURBS, SIDEWALK, AND ILLUMINATION New east parking lot improvements, including new concrete curbing, new handicap ramps, new parking lot illumination, new concrete sidewalk at west parking lot, and other miscellaneous construction. This contract has thirty (30) working days to complete the work. Bids will be received by the City Clerk at City Hall, 129 North 2nd Street, Yakima, WA 98901, until 2:00 p.m., April 19, 2018, and then shortly thereafter will be publicly opened and read aloud at the City Council Chambers located at 129 North 2nd Street. Electronic copies of the CONTRACT DOCUMENTS are provided at no cost. Physical copies may be obtained at the office of HLA Engineering and Land Surveying, Inc. (HLA), 2803 River Road, Yakima, Washington 98902, (509-966-7000) upon payment of $70.00 for each set, non-refundable. Planholder list is available upon inquiry. Project questions should be directed to Michael R. Heit, PE (HLA) at 509-966- 7000. The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 1-2 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima (herein called the "OWNER"), at City Hall, 129 North 2nd Street, Yakima, Washington 98901, until 2:00 p.m., April 19, 2018, and then at the City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to the City Clerk at 129 North 2nd Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY, and the envelope should bear on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Hall, 129 North 2nd Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OW NER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 2-2 All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. Contract time for this project is anticipated to begin by May 1, 2018, but the Contractor may request a delayed start. All work shall commence by May 25, 2018. The ENGINEER is HLA Engineering and Land Surveying, Inc. (HLA), represented by Michael R. Heit, PE. The ENGINEER'S address is 2803 River Road, Yakima, Washington 98902, phone (509) 966-7000, FAX:(509) 965-3800. G.\PROJECTS\2015\15150E\SPEC \15150 SPEC.docx 3-2 BIDDER'S CHECKLIST All forms listed below must be fully executed and submitted with the Bid: a) BID PROPOSAL b) UNIT PRICE BID PROPOSAL c) BID PROPOSAL SIGNATURE PAGE d) NON -COLLUSION AFFIDAVIT - Must be subscribed and sworn to before a Notary Public. e) CITY OF YAKIMA BIDDER'S CERTIFICATION f) CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT g) SURETY The following forms must be fully executed and submitted with the Bid, or within 24 hours after the published Bid submittal time: 1) CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES 2) BIDDER'S RESPONSIBILITY STATEMENT - Provide supporting documentation as required. The following forms are to be executed and/or submitted for approval after the Contract is awarded: 1) CONTRACT - To be executed by the successful bidder and the City of Yakima. 2) CERTIFICATIONS 3) CONTRACT BOND - To be executed by the successful bidder and his Surety Company. Provide Power of Attorney. 4) SCHEDULE OF WORKING HOURS The following shall be provided to the Engineer after the Contract is awarded: 1) CERTIFICATE OF PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Technical Specifications. 2) STATEMENT OF INTENT TO PAY PREVAILING WAGES to be completed by successful bidder and by any and all subcontractors. G1PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-2 BID PROPOSAL A Proposal of (hereinafter called "BIDDER"), organized and existing under the laws of the State of Washington doing business as 1. To the City of Yakima, Washington, (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY, City of Yakima Project No. PK2414, HLA Project No. 15150, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within thirty (30) working days of such NOTICE TO PROCEED. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1-08.9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA: BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-3 BID PROPOSAL A Proposal of ILN)B�-'C(� � hi C' (hereinafter called "BIDDER"), organized and existing under the laws of the State of Washington doing business as e0P0tUv1 1. To the City of Yakima, Washington, (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY, City of Yakima Project No. PK2414, HLA Project No. 15150, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within thirty (30) working days of such NOTICE TO PROCEED. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1-08.9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA: 0 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-3 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 ITEM NO. ITEM DESCRIPTION PAYMT SPEC UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Minor Change 1-04.4(1) FA Est. X $5,000.00 = $5,000.00 2 Mobilization 1-09.7 LS --- X --- = A+ pix .po 3 Project Temporary Traffic Control 1-10.5 LS --- X --- = 1! 000 ,b0 4 Concrete Spill Apron — East Parking Lot 7-05.5 EA 2 X i(o(), pp = l 19zc.c o 5 Cement Conc. Planter Curb — East Parking Lot6 8-04.5 LF 1,050 X l = Cement Conc. Sidewalk 4 -Inch Think — West Parking Lot 8-14.5 SY 125 X �`I.pU = 7, 3iS,00 7 Cement Conc. Curb Ramp - East Parking LotI 8-14.5 EA 2 X boo •00 = 3(7_00 -v0 8 Illumination — East Parking Lot Pole Bases 8-20.5 LS --- X --- = ( 3) 24 00 SCHEDULE A SUBTOTAL b7) 1..„1 !o34 f O 8.2% STATE SALES TAX y-1 I -1•91 SCHEDULE A TOTAL 1+, 1 g -S-31 G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-4 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 Kiva132.`s tz7Zie4. BIDDER /\(CONTRACT BY 1 4 , 2018 DATE s1 t rn 'vc-- AUTHORIZED OFFICIAL'S SIGNATURE TITLE rE'1 i'Jf�lZ�`fdC��y (Please print or type name) Address: 1 ' e hSI-N-F\ V LNI • Phone: clt4 _ -9 t i \li\-lL t vv A) 1i111 - W I Fax: �S3 - 14-G E-mail address: IL-NU'f3-a-s-E-_t 4c_t4 VNA,(•\3 :Qi/Vv-. CONTRACTOR LICENSE NUMBER I -r'•SDIS -.- CONTRACTOR DUNS NUMBER v6`I.SCO Q CONTRACTOR UBI NUMBER • 1:).k1 • 1 CONTRACTOR FEDERAL TAX I.D. NUMBER `Al - v-1 e 1-1 ( CONTRACTOR EMPLOYMENT SECURITY DEPARTMENT NUMBER 21 1) (. l cv CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER-o+lOct L The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: PROJECT MANAGER ..=<TE - NOTES: 1) CELL PHONE: 57:) R4-S•}(ob If the bidder is a co -partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-5 NON -COLLUSION AFFIDAVIT CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 STATE OF WASHINGTON ) ) ss. COUNTY OF {Ll rV & ) NON -COLLUSION AFFIDAVIT (VO__ - , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. (Contractor's ature) Signed and sworn to (or affirmed) before me on ( 17 , 2018, by S G \PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-6 NON -COLLUSION AFFIDAVIT CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 STATE OF WASHINGTON COUNTY OF ) ss. NON -COLLUSION AFFIDAVIT , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. (Contractors Signature) Signed and sworn to (or affirmed) before me on , 2018, by Notary Public My Appointment Expires G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-6 CITY OF YAKIMA NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of August 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. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-7 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City -is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-8 BEEQLBTIoN NO. D® 4 8 1 6 A RESOLUTIOit adapting a 'Women And Minority Business Enterprise Policy" far the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance cazries 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 maxi practicable opportunity to participate in the performance of such public works, and W .u74.S, the. City of Yakima is determined to maximize Warren 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 QP YAxni&- 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. L� ADOPTED BY THE CITY COUNCIL this . $ tk day of 1983. ATTEST: City Clerk Q(Ntm.,..t ;1-kCt-d yor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the Engineer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 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. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-10 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 Engineer. G \PROJECTS\2015\15150E\SPEC\15150 SPEC docx 3-11 CITY OF YAKIMA BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 141\106G -Cs A-12.1. (L.) t 140_ • certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by thes: -d Conditions. (Signature o Authorized Representative of Bidder) G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-12 CITY OF YAKIMA BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) G \PROJECTS\2015\15150E\SPEC\15150 SPEC docx 3-12 Materiality and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the certification will render the bid non-responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on August 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor or subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-13 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 And shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-14 Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: Dated this day of , 20 Signature: Printed Name: Address: Phone #: Email Address: Homeland Security's Web Address is: http://www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2"d Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: Kt 0k3€L -L_ 1a -CC:, 1 - Dated this Signature: Printed Name: S� ��t5T7ZLt� , 20 l . Address: ( -1- 0;1\1)'\T" \ 5 P}fC UtA \ ‘fft I) Phone #: 5)9 L - t , i Email Address: 1Z-NO3e-L-sla.72.(O- �' llnsr•� Cv1n. Homeland Security's Web Address is: http://www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2"d Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us SURETY CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be �� �K`P�I�STSJh1Dc iS c'.C. whose address is: ? U 6�l�l t�<,TDWt�I tic �/ \,\.i • !-5 No) ZFt- 51.4 - Street J City State ZIP G.\PROJECTS\2015\15150E\SPEC \15150 SPEC.docx 3-16 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's 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, Knobel's Electric, Inc. as principal, and Merchants Bonding Company (Mutual) as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Randall Park Improvement Project - East Parking Lot and Pathway PK2414 , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 19th DAY OF April Knobel's Electric, Inc. By: Prin Merchants Bonding Company (Mutual) By: 20 18 urety Cynthia L. Jay, Atto -in-Fact , 20 Received return of deposit in the sum of $ MERCHANT`? BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Aliceon A Keltner; Annelies M Richie; Brandon K Bush; Brent E Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L Jay; Eric A Zimmerman; Heather L Allen; James B Binder; Jamie L Marques; Julie R Truitt; Karen C Swanson; Kyle Joseph Howat; Mary S Norrell; Tamara A Ringeisen; Taylor Renae Kornell their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of December , 2017 . MERCHANTS BONDING COMPANY (MUTUAL) A`'-'c,0`�pG�4...0.•. : •40 '.0 OA4 •1. ••• MERCHANTS NATIONAL BONDING, INC. _ `2 2003 v'i�zi ...y*.. 1933 .••c : By STATE OF IOWA •..••••."••... •....... • COUNTY OF DALLAS ss. On this this 19th day of December 2017 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. President iktAz ,cv- S AUCIA K. GRAM o '--' " Commission Number 767430 Z °' °,° • My Commission Expires �,�.. P April 1, 2020 /ow 1(_ Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 19th day of April , 2018 . ••\4.11(.). �' �A�•� •Dip\NG0.p.Q . _0-P.10 •1—:= -0- (.1‘1�: • 0; 3• v: 2003 : ,? - •••••• 1933 • . • POA 0018 (3/17) SURETY CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be whose address is: Street City G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-16 State ZIP CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 Failure to return this certification with the Bid package or within 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal will make this Bid nonresponsive and ineligible for Award. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: Name of Contractor/Bidder — Print full legal entity name of firm Signature of authorized person Date Print Name and Title: Location or Place Executed: (City, State) G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S RESPONSIBILITY STATEMENT CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), 5301-S.SL, as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx, or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by the Washington State Department of Labor & Industries in the five years prior to the bid submittal date that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. Additionally, the Bidder hereby certifies that, within the three-year period immediately preceding the bid advertisement date (first of multiple bid advertisement dates), the bidder has not "willfully" violated, as defined in RCW 49.48.082, any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-18 B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; and • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-19 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts The Bidder shall sign this Bidder's Responsibility Statement as evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, and shall submit with bid. The Contracting Agency reserves the right to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. Signature G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 3-20 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Pf day of /(ail , 2018, by and between the City of Yakima, hereinafter called the Owner, and Knobel's Electric, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $54,785.99, for Randall Park Improvement Project — East Parking Lot & Pathway, City Project No. 2414, all in accordance with, and as described in the attached plans and specifications and the 2018 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) 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 11`h day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this day of ' ''''/T 2018. CONTRACTOR ICI�UU��- S1 -E a Corporation By: At City Manage, C Jerk ontor It) �• ro .'; 4, (Print Name) ' is CITY CONTRACT NO: c7267 RESOLUTION NO: 7) // (President, Owner, etc.) ' , �c'17_ Address: %t %-ra'N tJP I\JV LPr PERFORMANCE BOND BOND TO CITY OF YAKIMA #WAC54846 KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Knobel's Electric, Inc. (Contractor) hereinafter designated as the ''Principal" a contract for the construction of the project designated Randall Park Improvement Project — East Parking Lot & Pathway, City Project No. 2414, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW. THEREFORE, we, the principal, and Merchants Bonding Company (Mutual) (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Iowa , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 54 785 99 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due; and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal. or any sub -contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 25th day of April , 201... Approved as to form: (City Atto ney) (Signature) (Print Name) Merchnts Bonding Company (Mutual) (Su�Y) \ Bye Attorney -in -Fact (Title) MERCHANT`? BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Aliceon A Keltner; Annelies M Richie; Brandon K Bush; Brent E Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L Jay; Eric A Zimmerman; Heather L Allen; James B Binder; Jamie L Marques; Julie R Truitt; Karen C Swanson; Kyle Joseph Howat; Mary S Norrell; Tamara A Ringeisen; Taylor Renae Kornell their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and.seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused •.•... 0%0Nq y.oRPoR ; o. a�2 -0- o:v 1.t\ 2003 ••0•••• STATE OF IOWA COUNTY OF DALLAS ss. On this this 19th day of December 2017 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. this instrument to be signed and sealed this 19th day of December , 2017 .•.• O�NG CO •• • 0 fikP0,9 •.'O9. :�:. -o- f",,,....._: �:3• • a' 1933 :y . : c: By MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President ALICIA K. GRAM Commission Number 767430 My Commission Expires April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., 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 still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day of April , 2018 . :4�P•`POq�•6. 22,� o Rv a :v': 2003 :;0• POA 0018 (3/17) Secretary Client#: 182427 KNOBELEC1 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/VYYY)sro2/2o1s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Seattle Commercial Insurance 601 Union Street, Suite 3400 Seattle, WA 98101-1371 CONTACT Emily Muir PHONE 800 499-0933 1 FAX 866 577-1326 (A/C, No, Ext): A/C, No): E-MAIL Emil Muir@Pro ellnsurance.com ADDRESS: Y p INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : National Fire Insurance Company X INSURED Knobel's Electric Inc 801 Tennant Lane Yakima, WA 98901 INSURER B : Transportation Insurance Company 20494 INSURER C : United States Liability Insurance Co 25895 INSURER D : Continental Casualty Company 20443 INSURER E : PREMISE S (pEa occurrence) INSURER F : X COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYVY) 01/01/2018 01/01/2018 POLICY EXP (MM/DD/YYYY) 01/01/201 LIMITS EACH OCCURRENCEE $1,000,000 A X COMMERCIAL GENERAL LIABILITY 4026671425 CLAIMS -MADE OCCUR PREMISE S (pEa occurrence) $100,000 X BI/PD MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $1,000,000 GE 'L AGGREGATE POLICY OTHER LIMIT APPLIES PER: - XI JECPROT 1 LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 01/01/2014(EOaacBINEDISINGLELIMIT $ $1,000,000 D AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED AUTOS NON -OWNED AUTOS ONLY 4026671411 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE N / A 4026671439 4026671425 WA Stop Gap 01/01/2018 01/01/2018 01/01/2019 EACH OCCURRENCE $4,000,000 AGGREGATE $42000 DED XI RETENTION $10,000 01/01/2019 PER STATUTE OTH- ER $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ C A EPL Leased/Rented Eq EPL1009255M 4026671425 03/11/2018 01/01/2018 03/11/2019 $500,000/$500,000 01/01/2019 $100,000 / $1,000 Ded DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Randall Park Improvement Project - East Parking Lot & Pathway City Project No.: 2414 The City of Yakima, its agent, employees, volunteers, and elected and appointed officials are additional insureds per the attached endorsements CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 1 #S3164503/M3158053 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD EJMOO POLICY NUMBER: COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Insurance Company: Policy Number: Effective Date: Expiration Date: Named Insured: Address: Additional Insured (Lessor): Address: Designation Or Description Of "Leased Autos": CA 20 01 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ Each "Accident" Comprehensive Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ Deductible For Each Covered "Leased Auto" Collision Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ Deductible For Each Covered "Leased Auto" Specified Causes Of Loss Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto." 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. Page 2 of 2 Copyright, Insurance Services Office, Inc., 2011 CA 20 01 10 13 CNA Contractors' General Liability Extension Endorsement (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: CNA74705XX (1-15) Page 6 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal CNA74705XX (1-15) Page 7 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. CNA74705XX (1-15) Page 8 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement CNA74705XX (1-15) Page 9 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: • the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. CNA74705XX (1-15) Page 10 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Page 1 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. CNA74705XX (1-15) Page 2 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions; or CNA74705XX (1-15) Page 3 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the policy period, CNA74705XX (1-15) Page 4 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: CNA74705XX (1-15) Page 5 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement • the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: j. Damage to Property CNA74705XX (1-15) Page 11 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: CNA74705XX (1-15) Page 12 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. C'NA Contractors' General Liability Extension Endorsement Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and CNA74705XX (1-15) Page 13 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: • Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. CNA74705XX (1-15) Page 14 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from • Provision 1. ADDITIONAL INSURED of this endorsement; or • attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. CNA74705XX (1-15) Page 15 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: CNA74705XX (1-15) Page 16 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap- up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15) Page 17 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products -completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance CNA75079XX (1-15) Page 1 of 2 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1-15) Page 2 of 2 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. SCHEDULE OF WORKING HOURS CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 In accordance with Section 1-08.0(2) Hours of Work, the normal straight time working hours for this project will be from a.m. to p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of Section 1-08.0(2) Hours of Work. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. Contractor Signature Date G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 4-6 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: (Signature of Authorized Representative of Subcontractor) G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 4-7 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and fringe benefits may be verified. Certified payrolls must be completed using the U.S. Department of Labor Payroll Form WH347 found at www.dol.gov. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all Subcontractors, and lower tier subcontractors. If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved. Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions. When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.docx 5-2 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 4/3/18 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $66.54 5N 1C Yakima Brick Mason Journey Level $47.64 5A 1M Yakima Building Service Employees Janitor $11.50 1 Yakima Building Service Employees Shampooer $11.50 1 Yakima Building Service Employees Waxer $11.50 1 Yakima Building Service Employees Window Cleaner $11.50 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $42.00 7B 1N Yakima Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $110.54 5D 4C Yakima Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C Yakima Divers Et Tenders Diver $110.54 5D 4C 8V Yakima Divers Et Tenders Diver On Standby $67.97 5D 4C Yakima Divers Et Tenders Diver Tender $61.65 5D 4C Yakima Divers & Tenders Manifold Operator $61.65 5D 4C Yakima Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C Yakima Divers & Tenders Remote Operated Vehicle Operator/Technician $61.65 5D 4C Yakima Divers & Tenders Remote Operated Vehicle Tender $57.43 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $42.32 5D 4C Yakima Drywall Tapers Journey Level $38.78 7E 1P 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (Yakima 1 Electrical Fixture Maintenance Journey Level $43.32 1 Workers !Yakima Electricians - Inside Cable Splicer $63.18 5A 1E !Yakima Electricians - Inside Journey Level $61.07 5A 1E !Yakima Electricians - Inside Welder $65.28 5A 1E ;Yakima Electricians - Motor Shop Craftsman $15.37 1 !Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $79.43 5A 4D Construction !Yakima I Electricians - Powerline Certified Line Welder $69.75 5A 4D I 1 Construction !Yakima € Electricians - Powerline Groundperson $46.28 5A 4D Construction !Yakima ! Electricians - Powerline Heavy Line Equipment Operator $69.75 5A 4D 4 Construction Yakima 1 Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction IYakima Electricians - Powerline Line Equipment Operator $59.01 5A 4D 1 Construction !Yakima Electricians - Powerline Meter Installer $46.28 5A 4D 8W 1 ! Construction Yakima g Electricians - Powerline Pole Sprayer $69.75 5A 4D ' Construction Yakima Electricians - Powerline Powderperson $52.20 5A 4D Construction !Yakima Electronic Technicians Journey Level $23.40 1 !Yakima Elevator Constructors Mechanic $91.24 7D 4A !Yakima Elevator Constructors Mechanic In Charge $98.51 7D 4A €Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $11.50 1 Products !Yakima ! Fabricated Precast Concrete Journey Level - In -Factory Work Only $11.50 1 Products !Yakima Fence Erectors Fence Erector $13.79 1 !Yakima naggers Journey Level $24.62 1 IYakima Glaziers Journey Level $22.43 61 1B !Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers !Yakima Heating Equipment Mechanics Journey Level $34.85 1 !Yakima Hod Carriers a Mason Tenders Journey Level $38.73 7,4 31 #Yakima o Industrial Power Vacuum Journey Level $11.50 1 Cleaner !Yakima Inland Boatmen Journey Level $11.50 1 'Yakima Inspection/Cleaning/Seating Cleaner Operator, Foamer Operator $11.50 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Grout Truck Operator $11.50 1 Of Sewer a Water Systems By Remote Control Yakima Head Operator $12.78 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Inspection/Cleaning/Seating Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing, Technician $11.50 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Tv Truck Operator $11.50 1 Of Sewer & Water Systems By Remote Control Yakima Insulation Applicators Journey Level $42.32 5D 4C Yakima Ironworkers Journeyman $59.40 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $37.63 7A 31 Yakima Laborers Airtrac Drill Operator $38.73 7A 31 Yakima Laborers Ballast Regular Machine $37.63 7A 31 Yakima Laborers Batch Weighman $35.34 7A 31 Yakima Laborers Brick Pavers $37.63 7A 31 Yakima Laborers Brush Cutter $37.63 7A 31 Yakima Laborers Brush Hog Feeder $37.63 7A 31 Yakima Laborers Burner $37.63 7A 31 Yakima Laborers Caisson Worker $38.73 7A 31 Yakima Laborers Carpenter Tender $37.63 7A 31 Yakima Laborers Cement Dumper -paving $38.27 7A 31 Yakima Laborers Cement Finisher Tender $37.63 7A 31 Yakima Laborers Change House Or Dry Shack $37.63 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $37.63 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $38.27 7A 31 Yakima Laborers Choker Setter $37.63 7A 31 Yakima Laborers Chuck Tender $37.63 7A 31 Yakima Laborers Clary Power Spreader $38.27 7A 31 Yakima Laborers Clean-up Laborer $37.63 7A 31 Yakima Laborers Concrete Dumper/chute Operator $38.27 7A 31 Yakima Laborers Concrete Form Stripper $37.63 7A 31 Yakima Laborers Concrete Placement Crew $38.27 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $38.27 7A 31 Yakima Laborers Crusher Feeder $35.34 7A 31 Yakima Laborers Curing Laborer $37.63 7A 31 Yakima Laborers Demolition: Wrecking & Moving (incl. Charred Material) $37.63 7A 31 Yakima Laborers Ditch Digger $37.63 7A 31 Yakima Laborers Diver $38.73 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $38.27 7A 31 Yakima Laborers Dry Stack Walls $37.63 7A 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 !Yakima Laborers Dump Person $37.63 7A 31 !Yakima Laborers Epoxy Technician $37.63 7A - 31 - 7 !Yakima Laborers Erosion Control Worker $37.63 7A 31 !Yakima Laborers Faller Et Bucker Chain Saw $38.27 7A 31 !Yakima Laborers Fine Graders $37.63 7A 31 !Yakima Laborers Firewatch $35.34 7A 31 !Yakima Laborers Form Setter $37.63 7A 31 !Yakima Laborers Gabian Basket Builders $37.63 7A 31 !Yakima Laborers General Laborer $37.63 7A 31 !Yakima 1 Laborers Grade Checker Et Transit Person $38.73 7A 31 !Yakima Laborers Grinders $37.63 7A 31 1Yakima Laborers Grout Machine Tender $37.63 7A 31 !Yakima ! Laborers Groutmen (pressure)including Post Tension Beams $38.27 7A 31 ! !Yakima Laborers Guage and Lock Tender $38.83 7A 31 8� !Yakima Laborers Guardrail Erector $37.63 7A 31 !Yakima Laborers Hazardous Waste Worker (level A) $38.73 7A 31 :Yakima Laborers Hazardous Waste Worker (level B) $38.27 7A 31 lYakima Laborers Hazardous Waste Worker (level C) $37.63 7A 31 !Yakima Laborers High Scaler $38.73 7A 31 !Yakima Laborers Jackhammer $38.27 7A 31 ;Yakima Laborers Laserbeam Operator $38.27 7A 31 !Yakima Laborers Maintenance Person $37.63 7A 31 !Yakima Laborers Manhole Builder-mudman $38.27 7A 31 !Yakima Laborers Material Yard Person $37.63 7A 31 !Yakima Laborers Motorman -dinky Locomotive $38.27 7A 31 !Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $38.27 7A 31 !Yakima Laborers Pavement Breaker $38.27 7A 31 !Yakima Laborers Pilot Car $35.34 7A 31 !Yakima Laborers Pipe Layer(lead) $38.73 7A 31 !Yakima Laborers Pipe Layer/tailor $38.27 7A 31 ;Yakima Laborers Pipe Pot Tender $38.27 7A 31 !Yakima Laborers Pipe Reliner $38.27 7A 31 ?Yakima Laborers Pipe Wrapper $38.27 7A 31 1Yakima Laborers Pot Tender $37.63 7A 31 !Yakima Laborers Powderman $38.73 7A 31 !Yakima Laborers Powderman's Helper $37.63 7A 31 i !Yakima Laborers Power Jacks $38.27 - 7A 31 1 � /1 .•/ _ 1 _ _ 1 . / / . _ _ 1 _ 1 VI 1 Yakima Laborers Railroad Spike Puller - Power $38.27 7A 31 Yakima Laborers Raker - Asphalt $38.73 7A 31 Yakima Laborers Re-timberman $38.73 7A 31 Yakima Laborers Remote Equipment Operator $38.27 7A 31 Yakima Laborers Rigger/signal Person $38.27 7A 31 Yakima Laborers Rip Rap Person $37.63 7A 31 Yakima Laborers Rivet Buster $38.27 7A 31 Yakima Laborers Rodder $38.27 7A 31 Yakima Laborers Scaffold Erector $37.63 7A 31 Yakima Laborers Scale Person $37.63 7A 31 Yakima Laborers Sloper (over 20") $38.27 7A 31 Yakima Laborers Sloper Sprayer $37.63 7A 31 Yakima Laborers Spreader (concrete) $38.27 7A 31 Yakima Laborers Stake Hopper $37.63 7A 31 Yakima Laborers Stock Piler $37.63 7A 31 Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $38.27 7A 31 Yakima Laborers Tamper (multiple Et Self- propelled) $38.27 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $38.27 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $37.63 7A 31 Yakima Laborers Topper $37.63 7A 31 Yakima Laborers Track Laborer $37.63 7A 31 Yakima Laborers Track Liner (power) $38.27 7A 31 Yakima Laborers Traffic Control Laborer $37.46 7A 31 8R Yakima Laborers Traffic Control Supervisor $37.46 7A 31 8R Yakima Laborers Truck Spotter $37.63 7A 31 Yakima Laborers Tugger Operator $38.27 7A 31 Yakima Laborers Tunnel Work -Miner $38.83 7A 31 E, Yakima Laborers Vibrator $38.27 7A 31 Yakima Laborers Vinyl Seamer $37.63 7A 31 Yakima Laborers Watchman $32.24 7A 31 Yakima Laborers Welder $38.27 7A 31 Yakima Laborers Well Point Laborer $38.27 7A 31 Yakima Laborers Window Washer/cleaner $32.24 7A 31 Yakima Laborers - Underground Sewer General Laborer Et Topman $37.63 7A 31 Et Water Yakima Laborers - Underground Sewer Pipe Layer $38.27 7A 31 Et Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $11.50 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $11.50 1 Yakima Lathers Journey Level $42.32 5D 4C 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 r 'Yakima Marble Setters Journey Level $47.64 5A 1M 'Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $11.50 1 FYakima Metal Fabrication (In Shop) Machine Operator $11.50 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.50 1 `Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 p 'Yakima Painters Journey Level $33.40 6Z _ 1W 'Yakima Pile Driver Journey Level $55.84 5D 4C Yakima Plasterers Journey Level $54.89 7Q 1R Yakima Playground Et Park Equipment Journey Level $11.50 1 Installers ;Yakima Plumbers Et Pipefitters Journey Level $78.33 6Z 1S s IYakima Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P ' `Yakima Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P 'Yakima Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P !Yakima Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P ;Yakima Power Equipment Operators Bobcat $56.90 7A 3C 8P 'Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $56.90 7A 3C 8P ;Yakima Power Equipment Operators Brooms $56.90 7A 3C 8P 'Yakima Power Equipment Operators Bump Cutter $59.96 7A 3C 8P ;Yakima Power Equipment Operators Cableways $60.49 7A 3C 8P =Yakima Power Equipment Operators Chipper $59.96 7A 3C 8P (Yakima Power Equipment Operators Compressor $56.90 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42M $60.49 7A 3C 8P !Yakima : Power Equipment Operators Concrete Finish Machine -laser Screed $56.90 7A 3C 8P 'Yakima J Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C8P 'Y ;Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P 'Yakima Power Equipment Operators Conveyors $59.49 7A 3C 8P ?Yakima Power Equipment Operators Cranes Friction: 200 tons and over $62.33 7A 3C 8P 'Yakima f Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P !Yakima I Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P FYakima t Power Equipment Operators $61.72 7A 3C 8P , I 9 11.5., .. ... 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Crusher $59.96 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $59.49 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $61.10 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $59.96 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $60.49 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $59.96 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Operator $59.96 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators $56.90 7A 3C 8P 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 Hydralifts/boom Trucks, 10 Tons And Under !Yakima I Power Equipment Operators Loader, Overhead 8 Yards. Et Over $61.10 7A 3C 8P ,Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P ;Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P !Yakima Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P !Yakima Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P !Yakima Power Equipment Operators Locomotives, All $59.96 7A 3C 8P 'Yakima Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P !Yakima } Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P !Yakima Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P ! !Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7,4 3C 8P }Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P !Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P ;Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P rYakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P !Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7,4 3C 8P !Yakima Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P Yakima ! Power Equipment Operators Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P ;Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P !Yakima Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P !Yakima Power Equipment Operators Power Plant $56.90 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $56.90 7A 3C 8P ;Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P IYakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P :Yakima Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P ;Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P 'Yakima Power Equipment Operators Rollagon $60.49 7A 3C 8P ` ;Yakima Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P Yakima s Power Equipment Operators $59.49 7A 3C 8P 1 pub. J .., 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Roller, Plant Mix Or Multi -lift Materials Yakima Power Equipment Operators Roto -mill, Roto -grinder $59.96 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $59.49 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $60.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $60.49 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $59.49 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P Yakima Power Equipment Operators Welder $60.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P Yakima Asphalt Plant Operators $60.49 7A 3C 8P 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ..b. .. 1 sa /1 - • / - 1 - - 1 n in Inn1n Power Equipment Operators - Underground Sewer Et Water ;Yakima Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Et Water :Yakima I Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $56.90 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer & Water `Yakima Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer & Water :Yakima Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer & Water :Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P , Underground Sewer & Water ;Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P Underground Sewer & Water iYakima Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer a Water !Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $62.33 7A 3C 8P Underground Sewer & Water !Yakima i Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P S Underground Sewer & Water SYakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C8P d } Underground Sewer & Water ;Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P Underground Sewer & Water akima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P Underground Sewer & Water •Yakima r Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom $60.49 7A 3C 8P j Underground Sewer & Water /1 - • / - 1 - - 1 n in Inn1n 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (including Jib With Attachments) Yakima Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $61.72 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons $59.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man-lift: Permanent And Shaft Type $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $59.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $61.10 7A 3C 8P Underground Sewer & Water 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � IA.Iv L .1 Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Underground Sewer Et Water IYakima l Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer Et Water ;Yakima I Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water 'Yakima I Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P Underground Sewer Et Water (Yakima I Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P + 1 Underground Sewer Et Water (Yakima I Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P 1 Underground Sewer Et Water 'Yakima I Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer Et Water 'Yakima I Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P 1 Underground Sewer Et Water €Yakima I Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P Underground Sewer Et Water ;Yakima I Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P I Underground Sewer & Water 'Yakima Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer & Water ,Yakima Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer & Water `Yakima i Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer & Water Yakima I Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $60.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $59.96 7A3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $59.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $60.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $60.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Underground Sewer & Water 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 mob. . , ., Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $60.49 7A 3C 8P Underground Sewer Et Water IYakima 4 Power Equipment Operators- Trenching Machines - . $59.49 7A 3C 8P Underground Sewer Et Water Yakima 1 Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Underground Sewer &t Water Yakima I Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Underground Sewer Et Water !Yakima I Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer Et Water Yakima 1 Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P I Underground Sewer Et Water ;Yakima Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer Et Water Yakima I Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers Yakima s Power Line Clearance Tree Spray Person $47.43 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers Yakima I Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers !Yakima Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics ;Yakima Residential Brick Mason Journey Level $29.00 1 ;Yakima Residential Carpenters Journey Level $17.14 1 yYakima Residential Cement Masons Journey Level $11.86 1 ¢Yakima Residential Drywall Journey Level $18.00 1 Applicators 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 . s Residential Insulation Journey Level $14.38 1 Applicators ;Yakima Residential Laborers Journey Level $11.50 1 IYakima Residential Marble Setters Journey Level $29.00 1 iYakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima 1 Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics €Yakima 1 Residential Sheet Metal Journey Level (Field or Shop) $42.52 5A 1X Workers ;Yakima Residential Soft Floor Layers Journey Level $17.55 1 ±Yakima Residential Sprinkler Fitters Journey Level $11.50 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.001 1 Yakima Residential Terrazzo Workers Journey Level $11.50 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $57.81 5A 1X Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers (Non- Journey Level $14.65 1 Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $11.50 1 Yakima Sprinkler Fitters (Fire Journey Level $26.43 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $47.64 5A 1M Yakima Street And Parking Lot Journey Level $11.50 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P Yakima Surveyors Chainman $58.93 7A 3C 8P Yakima Surveyors Construction Site Surveyor $60.49 7A 3C8P Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima Telephone Line Construction - Cable Splicer $40.52 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $22.78 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $38.87 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $40.52 5A213 Outside Yakima Telephone Line Construction - Special Apparatus Installer II $39.73 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $40.52 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $37.74 5A 213 Outside Yakima Telephone Line Construction - Telephone Lineperson $37.74 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $21.60 5A 213 Outside Yakima Telephone Line Construction - Television Lineperson/Installer $28.68 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $34.10 5A 2B Outside Yakima Telephone Line Construction - Television Technician $30.69 5A 2B Outside 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 'Yakima Telephone Line Construction - Tree Trimmer $37.74 5A 28 Outside ;Yakima Terrazzo Workers Journey Level $40.90 5A 1M ;Yakima Tile Setters Journey Level $40.90 5,4 1M ;Yakima Tile, Marble ft Terrazzo Journey Level $33.33 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $45.43 7A 1K ;Yakima Truck Drivers Asphalt Mix $14.19 1 ;Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $41.41 61 2G ;Yakima Truck Drivers Dump Truck(c.wa-760) $41.41 61 2G 1Yakima Truck Drivers Other Trucks(c.wa-760) $41.41 61 2G 'Yakima Truck Drivers Transit Mixer $38.96 1 ;Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers ;Yakima Well Drillers Et Irrigation Pump Oiler $11.50 1 Installers ;Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half tines the hourly rate of wage. All other overtime hours and all hours worked 011 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 tines the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times Ole 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 tines 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. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 1 1 1 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 1. 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. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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. Q. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar (51.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-I/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half tines the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1'A) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (1 1). 6 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 6. 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). 1. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Dav, 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 Dav, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 8 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. 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 50.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2018 thru 8/30/2018 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/03/2018 Edition, Published February 1st, 2018 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, IL, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 03/03/2018 Edition, Published February 1st, 2018 2 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for 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. 1 1 1 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of 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 • VVI III VI IIVica. vcc vViILQVL F ICII IJ !VI ILCIII UCJLIIF.JIIUII d11U shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 1 X 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/03/2018 Edition, Published February 1St, 2018 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 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. X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 03/03/2018 Edition, Published February 1st, 2018 4 ITEM DESCRIPTION YES NO L/. rIGt,at rsaiiivau L,1us5niys - l,oricfeie l.rossing Jifuciure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed 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)A X j 29. Prestressed Concrete Girder Series 4-14 - 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)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam 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)A X 31. Prestressed Precast Hollow -Core Slab — Precast 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)A. X 32. Prestressed -Bulb Tee Girder - Bulb Tee 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)A I X 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 03/03/2018 Edition, Published February 1st, 2018 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 03/03/2018 Edition, Published February 1St, 2018 6 ITEM DESCRIPTION YES NO 4L. i tamp signs - rrior to approval of a rabncator of Trattic Signs, the sources of the following materials must be submitted and approved 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 X X Custom Std Message Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X 1 Custom End Sec ; Standard Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 03/03/2018 Edition, Published February 1st, 2018 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 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 Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/03/2018 Edition, Published February 1st, 2018 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 03/03/2018 Edition, Published February 1St, 2018 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/03/2018 Edition, Published February 1st, 2018 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/03/2018 Edition, Published February 1st, 2018 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 TABLE OF CONTENTS PAGE NO. INTRODUCTION TO THE SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK 6-3 1-01 DEFINITIONS AND TERMS 6-4 1-02 BID PROCEDURES AND CONDITIONS 6-6 1-03 AWARD AND EXECUTION OF CONTRACT 6-12 1-04 SCOPE OF THE WORK 6-14 1-05 CONTROL OF WORK 6-15 1-06 CONTROL OF MATERIAL 6-22 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-22 1-08 PROSECUTION AND PROGRESS 6-28 REQUEST TO SUBLET FORM 6-31 1-09 MEASUREMENT AND PAYMENT 6-34 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-39 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-41 2-03 ROADWAY EXCAVATION AND EMBANKMENT 6-41 2-04 HAUL 6-43 2-07 WATERING 6-43 2-11 TRIMMING AND CLEANUP 6-44 4-04 BALLAST AND CRUSHED SURFACING 6-44 5-04 HOT MIX ASPHALT 6-44 7-05 MANHOLES, INLETS, CATCH BSINS, AND DRYWELLS 6-44 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 6-44 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 6-47 8-02 ROADSIDE RESTORATION 6-47 8-04 CURBS, GUTTERS, AND SPILLWAYS 6-47 8-14 CEMENT CONCRETE SIDEWALKS 6-48 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 6-49 8-22 PAVEMENT MARKING 6-51 G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK The project consists of the following work: EAST PARKING LOT CURBS, SIDEWALK, AND ILLUMINATION New east parking lot improvements, including new concrete curbing, new handicap ramps, new parking lot illumination, new concrete sidewalk at west parking lot, and other miscellaneous construction. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2016, referenced codes and organizations, and these Special Provisions. G \PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-3 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. 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. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. G\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-4 Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. The terms defined in Section 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency City of Yakima 129 North 2nd Street Yakima, WA 98901 The terms "Contracting Agency", `Agency" and "Owner" are interchangeable. Engineer HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 Inspector The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's performance. Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-5 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. During the bid period, electronic PDF plans and specifications, including any addenda will be available to download at https://hlacivil.com/bid. Following bid period, electronic PDF plans and specifications will only be available upon request. No paper copies will be provided. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General (August 15, 2016 APWA GSP Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business four (4) days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the contract. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UDBE/DBE/M/WBE commitment, if applicable, a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be G:\PROJECTS\2015\1515OE\SPEC\15150 SPEC.Docx 6-6 completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 20, 2017 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. Supplement this section with the following: Any bid item which has a unit price, but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. 1-02.9 Delivery of Proposal (July 31, 2017 APWA GSP, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Title and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires UDBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit Written Confirmation Documentation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification, form 272-056U, as required by Section 1-02.6. Th.e UDBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-7 The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage Payment Statutes" document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1) (g), as required per Section 1-02.14. The "Certification of Compliance with Wage Payment Statutes" document shall be received either with the Bid Proposal or no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any "Supplemental Information" (UDBE confirmations, GFE documentation, or Certification of Compliance with Wage Payment Statutes) that is received after the time specified above or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-8 h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (July 31, 2017 APWA GSP, Option B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. In addition, the Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage Payment Statutes" document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g). A form appropriate for "Certification of Compliance with Wage Payment Statutes" will be provided by the Contracting Agency in the Bid Documents. The form provided in the Bid Documents shall be submitted with the Bid as stated in Section 1-02.9. 1. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. G \PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-9 B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A Criterion: The Bidder shall not have a record of excessive claims filed\against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime A Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-10 7. Lawsuits A Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets Supplemental Criteria 3-7 stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets supplemental criteria 3-7 together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with Supplemental Criteria 3-7. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. G \PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-11 1-02.15 Pre -Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 Award of Contract Supplement this section with the following: The Contract will be awarded to the apparent low bidder on the basis of the total of all bid items and schedules accepted by the Contracting Agency. The Contractor shall submit bids for all bid schedules, including all alternate and/or additive bid schedules as applicable, to be considered a responsive bidder. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 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. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-12 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. Supplement this section with the following: Failure to return the required documents within the allotted time shall be considered as non-responsive and shall result in forfeiture of the bid bond or deposit of the bidder in accordance with Section 1-03.5. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on a Contracting Agency -furnished form(s); 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. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect by the president or vice president). G \PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Supplement this section with the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. Repair and/or replacement of defective materials and workmanship shall be as specified in Section 1-05.12(1). In addition to the requirements for the Contract Bond according to Section 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond document is bound in these Specifications. 1-03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract 1-04.1(2) Bid Items Not Included in the Proposal Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes Supplement this section with the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. If oral approval is granted, it shall be documented in writing shortly thereafter. Charges or credits for the work G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-14 covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via Section 1-09.6 Force Account of the Standard Specifications. 1-04.6 Variation in Estimated Quantities Supplement this section with the following: The quantities listed in the unit price Bid Proposal are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to: All Bid Items. Payment will be made at the unit contract price for actual quantities of work completed. 1-04.11 Final Cleanup Supplement this section with the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Supplement this section with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accor- dance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 At the Contractor's risk, the Engineer may suspend all or part of the work according to Section 1-08.6. 1-05.3 Working Drawings 1-05.3(1) Project Record Drawings (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual Dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping area, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.3(3) "Or Equal" Materials (New Section) The following new section shall be added to the Standard Specifications: The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Contract Documents, including "or equal" materials and equipment as specified in the Technical Specifications, or those substitute materials and equipment approved by the Engineer and identified by Addendum. The materials and equipment described in the Contract Documents establish a standard of required type, function, and quality to be met by any proposed substitute or "or equal" item. Request for Engineer's clarification of materials and equipment considered "or equal" must be received by the Engineer at least five (5) days prior to the bid opening date. The burden of proof of the merit of the proposed item is upon the Bidder. Engineer's decision of approval or disapproval of a proposed item will be final. If Engineer approves any proposed substitute item, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner. The Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal. The Engineer may require the Contractor to furnish additional data regarding the proposed substitute item. The Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until the Engineer's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Working Drawing for an "or equal." The Engineer will advise the Contractor in writing of any negative determination. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-16 The Engineer will record the Engineer's costs in evaluating a substitute proposed or submitted by the Contractor. Whether or not the Engineer approves a substitute item so proposed or submitted by Contractor, the Contractor shall reimburse the Owner for the charges of the Engineer for evaluating each such proposed substitute. The Contractor shall also reimburse the Owner for the Engineer's fees of making changes in the Contract Documents (or in the provisions of any other direct contract with the Owner) resulting from acceptance of each proposed substitute. 1-05.4 Conformity with and Deviations from Plans and Stakes This section is supplemented with the following: 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. 1-05.5 Survey Monuments (New Section) The following new section shall be added to the Standard Specifications: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.6 Inspection of Work and Materials 1-05.6(1) Testing (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material and compaction testing required by these Technical Specifications. The cost of testing shall be considered incidental to the various bid items. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing firm shall provide a test report to the Engineer within 24 hours of any test completion. Test reports shall become the property of the Owner. Testing frequencies listed below may be modified to assure compliance with the Specifications. Roadway Embankment Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway embankment. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. G,\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-17 1 1 1 Roadway embankment compaction shall be as specified in Section 2-03.3(14)C, Method C. Embankment shall be compacted to at least 95% of maximum density as determined by ASTM D 698 (Standard Proctor). Roadway Subqrade Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of subgrade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Subgrade compaction shall be as specified for Roadway Embankment. Trench Backfill Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot, and 3 -foot depths below finish grade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Ballast and Crushed Surfacing Copies of the moisture density curves and gradation for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer or Owner as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 3,000 square feet of surface area for each lift of ballast or crushed surfacing. The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities. Portland Cement Concrete for Curbs, Sidewalks, and Pavement Sample the first truck and each load until two successive loads meet specifications, and then randomly test one load for every five loads. If at any time one load fails to meet specifications, continue testing every load until two successive loads meet specifications, and then randomly test one load for every five loads. For total daily quantities less than four (4) cubic yards, testing requirements shall be at the discretion of the Engineer. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-18 Asphalt Paving Copies of the reference maximum density test for each class of Hot Mix Asphalt pavement and copies of all test results shall be provided to the Engineer as construction progresses. 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 3,000 square feet of surface area for each lift of asphalt concrete pavement. The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities. Compaction of Hot Mix Asphalt pavement shall be as specified in Section 5-04.3(10)A. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer, in writing, and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. G'\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-19 If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. 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. 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. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-20 1-05.12(1) One -Year Guarantee Period (New Section) (March 8, 2013 APWA GSP) The following new section shall be added to the Standard Specifications: The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. Supplement this section with the following: The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 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 furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (New Section) The following new section shall be added to the Standard Specifications: Water Supply: Water for use on this project shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regula- tions. The Contracting Agency reserves the right to deny the use of fire hydrants where deemed inappropriate by the Contracting Agency. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-21 Power Supply: The Contractor shall make necessary arrangements and shall bear the costs for power necessary for the performance of the work. Measurement and Payment: No separate measurement and payment for water and power will be made. This pertains to water required for dust control, water settling trenches (when approved by the Engineer), and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-06 CONTROL OF MATERIAL 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 APWA GSP) Delete this section in its entirety. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of this project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's 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. G \PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-22 Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax - Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax - Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. 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. G'\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-23 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Supplement this section with the following: The Contractor and all subcontractors are responsible for obtaining and paying for business licenses in the City of Yakima. All costs required to comply with this section shall be the responsibility of the Contractor. 1-07.9(5) Required Documents Add the following: If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10-0010 Yak.E. 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section and replace it with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to improvements. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1-07.17 Utilities and Similar Facilities Supplement this section with the following: 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. The following addresses and telephone number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Utility Company Address Phone Number City of Yakima Water & Irrigation 2301 Fruitvale Blvd., Yakima, WA 98902 (509) 576-6154 CenturyLink 8 S. 2nd Ave., Room 304, Yakima, WA 98902 (509) 575-7185 Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 (509) 962-4801 City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 (509) 575-6077 Cascade Natural Gas Corp. 701 S 1st Ave., Yakima, WA 98902 (509) 961-7909 Pacific Power 500 N. Keys Road, Yakima, WA 98901 (509) 575-3158 Old Union Canal P.O. Box 1586, Yakima, WA 98907 (509) 930-9001 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-24 The Contractor shall call the Utility Notification Center (One -Call Agency) for field location, not less than two or more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One -Call Agency for this project is 1-800-424-5555. If no one - number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. 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: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the CITY OF YAKIMA, its employees, agents, elected and appointed officials, HLA Engineering and Land Surveying, Inc. (HLA), as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner. 1. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain provisions for a deductible. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However, in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. G.\ PROJECTS \2015\15150E\SPEC\15150 SPEC.Docx 6-25 1 Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of a 45 day prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving a five working day notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. The Contractor is responsible for all his subcontractors' actions and omissions. 1-07.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design -related non -construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits: $1,000,000 b) per Claim If the scope of such design -related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage. If insurance is 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. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Add the following after the fourth sentence of the second paragraph: Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. Replace item 2. of the second paragraph with the following: 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the routine maintenance on such system.) Add the following to the third paragraph: 5. Maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night, they shall be distinctively indicated by adequately placed lights. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-26 Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to coordinating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours Add the following to the third paragraph: The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall: 1. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; 2. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; 3. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; 4. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and 5. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. 6. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 7. Local access shall be maintained to the residents within the project limits at all times. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. 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 G'\PROJECTS\2015\15150E\SPEC \15150 SPEC.Docx 6-27 that the right-of-way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given a 48-hour notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Safety Standards (New Section) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress or utility service to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Property owner notification requirements shall be coordinated with the Owner. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-28 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 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 (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than five (5) working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other contracting Agency employees or third -party consultants, when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-29 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (New Section) The following new section shall be added to the Standard Specifications: Where the Contractor elects to work on a nonworking day, as defined in Section 1-08.5 of the Standard Specifications, or longer than the normal working hours specified in Section 1-08.0(2), such work shall be considered as overtime work. If a 4-10 schedule is approved and the Contractor elects to work the fifth day, such work shall be considered overtime work, or the Contractor will be charged an additional working day, at his option. On all such overtime work, a Resident Engineer will be present and a survey crew may be required at the discretion of the Engineer. In all such cases, the Contracting Agency may deduct overtime costs of employees and/or representatives of the Contracting Agency from amounts due or to become due to the Contractor. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting Supplement this section with the following: A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. Revise the eighth paragraph to read: The Contractor shall certify to the actual amounts of 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 the Personnel Inventory Form as provided by the Engineer at the Preconstruction Meeting, within 20 calendar days after physical completion of the Contract. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-30 Washington State Department of Transportation (Check all that apply for State ❑ Veteran Owned Business (VBE) ❑ State Small Business (SBE) ❑ Disadvantaged Business (DBE) ❑ Minority Owned Business (MBE) Request to Sublet Work Program) 0 Woman Owned Business (WBE) 0 Federal Small Business (FBE) (Federal Program) Prime Contractor Federal Employer I.D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: • ❑ Lower Tier Subcontractor Subcontractor Unified Business Identifier (UBI) Federal Employer I.D. Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, Name of Corresponding Sub. Fed ID of Corresponding Sub * If no Federal Employer I.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request % DBE Status Verification Previous Requests cyo Sublet to Date % Project Engineer's Signature ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 04/2016 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-08.3 Progress Schedule Delete this section and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Electronic copies of newly updated schedules shall be sent to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Supplement this section with the following: Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under Section 1-08.10(1) of the Standard Specifica- tions. 1-08.5 Time for Completion Add the following to the first paragraph: Thirty (30) working days after the date set forth in the Notice to Proceed shall be allowed for completion of all Contract work. G'\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-32 Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay". An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. (September 12, 2016 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls b. Material Acceptance Certification Documents c. Final Contract Voucher Certification d. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e. Property owner releases per Section 1-07.24 f. Project record drawings per Section 1-05.3(1) g. Personnel Inventory Form 1-08.9 Liquidated Damages Replace the third paragraph with the following: If the Contract work is not completed within the times specified in Section 1-08.5, the Contractor agrees to pay to the Owner the sum of $1,800 per day for each and every working day said work remains uncompleted after expiration of the specified time. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-33 1-08.10 Termination of Contract 1-08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, Option 1) Revise the third paragraph to read: 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, set up, and maintain the scales necessary to perform the Work. The Contracting Agency will provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. (July 23, 2015 APWA GSP, Option 2) Revise Item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. Supplement this section with the following: Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the days construction. The certified tickets shall have project title, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) Specific Requirements for Platform Scales Supplement this section with the following: The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion, the Engineer may perform verification checks on the accuracy of each bath, hopper, or platform scale used in weighing contract items of Work. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-34 1-09.3 Scope of Payment Supplement this section with the following: Payment for work performed under this Contract will be based on the items listed in the Unit Price Bid Proposal. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Unit Price Bid Proposal and the "Payment" clauses found in each section of the Standard Specifications, the Unit Price Bid Proposal items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications, but no bid item is provided in the Unit Price Bid Proposal, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 Equitable Adjustment Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification: The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." Supplement paragraph one of Subsection 2 with the following: Sales tax will be applied to payment made to the Contractor and shall not be included in the cost of materials provided to the Engineer. 1-09.7 Mobilization Supplement this section with the following: When the contract includes multiple schedules of work containing lump sum contract prices for "Mobilization", partial payments will be made on the percent of the work schedule totals, not the percent of the total original contract. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. G.\ PROJECTS \2015\15150E\SPEC\15150 SPEC Docx 6-35 The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Supplement this section with the following: The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. The Contractor shall submit his signed Application for Payment within three (3) working days of the progress estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approxi- mately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-36 All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-09.9(1) Retainage Add the following to the fourth paragraph: 6. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts (New Section) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1 Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.4. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-37 c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) Final Payment (New Section) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Section 1- 09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorneys fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. G'\PROJECTS\2015\15150E\SPEC \15150 SPEC.Docx 6-38 The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. If a contract is funded by grant, state, or federal money, the public body shall pay the prime contractor for satisfactory performance within thirty calendar days of the date the public body receives a payment request that complies with the contract or within thirty calendar days of the date the public body actually receives the grant or federal money, whichever is later. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction (July 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that were an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement this section with the following: In no case shall the Contractor be required to clear and grub beyond the right-of-way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-39 items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All work beyond the right-of-way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs and posts, culverts, irrigation facilities, concrete or rock walls, guardrail, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. All clearing and grubbing includes disposal of unwanted materials, unless otherwise directed by Engineer. 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup Supplement this section with the following: Roadside cleanup shall include all project areas outside of the road right-of-way, including utility easements and private property, as shown on the Plans. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2-01.3(5) Fencing (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall be required to carefully remove all existing fencing located within or near the proposed alignments. All fencing materials to be removed and reset shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. The removal and reresetting of all fencing, including any barbed wire, shall be done at the Contractor's expense. Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer. Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered as incidental work to the various bid items and no separate payment will be made. 2-01.4 Measurement Supplement this section with the following: No unit of measurement shall apply to Roadside Cleanup. 2-01.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including partial roadside cleanup, shall be considered as incidental work to the various bid items and no separate payment will be made. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-40 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Supplement this section with the following: Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc., which are outside the right-of-way line and are required to be removed for construction of the improvements. In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take precautions to preserve the integrity of this neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. No separate payment shall be made for saw -cutting pavement. 2-02.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including sawcutting, shall be considered as incidental work to the various bid items and no separate payment will be made. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description Supplement this section with the following: Unclassified excavation shall consist of removing the existing material of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross-section shown on the Plans or as staked in the field. The material to be excavated shall be classified as "Unclassified Excavation Incl. Haul." Where directed by the Engineer, the Contractor shall excavate beyond the right-of-way in order to adequately slope adjacent properties. No additional compensation will be made for excavating outside the right-of-way. The Contractor shall use caution while performing roadway excavation. Heavy, rubber -tired equipment, particularly front-end loaders, shall limit their travel over a single area as much as possible. Trucks shall observe a 10 -mph speed limit when traveling over exposed subgrade areas. The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. G.\PROJECTS\2015115150E\SPEC\15150 SPEC Docx 6-41 2-03.3 Construction Requirements 2-03.3(3) Excavation Below Subgrade Supplement this section with the following: At the direction of the Engineer, areas within the street subgrade which exhibit instability due to high moisture content shall be: 1. Aerated and allowed to dry; 2. Over -excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing base course. The contractor may be instructed to install construction geotextile for soil stabilization in the excavation; or 3. A combination of any of the above. Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Incl. Haul" and "Crushed Surfacing Base Course" and applying the unit bid price. No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General Supplement this section with the following: The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material at various locations within the project limits, as directed by the Engineer. Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste at the Contractor's expense. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the sidewalk and new improve- ments, and shall be stockpiled separate from other material. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-03.3(14)D Compaction and Moisture Control Tests Delete this section and replace it with the following: Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs associated with failed tests/testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. G'\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-42 2-04 HAUL 2-04.5 Payment Delete this section and replace it with the following: All haul of materials on this project shall be considered as incidental work to the various bid items and no separate payment will be made. 2-07 WATERING 2-07.1 Description Supplement this section with the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency and the Engineer from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-07.3 Construction Requirements Add the following new section 2-07.3(A) Water Supplied From Hydrants The Contractor shall contact the City of Yakima Water/Irrigation Division to secure a metered hydrant connection and comply with all requirements before obtaining water from fire hydrants. The Contractor shall only use hydrant wrenches to operate hydrants. The hydrant valve must be open full, since a partially opened valve may cause damage to the hydrant. The auxiliary valve on the outlet of the metered hydrant connection shall be used for flow control purposes. Fire hydrant valves must be closed slowly to avoid pressure surges in the water system. The Contractor shall carefully note the importance of following these directions. If a hydrant or metered connection is damaged, the Contractor shall immediately notify the City of Yakima Water/Irrigation Division so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall return the metered hydrant connection. The City of Yakima Water/Irrigation Division may inspect the hydrant for any possible damage. The Contractor will be billed for repairing the damage to a hydrant or meter if resulting from improper use. The Contractor shall convey the water from the nearest convenient hydrant at their own expense and as approved by the City of Yakima Water/Irrigation Division. Any violation of these requirements may result in fines and damage costs to the Contractor resulting from the malfunctioning of damaged fire hydrants, in the event of fire. G.\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-43 2-11 TRIMMING AND CLEANUP 2-11.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section shall be considered as incidental work to the various bid items and no separate payment will be made. 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Supplement this section with the following: Aggregates for the parking lot asphalt base and asphalt pathway shall be provided and installed by City of Yakima. Aggregates for concrete curb and sidewalks shall be provided and installed by the Contractor. Aggregates to be paid by the ton shall not be placed in stockpiles. 4-04.3 Construction Requirements 4-04.3(5) Shaping and Compaction Supplement this section with the following: The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with failed tests/testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5-04 HOT MIX ASPHALT 5-04.1 Description Supplement this section with the following: HMA to be provided and installed by the City of Yakima. 7-05 MANHOLES, INLETS, CATCH BSINS, AND DRYWELLS 7-05.5 Payment This section is supplemented with the following: "Concrete Spill Apron — East Parking Lot", per each, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the unit as shown on the Contract Plans. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.1 Description Delete this section and replace it with the following: This work includes installing culverts, storm sewers, sanitary sewers, water main, irrigation mains, and conduits. The Contractor shall also follow Section 7-02, 7-04, 7-09, 7-16, 7-17, or 8-20 as it applies to G:\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-44 the specific kind of work. In cases of conflict between sections, the more stringent regulation shall apply. 7-08.2 Materials Revise the second paragraph to read: Gravel Backfill for Pipe Zone Bedding The crushed gravel used for gravel backfill for pipe zone bedding shall be crushed surfacing top course meeting the requirements of Section 9-03.12(3). 7-08.3 Construction Requirements 7-O8.3(1)C Bedding the Pipe Delete this section and replace it with the following: Imported pipe zone material for flexible pipes shall be Crushed Surfacing Top Course meeting the requirements of section 9-03.9(3), and shall be placed and compacted in layers as designated by the Engineer. Pipe zone material for rigid pipes shall be Crushed Surfacing Base Course meeting the requirements of Section 9-03.9(3), or as approved by the Engineer. 7-O8.3(2)B Pipe Laying - General Supplement this section with the following: Detectable marker tape shall be installed over non-metallic pipe lines. The tape shall be placed approximately three feet above the top of the pipe (unless otherwise noted on the Plans) and shall extend its full length. The horizontal location of the tape shall vary no more than one foot from the centerline alignment of the pipe. Detectable marker tape shall meet the requirements of Section 9- 15.18 of the Standard Specifications. The Contractor shall furnish and install at his expense all fittings for making connections to existing pipelines and services/laterals, including those necessary for horizontal and vertical deflections, regardless if shown on plans. 7-08.3(3) Backfilling Supplement this section with the following: Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with Select Backfill meeting the requirements for crushed surfacing base course, in Section 9-03.9(3). Delete the fourth paragraph and replace with the following: Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to inadequate compaction or unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor). The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line. Density tests shall be taken at various depths in the trench. The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes. The cost of the backhoe and operator shall be considered as incidental work to the various bid items and no separate payment will be made. Placement of courses of aggregate shall not proceed until density requirements have been met. G'\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-45 The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least three (3) working days prior to beginning trench excavation and backfill operations, and shall arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. Add the following to the fifth paragraph: Backfill around all structures shall be water settled with a minimum of 2,000 gallons of water, in addition to mechanical methods, to achieve required compaction. Payment for mechanical compaction shall be included in the unit price bid for the specified pipe. Payment for water settling adjacent to structures shall be included in the unit price bid for the specified structure. 7-08.3(5) Existing Utilities (New Section) The following new section shall be added to the Standard Specifications: The locations and/or elevations of existing utilities shown on the Plans are based upon utility information of record, visible structures such as catch basins, manholes, valve boxes, etc., and utility locate markings in the field. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans. Contractor shall call 1-800-424-5555 prior to any excavation work per RCW 19.122.030. When utility services occupy the same space as new pipelines, the Contractor shall complete necessary excavation to fully expose such services. The Contractor shall protect said services, and work around them during excavating and pipe laying operations. Any damages to services resulting from the Contractor's operation shall be reported to the appropriate utility. Such damage shall be repaired at the Contractor's expense. 7-08.4 Measurement Delete the last paragraph and replace it with the following: Shoring or extra excavation will be measured by the linear foot. Supplement this section with the following: There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work. There will be no separate measurement or payment for sawcutting the existing asphalt concrete roadway at drainage and utility crossings. All costs for sawcutting necessary for trench excavation shall be included in the various bid items associated with the work. The length and depth of "Select Backfill, as Directed" shall be neat -line field measured by the Engineer. The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans. No measurement or payment will be made for backfill material beyond the payment line limit. 7-08.5 Payment Delete the seventh Bid item and replace it with the following: The unit contract price per linear foot for "Shoring or Extra Excavation", shall be full compensation for all labor, equipment, tools, and material required to construct the shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, and compaction, all as shown G:\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-46 on the Plans and as specified herein. When extra excavation is used by the Contractor in lieu of constructing the shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional excavation, backfill, compaction, and other work required. If select backfill material is required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Supplement this section with the following: Payment for all pipe items shall be made as follows: 75% of the unit contract bid price for materials and initial installation; the next 15% of the unit contract bid price upon the successful completion of density testing; and the final 10% of the unit contract bid price upon the completion of pipe testing including hydrostatic, bacteriological, air pressure and mandrel testing, as well as televising if required. Payment for "Select Backfill, as Directed" will be made at the unit contract price per cubic yard per neat line as shown in details, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer. The cost for hauling and disposal of excavated material to be replaced with select backfill shall be considered as incidental work to the various bid items and no separate payment will be made. 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3(16) Removal Delete the first sentence of the first paragraph and replace it with the following: The Contractor shall remove and dispose of all erosion control BMPs at project completion. Removal and disposal will be a condition of granting physical completion. 8-01.5 Payment Replace with the following: All costs to comply with this section shall be considered as incidental work to the various bid items and no separate payment will be made. 8-02 ROADSIDE RESTORATION 8-02.1 Description Supplement this section with the following: This work consists of preparing sub -grade or topsoil and replacing landscaping material will be provided by the City of Yakima. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways Supplement this section with the following: Cement concrete planter curb constructed on this project shall be shown on the Details. Planter curb which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. The new concrete curb shall be cured in accordance with Section 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. G'\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-47 First-class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. The Contractor shall be required to construct a minimum 20 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer. This "model" section will be referenced during construction for comparison to newly poured curb. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods. 8-04.5 Payment Supplement this section with the following: "Cement Conc. Planter Curb — East Parking Lot", per linear foot. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete Supplement this section with the following: All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness. All concrete approaches located behind a depressed curb and gutter section including wings, shall be six (6) inches in thickness. Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with Section 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. Sidewalk ramps shall be constructed as shown on the Plans in accordance with the Standard Plans or as shown otherwise in the Details. First-class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Plans and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment or methods. 8-14.4 Measurement Replace the second paragraph with the following: Cement concrete curb ramps will be measured per each regardless of curb ramp type and shall include installation of pedestrian curb and detectable warning surface. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-48 8-14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk 4 -Inch Thick — West Parking Lot," per square yard. "Cement Conc. Curb Ramp — East Parking Lot," per each. Payment for pedestrian curb and detectable warning surface shall be included in payment for "Cement Conc. Curb Ramp." Payment for crushed surfacing top course placed under sidewalks and sidewalk ramps shall be considered as incidental work to the various bid items and no separate payment will be made. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1 Description Supplement this section with the following: The work under this item includes furnishing and installation of underground PVC conduits with pull rope, pull boxes, conductors, street lights, cement concrete anchor bases, anchor bolts, and electrical service for a complete installation ready for service. 8-20.2 Materials Supplement this section with the following: The provisions of Section 9-29 shall apply, except for the following modifications or additions: Conduit: Below grade conduit on this project shall be Schedule 40 PVC, conforming to NEMA TC 2. Rigid Steel Conduit and Fittings shall be used for all bends, entrances, and exits of pull boxes and where required by code. Conduit bends shall have no less than 12 -Inch radius. A 1/8 -Inch braided nylon rope, 450 pounds minimum breaking strength, shall be installed in each conduit run with two (2) feet doubled back at each termination. When the conductors are pulled, a rope shall be re -pulled with the conductor and left for future use. Pull rope shall be installed in all spare conduits. Light Standards: Poles and arms shall be hot -dipped galvanized over their entire surface per ASTM A- 123. Anchor bolts, nuts, and washers shall be hot -dipped galvanized over their entire length per ASTM A-153. All poles, arms and accessories shall be furnished by the same manufacturer. Accessories shall include anchor bolts (each with heavy hex nuts and washers) as sized by the manufacturer, bolt templates, full base covers, and removable pole end caps. LED luminaries shall be provided by the City of Yakima. 8-20.2(1) Equipment List and Drawings Delete the first paragraph and replace it with the following: The contractor shall submit all working drawings, shop drawings, sample articles, catalog cuts, and Requests for Approval of Material Source (RAMS) for electrical items at the Pre -Construction Conference. The Contractor shall order all major electrical items within ten working days of approval of these submittals and shall provide a copy of the order authorization, purchase order, or release -to - ship to the Engineer. No extension of contract working days or suspension of contract time shall be granted due to the Contractor's failure to submit RAMS and/or order electrical items in accordance with this paragraph. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC Docx 6-49 Replace item 1 of the fourth paragraph with the following: 1. Light standards with or without pre -approved plans. 8-20.3 Construction Requirements 8-20.3(1) General Supplement this section with the following: Prior to installation, the Contractor shall inform the Engineer when the luminaire equipment has arrived on-site. The Engineer will compare the supplied luminaire equipment to the approved shop drawings prior to installation and must be present during installation to check for socket settings and luminaire head orientation. The Contractor is responsible for coordinating with the Department of Labor and Industries, the Engineer, and Pacific Power for all required inspections and service. 8-20.3(2) Excavating and Backfilling Delete the first paragraph and replace it with the following: The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible damage to streets, sidewalks, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes. Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and/or structures. The material from the excavation shall be placed so as to cause the least interference to vehicular and pedestrian traffic and to surface drainage. All surplus excavated material shall be removed and disposed of by the Contractor. Backfilling shall be as shown on the Plans and shall conform to the provisions specified herein. Compaction of conduit trenches and structure backfill shall be accomplished by a method which will result in backfill compacted to at least 95% of maximum density. 8-20.3(4) Foundations Supplement this section with the following: The top six inches (anchor base) of the concrete foundation shall be formed and finished with a concrete pad to the dimensions shown on the plans, with 3/4 -Inch chamfer edges, and the top shall be at finish sidewalk grade. The anchor base shall be separated from adjacent concrete surfaces by means of expansion joints. Forms for the anchor bases shall be true to line and grade and the conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template. After standards are plumbed, the Contractor shall grout between the base plate and anchor base as shown on the Plans. 8-20.3(5) Conduit Supplement this section with the following: The ends of conduits for future connection shall be marked with an 18" long section of #4 rebar buried vertically with the top of the rebar set 6" below the finished grade. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes Replace the first paragraph with the following: The terms "pullbox" and "junction box" are considered interchangeable. G:\PROJECTS\2015\15150E\SPEC\15150 SPEC.Docx 6-50 Pullboxes shall be constructed as shown on the Plans and in accordance with Standard Plan J-40.10 Type 1. The pullboxes shall be installed true to line and grade. The pullboxes shall be placed where shown on Plans and shall be separated from other concrete surfaces by an expansion joint. 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Supplement this section with the following: The Contractor shall submit shop drawings for all new services. The shop drawings shall show the proposed service panel layout, wiring schematics, circuit breaker layouts, attachment, and installation details. All of the work shall meet the requirements of the local electrical utility company, Pacific Power, and the National Electric Code. The Contractor shall provide conduits to the proposed service locations shown on the Plans and shall coordinate the location of the service(s) with Pacific Power. 8-2O.3(13)A Light Standards Supplement this section with the following: Light standards shall have square base flanges requiring four (4) anchor bolts for connection to foundation. Anchor bolt covers shall be provided on all light standards. 8-20.5 Payment Delete this entire section and replace it with the following: The lump sum contract price for "Illumination System — East Parking Lot Pole Bases," shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to construct an illumination pole bases and electrical system as shown on the Plans and specified herein, including excavation, backfilling, concrete foundations, electrical service, conduit, conductor, imported gravel pipe bedding material in the pipe zone, wiring, restoring facilities destroyed or damaged during construction, and making all required tests. All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental work to the various bid items and no separate payment will be made. 8-22 PAVEMENT MARKING Pavement markings shall be provided by the City of Yakima. G.\PROJECTS\2015\15150E\SPEC \15150 SPEC Docx 6-51 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 2016 4 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract and 9 supersede any conflicting provisions of the Standard Specifications. For informational purposes, the 10 date following each Amendment title indicates the implementation date of the Amendment or the 11 latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 1, 2016 19 1-01.3 Definitions 20 The following new term and definition is inserted after the eighth paragraph: 21 22 Cold Weather Protection Period — A period of time 7 days from the day of concrete placement 23 or the duration of the cure period, whichever is longer. 24 25 1-02.AP1 26 Section 1-02, Bid Procedures and Conditions 27 June 1, 2017 28 1-02.4(1) General 29 The first sentence of the last paragraph is revised to read: 30 31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall 32 request the explanation or interpretation in writing by close of business on the Thursday 33 preceding the bid opening to allow a written reply to reach all prospective Bidders before the 34 submission of their Bids. 35 36 1-02.6 Preparation of Proposal 37 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized Disadvantaged 38 Business Enterprise", and "DBE" is revised to read "UDBE". 39 40 1-02.13 Irregular Proposals 41 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized Disadvantaged 42 Business Enterprise", and "DBE" is revised to read "UDBE". 43 44 1-04.AP1 45 Section 1-04, Scope of the Work 46 June 1, 2017 47 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and 48 Addenda 49 The following new paragraph is inserted before the second to last paragraph: 50 51 Whenever reference is made in these Specifications or the Special Provisions to codes, rules, 52 specifications, and standards, the reference shall be construed to mean the code, rule, AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 specification, or standard that is in effect on the Bid advertisement date, unless otherwise stated 2 or as required by law. 3 4 1-04.3 Reference Information 5 This section is supplemented with the following new sentence: 6 7 If a document that is provided as reference information contains material also included as a part 8 of the Contract, that portion of the document shall be considered a part of the Contract and not 9 as Reference Information. 10 11 1-04.4(2)A General 12 Item number 4 in the third paragraph is revised to read: 13 14 4. Provide substitution for deleted or reduced Condition of Award Work, Apprentice Utilization 15 and Training. 16 17 1-06.AP1 18 Section 1-06, Control of Material 19 August 7, 2017 20 This section is supplemented with the following new section and subsections: 21 22 1-06.6 Recycled Materials 23 The Contractor shall make their best effort to utilize recycled materials in the construction of the 24 project; the use of recycled concrete aggregate as specified in Section 1-06.6(1)A is a 25 requirement of the Contract. 26 27 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing 28 within 30 calendar days after the Contract is executed. The plan shall provide the Contractor's 29 anticipated usage of recycled materials for meeting the requirements of these Specifications. 30 The quantity of recycled materials will be provided in tons and as a percentage of the Plan 31 quantity for each material listed in Section 9-03.21(1)E Table on Maximum Allowable Percent 32 (By Weight) of Recycled Material. When a Contract does not include Work that requires the use 33 of a material that is included in the requirements for using materials the Contractor may state in 34 their plan that no recycled materials are proposed for use. 35 36 Prior to Physical Completion the Contractor shall report the quantity of recycled materials that 37 were utilized in the construction of the project for each of the items listed in Section 9-03.21. 38 The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel 39 furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates 40 from concrete returned to the supplier). The Contractor's report shall be provided on DOT Form 41 350-075 Recycled Materials Reporting. 42 43 1-06.6(1) Recycling of Aggregate and Concrete Materials 44 1-06.6(1)A General 45 The minimum quantity of recycled concrete aggregate shall be 25 percent of the total 46 quantity of aggregate that is incorporated into the Contract for those items listed in Section 47 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that 48 allow the use of recycled concrete aggregate. The percentage of recycled material 49 incorporated into the project for meeting the required percentage will be calculated in tons 50 based on the quantity of recycled concrete used on the entire Contract and not as 51 individual items. 52 53 If the Contractor's total cost for Work with recycled concrete aggregate is greater than 54 without the Contractor may choose to not use recycled concrete aggregate. If the 55 Recycled Material Utilization Plan does not indicate the minimum usage of recycled AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7117 1 1 ' 2 3 5 6 7 89 10 11 12 13 14 15 16 17 ' 18 19 20 21 22 23 24 ' 25 26 27 28 29 30 31 I 32 33 34 36 36 37 38 39 40 41 42 43 44 45 I 46 47 48 49 50 51 52 53 54 55 1 1 concrete aggregate required above, or if completed project quantities do not meet the minimum usage required, the Contractor shall develop the following: 1. A cost estimate for each material listed in Section 9-03.21(1)E that is utilized on the Contract. The cost estimate shall include the following: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work. b. The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor's cost estimates shall be submitted as an attachment to the Recycled Material Utilization Plan, or with the Reporting form. 1-07.AP1 Section 1-07, Legal Relations and Responsibilities to the Public August 7, 2017 1-07.1 Laws to be Observed The second paragraph is deleted. In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting Agency". 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence: The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices. 1-07.3(1) Forest Fire Prevention This section is supplemented with the following new subsections: 1-07.3(1)A Fire Prevention Control and Countermeasures Plan The Contractor shall prepare and implement a project -specific fire prevention, control, and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall submit a Type 2 Working Drawing no later than the date of the preconstruction conference. 1-07.3(1)A1 FPCC Plan Implementation Requirements The Contractor's FPCC Plan shall be fully implemented at all times. The Contractor shall update the FPCC Plan throughout project construction so that the plan reflects actual site conditions and practices. The Contractor shall update the FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is available for inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project safety meetings. 1-07.3(1)A2 FPCC Plan Element Requirements The FPCC Plan shall include the following: 1. The names, titles, and contact information for the personnel responsible for implementing and updating the plan. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 2. The names and telephone numbers of the Federal, State, and local agencies the 3 Contractor shall notify in the event of a fire. 4 5 3. All potential fire causing activities such as welding, cutting of metal, blasting, 6 fueling operations, etc. 7 8 4. The location of fire extinguishers, water, shovels, and other firefighting 9 equipment. 10 11 5. The response procedures the Contractor shall follow in the event of a fire. 12 13 Most of Washington State is covered under the IFPL system which, by law, is managed by 14 the Department of Natural Resources (DNR). It is the Contractor's responsibility to be 15 familiar with the DNR requirements and to verify whether or not IFPL applies to the specific 16 project. 17 18 If the Contractor wishes to continue a work activity that is prohibited under an industrial fire 19 precaution level, the Contractor shall obtain a waiver from the DNR and provide a copy to 20 the Engineer prior to continuation of work on the project. 21 22 If the IFPL requirements prohibit the Contractor from performing Work the Contractor may 23 be eligible for an unworkable day in accordance with Section 1-08.5. 24 25 The Contractor shall comply with the requirements of these provisions at no additional cost 26 to the Contracting Agency. 27 28 1-07.8 High -Visibility Apparel 29 The last paragraph is revised to read: 30 31 High -visibility garments shall be labeled as, and in a condition compliant with the ANSI/ISEA 32 107 (2004 or later version) and shall be used in accordance with manufacturer 33 recommendations. 34 35 1-07.8(1) Traffic Control Personnel 36 In this section, references to "ANSI/ISEA 107-2004" are revised to read "ANSI/ISEA 107". 37 38 1-07.8(2) Non -Traffic Control Personnel 39 In this section, the reference to "ANSI/ISEA 107-2004" is revised to read "ANSI/ISEA 107". 40 41 1-07.9(2) Posting Notices 42 Items 1 and 2 are revised to read: 43 44 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS 45 THE LAW published by US Department of Labor. Post for projects with federal -aid funding. 46 47 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal 48 Highway Administration (FHWA). Post for projects with federal -aid funding. 49 50 Items 5, 6 and 7 are revised to read: 51 52 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The Family 53 And Medical Leave Act published by US Department of Labor. Post on all projects. 54 55 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US 56 Department of Labor. Post on all projects. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by Washington 3 State Department of Labor and Industries. Post on all projects. 4 5 Items 9 and 10 are revised to read: 6 7 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State by 8 Washington State Department of Labor and Industries (L&I). Post on all projects. 9 10 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State 11 Employment Security Department. Post on all projects. 12 13 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 14 The second sentence of the first paragraph is deleted. 15 16 The first sentence of the second paragraph is revised to read: 17 18 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other 19 materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. 20 21 Item number four of the fourth paragraph (up until the colon) is revised to read: 22 23 4. Potential Spill Sources — Describe each of the following for all potentially hazardous 24 materials brought or generated on-site, including but not limited to materials used for 25 equipment operation, refueling, maintenance, or cleaning: 26 27 The first sentence of item 7e of the fourth paragraph is revised to read: 28 29 BMP methods and locations where they are used to prevent discharges to ground or water 30 during mixing and transfer of hazardous materials and fuel. 31 32 The last paragraph is deleted. 33 34 1-08.AP1 35 Section 1-08, Prosecution and Progress 36 June 1, 2017 37 1-08.1 Subcontracting 38 The eighth and ninth paragraphs are revised to read: 39 40 On all projects, the Contractor shall certify to the actual amounts paid to all firms that were used 41 as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service 42 providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or 43 Women's Business Enterprise firms. This Certification shall be submitted to the Engineer on a 44 monthly basis each month between Execution of the Contract and Physical Completion of the 45 Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly 46 report shall be submitted for every month between Execution of the Contract and Physical 47 Completion regardless of whether payments were made or work occurred. 48 49 The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011, 39.76.020, 50 and 39.76.040, in particular regarding prompt payment to Subcontractors. Whenever the 51 Contractor withholds payment to a Subcontractor for any reason including disputed amounts, 52 the Contractor shall provide notice within 10 calendar days to the Subcontractor with a copy to 53 the Contracting Agency identifying the reason for the withholding and a clear description of what 54 the Subcontractor must do to have the withholding released. Retainage withheld by the 55 Contractor prior to completion of the Subcontractors work is exempt from reporting as a AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 payment withheld and is not included in the withheld amount. The Contracting Agency's copy of 2 the notice to Subcontractor for deferred payments shall be submitted to the Engineer 3 concurrently with notification to the Subcontractor. 4 5 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld 6 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 7 8 The last sentence in item number 11 of the first paragraph is revised to read: 9 10 The Contractor may also require any documentation from the Subcontractor that is required by 11 the subcontract or by the Contract between the Contractor and Contracting Agency or by law 12 such as affidavits of wages paid, and material acceptance certifications to the extent that they 13 relate to the Subcontractor's Work. 14 15 Item number 12 of the first paragraph is revised to read: 16 17 12. If the Contractor fails to comply with the requirements of the Specification and the 18 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor will be 19 subject to the actions described in No. 7 listed above. The Subcontractor may also seek 20 recovery against the Contractor under applicable prompt pay statutes in addition to any 21 other remedies provided for by the subcontract or by law. 22 23 1-08.5 Time for Completion 24 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports". 25 26 1-09.AP1 27 Section 1-09, Measurement and Payment 28 April 4, 2016 29 1-09.6 Force Account 30 The second sentence of item number 4 is revised to read: 31 32 A "specialized service" is a work operation that is not typically done by worker classifications as 33 defined by the Washington State Department of Labor and Industries and by the Davis Bacon 34 Act, and therefore bills by invoice for work in road, bridge and municipal construction. 35 36 1-10.AP1 37 Section 1-10, Temporary Traffic Control 38 January 3, 2017 39 1-10.1(2) Description 40 The first paragraph is revised to read: 41 42 The Contractor shall provide flaggers and all other personnel required for labor for traffic control 43 activities that are not otherwise specified as being furnished by the Contracting Agency. 44 45 In the third paragraph, "Project Engineer" is revised to read "Engineer". 46 47 The following new paragraph is inserted after the third paragraph: 48 49 The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times except 50 when Work requires closures. Ramps shall not be closed on consecutive interchanges at the 51 same time, unless approved by the Engineer. Lanes and ramps shall be closed for the 52 minimum time required to complete the Work. When paving hot mix asphalt the Contractor may 53 apply water to the pavement to shorten the time required before reopening to traffic. 54 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-10.3(2)C Lane Closure Setup/Takedown 2 The following new paragraph is inserted before the last paragraph: 3 4 Channelization devices shall not be moved by traffic control personnel across an open lane of 5 traffic. If an existing setup or staging of traffic control devices require crossing an open lane of 6 traffic, the traffic control devices shall be taken down completely and then set up in the new 7 configuration. 8 9 2-03.AP2 10 Section 2-03, Roadway Excavation and Embankment 11 August 1, 2016 12 2-03.3(7)C Contractor -Provided Disposal Site 13 The second paragraph is revised to read: 14 15 The Contractor shall acquire all permits and approvals required for the use of the disposal sites 16 before any waste is hauled off the project. The Contractor shall submit a Type 1 Working 17 Drawing consisting of copies of the permits and approvals for any disposal sites to be used. The 18 cost of any such permits and approvals shall be included in the Bid prices for other Work. 19 20 The third paragraph is deleted. 21 22 2-06.AP2 23 Section 2-06, Subgrade Preparation 24 January 3, 2017 25 2-06.3(2) Subgrade for Pavement 26 The second sentence in the first paragraph is revised to read: 27 28 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of maximum 29 density as determined by the compaction control tests for granular materials. 30 31 4-04.AP4 32 Section 4-04, Ballast and Crush Surfacing 33 January 3, 2017 34 4-04.3(5) Shaping and Compaction 35 The first sentence is revised to read: 36 37 Immediately following spreading and final shaping, each layer of surfacing shall be compacted 38 to at least 95 percent of maximum density determined by the requirements of Section 2- 39 03.3(14)D before the next succeeding layer of surfacing or pavement is placed. 40 41 5-01.AP5 42 Section 5-01, Cement Concrete Pavement Rehabilitation 43 January 3, 2017. 44 In this section, "portland cement" is revised to read "cement". 45 46 5-01.2 Materials 47 In the first paragraph, the following item is inserted after the item "Joint Sealants": 48 49 Closed Cell Foam Backer Rod 9-04.2(3)A 50 51 5-01.3(1)A Concrete Mix Designs 52 This section, including title, is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 5-01.3(1)A Mix Designs 3 The Contractor shall use either concrete patching materials or cement concrete for the 4 rehabilitation of cement concrete pavement. Concrete patching materials shall be used for spall 5 repair and dowel bar retrofitting and cement concrete shall be used for concrete panel 6 replacement. 7 8 5-01.3(1)A1 Concrete Patching Materials 9 Item number 1 is revised to read: 10 11 1. Materials — The prepackaged concrete patching material and the aggregate extender shall 12 conform to Section 9-20. 13 14 5-01.3(1)A2 Portland Cement Concrete 15 This section, including title, is revised to read: 16 17 5-01.3(1)A2 Cement Concrete for Panel Replacement 18 Cement concrete for panel replacement shall meet the requirements of Sections 5-05.3(1) and 19 5-05.3(2) and be air entrained with a design air content of 5.5 percent. Cement concrete for 20 panel replacement may use rapid hardening hydraulic cement meeting the requirements of 21 Section 9-01.2(2). Rapid hardening hydraulic cement will be considered a cementitious material 22 for the purpose of calculating the water/cementitious materials ratio and the minimum 23 cementitious materials requirement. 24 25 5-01.3(1)B Equipment 26 This section's title is revised to read: 27 28 Equipment for Panel Replacement 29 30 5-01.3(2)B Portland Cement Concrete 31 This section's title is revised to read: 32 33 Cement Concrete for Panel Replacement 34 35 This section is supplemented with the following new subsection: 36 37 5-01.3(2)B1 Conformance to Mix Design 38 Acceptance of cement concrete pavement for panel replacement shall be in accordance with 39 Section 5-01.3(2)B. The cement, coarse, and fine aggregate weights shall be within the 40 tolerances of the mix design in accordance with Section 5-05.3(1). 41 42 5-01.3(2)B1 Rejection of Concrete 43 This section is renumbered as follows: 44 45 5-01.3(2)B2 Rejection of Concrete 46 47 5-01.3(4) Replace Portland Cement Concrete Panel 48 This section's title is revised to read: 49 50 Replace Cement Concrete Panel 51 52 5-01.3(8) Sealing Existing Transverse and Longitudinal Joints 53 This section's title is revised to read: 54 55 Sealing Existing Longitudinal and Transverse Joint 56 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The first paragraph is revised to read: 2 3 The Contractor shall clean and seal existing longitudinal and transverse joints where shown in 4 the Plans or as marked by the Engineer. 5 6 The first sentence of the second paragraph is revised to read: 7 8 Old sealant and incompressible material shall be completely removed from the joint to the depth 9 of the new reservoir with a diamond blade saw in accordance with the detail shown in the 10 Standard Plans. 11 12 The fifth paragraph is revised to read: 13 14 Immediately prior to sealing, the cracks shall be blown clean with dry oil -free compressed air. If 15 shown in the Plans, a backer rod shall be placed at the base of the sawn reservoir. The joints 16 shall be completely dry before the sealing installation may begin. Immediately following the air 17 blowing and backer rod placement, if required, the sealant material shall be 18 installed in conformance to manufacturer's recommendations and in accordance with Section 5- 19 05.3(8)B. 20 21 5-01.3(9) Portland Cement Concrete Pavement Grinding 22 This section's title is revised to read: 23 24 Cement Concrete Pavement Grinding 25 26 5-01.3(11) Concrete Slurry and Grinding Residue 27 The last sentence of the first paragraph is revised to read: 28 29 Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, into any 30 drainage structure, water of the state, or wetlands. 31 32 The following new sentence is inserted at the end of the second paragraph: 33 34 The Contractor shall submit copies of all disposal tickets to the Engineer within 5 calendar days. 35 36 5-01.4 Measurement 37 The fourth paragraph is revised to read: 38 39 Sealing existing longitudinal and transverse joint will be measured by the linear foot, measured 40 along the line of the completed joint. 41 42 5-01.5 Payment 43 The Bid item "Sealing Transverse and Longitudinal Joints", per linear foot and the paragraph 44 following Bid item are revised to read: 45 46 "Sealing Existing Longitudinal and Transverse Joint", per linear foot. 47 48 The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse Joint", 49 shall be full payment for all costs to complete the Work as specified, including removing 50 incompressible material, preparing and sealing existing transverse and longitudinal joints where 51 existing transverse and longitudinal joints are cleaned and for all incidentals required to 52 complete the Work as specified. 53 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 5-05.AP5 2 Section 5-05, Cement Concrete Pavement 3 January 3, 2017 4 5-05.3(1) Concrete Mix Design for Paving 5 In last sentence of the second paragraph of item number 1, the reference to "Section 9-01.2(4)" is 6 revised to read "Section 9-01.2(1)B". 7 8 The following is inserted after item number 2: 9 10 11 12 13 14 15 16 Item number 3 is renumbered to 4 and revised (up until the table) to read: 17 18 19 20 3. Mix Design Modifications - The Contractor may initiate adjustments to the aggregate proportions of the approved mix design. An adjustment in both the fine and coarse aggregate batch target weights of plus or minus 200 pounds per cubic yard will be allowed without resubmittal of the mix design. The adjusted aggregate weights shall become the new batch target weights for the mix design. 21 4. Conformance to Mix Design - Cement and coarse and fine aggregate weights shall be within the following tolerances of the batch target weights of the mix design: Portland Cement Concrete Batch Weights Cement +5% -1% Coarse Aggregate +2% -2% Fine Aggregate +2% -2% 22 5-05.3(3)B Mixing Equipment 23 The last sentence of item number 4 is revised to read: 24 25 Plant -mixed concrete may be transported in nonagitated vehicles provided that the concrete is 26 in a workable condition when placed and: 27 28 a. discharge is completed within 45 minutes after the introduction of mixing water to the 29 cement and aggregates, or 30 31 b. discharge is completed within 60 minutes after the introduction of mixing water to the 32 cement and aggregates, provided the concrete mix temperature is 70°F or below 33 during placement, or 34 35 c. discharge is completed within 60 minutes after the introduction of mixing water to the 36 cement and aggregates, provided the mix contains an approved set retarder at the 37 manufacturer's minimum dosage rate. 38 39 5-05.3(6) Subgrade 40 This section, including title, is revised to read: 41 42 5-05.3(6) Surface Preparation 43 The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond each 44 edge of the area which is to receive concrete pavement in order to accommodate the slip -form 45 equipment. 46 47 Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: 48 49 1. The surface shall be moist; 50 51 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the surface. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3. The surface shall be clean and free of any deleterious materials. 3 4 4. The surface temperature shall not exceed 120°F or be frozen. 5 6 5-05.3(7)A Slip -Form Construction 7 The second sentence of the first paragraph is revised to read: 8 9 The alignment and elevation of the paver shall be regulated from outside reference lines 10 established for this purpose, or by an electronic control system capable of controlling the line 11 and grade within required tolerances. 12 13 7-08.AP7 14 Section 7-08, General Pipe Installation Requirements 15 January 3, 2017 16 7-08.3(1)A Trenches 17 The second sentence of the last paragraph is revised to read: I 18 19 The embankment material shall be compacted to 95 percent of maximum density and the 20 moisture content at the time of compaction shall be between optimum and 3 percentage points I21 below optimum as determined by the Compaction Control Tests specified in Section 2- 22 03.3(14)D. 23 24 7-09.AP7 I 25 Section 7-09, Water Mains 26 April 3, 2017 1 1 1 1 1 1 1 1 1 1 27 7-09.3(24)D Dry Calcium Hypochlorite 28 The second paragraph is revised to read: 29 30 The number of grams of 70 percent test calcium hypochlorite required for a 20 -foot length of 31 pipe equals 0.238 x d2, in which "d" is the diameter in inches. 32 33 8-01.AP8 34 Section 8-01, Erosion Control and Water Pollution Control 35 August 1, 2016 36 8-01.2 Materials 37 This section is supplemented with the following new paragraph: 38 39 Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 40 41 8-01.3(7) Stabilized Construction Entrance 42 The last sentence of the first paragraph is revised to read: 43 44 Material used for stabilized construction entrance shall be free of extraneous materials that may 45 cause or contribute to track out. 46 47 8-01.3(8) Street Cleaning 48 This section is revised to read: 49 50 Self-propelled street sweepers shall be used to remove and collect sediment and other debris 51 from the Roadway, whenever required by the Engineer. The street sweeper shall effectively 52 collect these materials and prevent them from being washed or blown off the Roadway or into AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and 2 operated in compliance with applicable air quality standards. 3 4 Material collected by the street sweeper shall be disposed of in accordance with Section 2- 5 03.3(7)C. 6 7 Street washing with water will require the concurrence of the Engineer. 8 9 8-09.AP8 10 Section 8-09, Raised Pavement Markers 11 January 3, 2017 12 8-09.5 Payment 13 In the last paragraph, "flaggers and spotters" is revised to read "flaggers". 14 15 8-20.AP8 16 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and 17 Electrical 18 August 7, 2017 19 8-20.1 Description 20 This section is supplemented with the following new subsection: 21 22 8-20.1(3) Permitting and Inspections 23 Electrical installations are subject to electrical inspection in accordance with RCW 19.28.101. 24 Electrical inspections may only be performed by an electrical inspector meeting the 25 requirements of RCW 19.28.321. Electrical installations will not be accepted until they have 26 been inspected and approved by an electrical inspector as required by this Section. This 27 inspection is required even if there is no new electrical service or new electrical meter being 28 installed in the Contract. 29 30 Installations within WSDOT right of way are subject to a minimum of a final inspection by a 31 WSDOT certified electrical inspector as allowed by RCW 19.28.141. A separate permit is not 32 required for electrical installations within WSDOT right of way. Additional inspections may be 33 required at the discretion of the Engineer. 34 35 Installations outside of WSDOT right of way are subject to permitting and inspection by the 36 Washington State Department of Labor and Industries (L&I) or a local jurisdiction approved for 37 that location by L&I. Approved local jurisdictions and their contacts may be found on the L&I 38 website at http://www.lni.wa.gov/TradesLicensing/Electrical/FeePermInsp/Citylnspectors/. 39 40 8-20.1(1) Regulations and Code 41 The second paragraph is revised to read: 42 43 Wherever reference is made in these Specifications or in the Special Provisions to the Code, 44 the rules, or the standards mentioned above, the reference shall be construed to mean the 45 code, rule, or standard that is in effect on the Bid advertisement date. 46 47 8-20.3(5)A General 48 The last paragraph is revised to read: 49 50 Immediately after the sizing mandrel has been pulled through, install an equipment grounding 51 conductor if applicable (see Section 8-20.3(9)) and any new or existing wire or cable as 52 specified in the Plans. Where conduit is installed for future use, install a 200 -pound minimum 53 tensile strength pull string with the equipment grounding conductor. The pull string shall be 54 attached to duct plugs or caps at both ends of the conduit. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 8-20.3(5)A1 Fiber Optic Conduit 3 The last paragraph is deleted. 4 5 8-20.3(5)B Conduit Type 6 The second and third paragraphs are deleted and replaced with the following new paragraph: 7 8 PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct. 9 10 8-20.3(5)D Conduit Placement 11 Item number 2 is revised to read: 12 13 2. 24 -inches below the top of the untreated surfacing on a Roadbed. 14 15 8-20.3(9) Bonding, Grounding 16 The following two new paragraphs are inserted after the first paragraph: 17 18 Install an equipment grounding conductor in all new conduit, whether or not the equipment 19 grounding conductor is called for in the wire schedule. 20 21 For each new conduit with innerduct install an equipment grounding conductor in only one of the 22 innerducts unless otherwise required by the NEC or the Plans. 23 24 The fourth paragraph (after the preceding Amendments are applied) is revised to read: 25 26 Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9- 27 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. Where existing 28 conduits are used for the installation of new circuits, an equipment grounding conductor shall be 29 installed unless an existing equipment ground conductor, which is appropriate for the largest 30 circuit, is already present in the existing raceway. The equipment ground conductor between the 31 isolation switch and the sign lighter fixtures shall be minimum #14 AWG stranded copper 32 conductor. Where parallel circuits are enclosed in a common conduit, the equipment -grounding 33 conductor shall be sized by the largest overcurrent device serving any circuit contained within 34 the conduit. 35 36 The second sentence of the fifth paragraph (after the preceding Amendments are applied) is revised 37 to read: 38 39 A non -insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on 40 connector (crimped with a manufacturer recommended crimper) shall be connected to the 41 junction box frame or frame bonding stud, the other end shall be crimped to the equipment 42 bonding conductor, using a "C" type crimp connector. 43 44 The last two sentences of the sixth paragraph (after the preceding Amendments are applied) are 45 revised to read: 46 47 For light standards, signal standards, cantilever and sign bridge Structures the supplemental 48 grounding conductor shall be #4 AWG non -insulated stranded copper conductor. For steel sign 49 posts which support signs with sign lighting or flashing beacons the supplemental grounding 50 conductor shall be #6 AWG non insulated stranded copper conductor. 51 52 The fourth to last paragraph is revised to read: 53 54 Install a two grounding electrode system at each service entrance point, at each electrical 55 service installation and at each separately derived power source. The service entrance 56 grounding electrode system shall conform to the "Service Ground" detail in the Standard Plans. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 If soil conditions make vertical grounding electrode installation impossible an alternate 2 installation procedure as described in the NEC may be used. Maintain a minimum of 6 feet of 3 separation between any two grounding electrodes within the grounding system. Grounding 4 electrodes shall be bonded copper, ferrous core materials and shall be solid rods not less than 5 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5 inch 6 or larger in diameter. 7 8 8-20.3(13)A Light Standards 9 The first sentence in the second to last paragraph is revised to read: 10 11 All new and relocated metal light standards shall be numbered for identification using painted 4 12 inch block gothic letters (similar to series C highway lettering) and numbers installed 3 feet 13 above the base facing the Traveled Way. 14 15 The numbered list in the second to last paragraph is deleted and replaced with the following: 16 17 NN 18 CC -SSSS 19 VVV 20 21 Where: 22 NN — Is the pole number as identified in the Plans. May be one or more characters. 23 CC — Is the circuit letter as identified in the Plans. May be one or more characters. 24 SSSS — Is he service cabinet number as identified in the Plans. Do not include the two or 25 three letter prefix. Up to four digits - do not include leading zeros. 26 VVV — Is the operating voltage of the luminaire. Always three digits. 27 28 8-20.3(13)C Luminaires 29 The first paragraph is revised to read: 30 31 The Contractor shall mark the installation date on the inside of the luminaire ballast or driver 32 housing using a permanent marking pen. 33 34 8-22.AP8 35 Section 8-22, Pavement Marking 36 August 7, 2017 37 8-22.3(6) Removal of Pavement Markings 38 This section is revised to read: 39 40 Pavement markings to be removed shall be obliterated until all blemishes caused by 41 the pavement marking removal conform to the coloration of the adjacent pavement. 42 43 Grinding to remove pavement markings in their entirety is allowed in areas designated for 44 applications of either Hot Mix Asphalt (HMA) or Bituminous Surface Treatment (BST). 45 Pavement marking removal shall be performed from April 1St through September 30th and only in 46 those areas that shall be paved within the same time window as the grinding, unless otherwise 47 allowed by the Engineer in writing. 48 49 For all cement concrete pavement and areas that will not be overlaid with hot mix asphalt or 50 BST, grinding is allowed to a depth just above the pavement surface and then Water blasting or 51 shot blasting shall be required to remove the remaining pavement markings. 52 53 If in the opinion of the Engineer, the pavement is materially damaged by pavement marking 54 removal, such damage shall be repaired by the Contractor in accordance with Section 1- 55 07.13(1). Sand or other material deposited on the pavement as a result of removing lines and AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 I 1 markings shall be removed as the Work progresses to avoid hazardous conditions. 2 Accumulation of sand or other material which might interfere with drainage will not be permitted. 3 4 8-22.4 Measurement I 5 The first two sentences of the fourth paragraph are revised to read: 6 7 The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic I 8 Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", "Painted Stop 9 Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or "Plastic Wide Dotted Entry Line" 10 will be based on the total length of each painted, plastic or profiled plastic line installed. No 11 deduction will be made for the unmarked area when the marking includes a broken line such as, I 12 wide broken lane line, drop lane line, wide dotted lane line or wide dotted entry line. 13 14 8-22.5 Payment I 15 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking", per 16 linear foot: 17 18 "Painted Wide Dotted Entry Line", per linear foot. I 19 20 "Plastic Wide Dotted Entry Line", per linear foot. 21 I 22 9-01.AP9 23 Section 9-01, Portland Cement 24 August 7, 2017 1 1 1 1 1 1 1 1 1 1 1 25 This section's title is revised to read: 26 27 Cement 28 29 9-01.1 Types of Cement 30 This section is revised to read: 31 32 Cement shall be classified as portland cement, blended hydraulic cement, or rapid hardening 33 hydraulic cement. 34 35 9-01.2(2) Vacant 36 This section, including title, is revised to read: 37 38 9-01.2(2) Rapid Hardening Hydraulic Cement 39 Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. 40 41 9-01.2(3) Low Alkali Cement 42 This section is renumbered as follows: 43 44 9-01.2(1)A Low Alkali Cement 45 46 9-01.2(4) Blended Hydraulic Cement 47 This section is renumbered as follows: 48 49 9-01.2(1)B Blended Hydraulic Cement 50 51 In the first paragraph, items number 3 through 5 are revised to read: 52 53 3. Type IT(PX)(LY), where (PX) equals the targeted percentage of pozzolan, and (LY) equals 54 the targeted percentage of limestone. The pozzolan (PX) shall be Class F fly ash and shall 55 be a maximum of 35 percent. (LY) shall be a minimum of 5 percent and a maximum of 15 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 percent. Separate testing of each source of fly ash at each proposed replacement level shall be conducted in accordance with ASTM C1012. Expansion at 180 days shall be 0.10 percent or less. 4. Type IT(SX)(LY), where (SX) equals the targeted percentage of slag cement, and (LY) equals the targeted percentage of limestone. (SX) shall be a maximum of 50 percent. (LY) shall be a minimum of 5 percent and a maximum of 15 percent. Separate testing of each source of slag at each proposed replacement level shall be conducted in accordance with ASTM C1012. Expansion at 180 days shall be 0.10 percent or less. 5. Type IL(X), where (X) equals the targeted percentage of limestone, and shall be a minimum of 5 percent and a maximum of 15 percent. Testing shall be conducted in accordance with ASTM C1012. Expansion at 180 days shall be 0.10 percent or less. 9-01.3 Tests and Acceptance The second paragraph is revised to read: Cement producers/suppliers that certify portland cement or blended hydraulic cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. Rapid hardening hydraulic cement producers/suppliers are not required to participate in WSDOT Standard Practice QC 1. 9-03.AP9 Section 9-03, Aggregates August 7, 2017 9-03.1(1) General Requirements In this section, each reference to "Section 9-01.2(3)" is revised to read "Section 9-01.2(1)A". This first paragraph is supplemented with the following: Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious materials. 9-03.1(2) Fine Aggregate for Portland Cement Concrete This section is revised to read: Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 9-03.1(2)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values: Material finer than No. 200 Sieve Clay lumps and friable particles Coal and lignite Particles of specific gravity less than 2.00 2.5 percent by weight 3.0 percent by weight 0.25 percent by weight 1.0 percent by weight. Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no. 3 shall be rejected. A darker color results from AASHTO T 21 may be used provided that when tested for the effect of AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 organic impurities on strength of mortar, the relative strength at 7 days, calculated in 2 accordance with AASHTO T 71, is not less than 95 percent. 3 4 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 5 This section is revised to read: 6 7 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or 8 combinations thereof having hard, strong, durable pieces free from adherent coatings. Coarse 9 aggregate shall be washed to meet the specifications. 10 11 9-03.1(4)A Deleterious 12 This section, including title, is revised to read: 13 14 9-03.1(4)A Deleterious Substances 15 The amount of deleterious substances in the washed aggregate shall be tested in accordance 16 with AASHTO M 80 and not exceed the following values: 17 18 Material finer than No. 200 1.01 percent by weight 19 Clay lumps and Friable Particles 2.0 percent by weight 20 Shale 2.0 percent by weight 21 Wood waste 0.05 percent by weight 22 Coal and Lignite 0.5 percent by weight 23 Sum of Clay Lumps, Friable Particles, and 24 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 25 26 'If the material finer than the No. 200 sieve is free of clay and shale, this percentage may 27 be increased to 1.5. 28 29 9-03.1(4)C Grading 30 The following new sentence is inserted at the beginning of the last pargraph: 31 32 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two 33 separate sizes. 34 35 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 36 This section is revised to read: 37 38 As an alternative to using the fine aggregate sieve grading requirements in Section 9-03.1(2)B, 39 and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a combined aggregate 40 gradation conforming to the requirements of Section 9-03.1(5)A may be used. 41 42 9-03.1(5)A Deleterious Substances 43 This section is revised to read: 44 45 The amount of deleterious substances in the washed aggregates 3/s inch or larger shall not 46 exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than 3/8 inch they 47 shall not exceed the values specified in Section 9-03.1(2)A. 48 49 9-03.1(5)B Grading 50 The first paragraph is deleted. 51 52 9-03.8(2) HMA Test Requirements 53 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read 54 "Statistical". 55 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 9-03.8(7) HMA Tolerances and Adjustments 2 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. 3 4 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual 5 Evaluation". 6 7 9-03.11(1) Streambed Sediment 8 The following three new sentences are inserted after the first sentence of the first paragraph: 9 10 Alternate gradations may be used if proposed by the Contractor and accepted by the Engineer. 11 The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 power maximum 12 density curve of the proposed gradation. The alternate gradation shall closely follow the 13 maximum density line and have Nominal Aggregate Size of no less than 11/2 inches or no 14 greater than 3 inches. 15 16 9-03.12(4) Gravel Backfill for Drains 17 The following new sentence is inserted at the beginning of the second paragraph: 18 19 As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9-03.1(4)C. 20 21 9-03.12(5) Gravel Backfill for Drywells 22 The following new sentence is inserted at the beginning of the second paragraph: 23 24 As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9-03.1(4)C. 25 26 9-03.21(1)B Concrete Rubble 27 This section, including title, is revised to read: 28 29 9-03.21(1)B Recycled Concrete Aggregate 30 Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete 31 mixtures. Recycled concrete aggregate may be used as coarse aggregate or blended with 32 coarse aggregate for Commercial Concrete. Recycled concrete aggregate shall meet all of the 33 requirements for coarse aggregate contained in Section 9-03.1(4) or 9-03.1(5). In addition to 34 the requirements of Section 9-03.1(4) or 9-03.1(5), recycled concrete shall: 35 36 1. Contain an aggregated weight of less than 1 percent of adherent fines, vegetable 37 matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, 38 asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s) not 39 otherwise noted; 40 41 2. Be free of components such as chlorides and reactive materials that are detrimental 42 to the concrete, unless mitigation measures are taken to prevent recurrence in the 43 new concrete; 44 45 3. Have an absorption of less than 10 percent when tested in accordance with AASHTO 46 T 85. 47 48 4. Be considered mechanically fractured and therefore be considered part of the total 49 fracture calculation as determined by the FOP for AASHTO T 335. 50 51 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 52 53 Recycled concrete aggregate shall not be placed below the ordinary high water mark of any 54 surface water of the State. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 9-03.21(1)D Recycled Steel Furnace Slag 3 This section title is revised to read: 4 5 Steel Slag 6 7 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material 8 9 In the Hot Mix Asphalt column, each value of "20" is revised to read "25". 10 11 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag". 12 13 The following new row is inserted after the second row: 14 15 16 17 18 Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0 9-04.AP9 Section 9-04, Joint and Crack Sealing Materials January 3, 2017 19 This section is supplemented with the following two new subsections: 20 21 9-04.11 Butyl Rubber Sealant 22 Butyl rubber sealant shall conform to ASTM C 990. 23 24 9-04.12 External Sealing Band 25 External sealing band shall by Type III B conforming to ASTM C 877. 26 27 9-04.1(2) Premolded Joint Filler for Expansion Joints 28 This section is supplemented with the following: 29 30 31 32 33 34 35 9-04.2(1) Hot Poured Joint Sealants 36 This section's content is deleted and replaced with the following new subsections: 37 38 9-04.2(1)A Hot Poured Sealant 39 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in accordance 40 with ASTM D5329. 41 42 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 43 Hot poured sealant for cement concrete pavement shall meet the requirements of ASTM 44 D6690 Type IV, except for the following: As an alternative to the above, a semi-rigid, non -extruding, resilient type, closed -cell polypropylene foam, preformed joint filler with the following physical properties as tested to AASHTO T 42 Standard Test Methods may be used. Closed -Cell Polypropylene Foam Preformed Joint Filler Physical Property Requirement Test Method Water Absorption < 1.0% AASHTO T 42 Compression Recovery > 80% AASHTO T 42 Extrusion < 0.1 in. AASHTO T 42 Density > 3.5 lbs./cu.ft. AASHTO T 42 Water Boil (1 hr.) No expansion AASHTO T 42 Hydrochloric Acid Boil (1 hr.) No disintegration AASHTO T 42 Heat Resistance °F 392°F± 5°F ASTM D 5249 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 1. The Cone Penetration at 25°C shall be 130 maximum. 3 4 2. The extension for the Bond, non -immersed, shall be 100 percent. 5 6 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 7 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM D6690 8 Type l or Type ll. 9 10 9-04.2(1)B Sand Slurry for Bituminous Pavement 11 Sand slurry is mixture consisting of the following components measured by total weight: 12 13 1. Twenty percent CSS -1 emulsified asphalt, 14 15 2. Two percent portland cement, and 16 17 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B Class 2. 18 Fine aggregate may be damp (no free water). 19 20 9-04.2(2) Poured Rubber Joint Sealer 21 The last paragraph is deleted. 22 23 9-04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes 24 "AASHTO M 198" is revised to read "ASTM C 990". 25 26 9-04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe 27 In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990". 28 29 9-06.AP9 30 Section 9-06, Structural Steel and Related Materials 31 January 3, 2017 32 9-06.5(3) High -Strength Bolts 33 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325", "ASTM A490" is revised 34 to read "ASTM F3125 Grade A490", and "ASTM F1852" is revised to read "ASTM F3125 Grade 35 F1852". 36 37 In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125". 38 39 9-06.12 Bronze Castings 40 In this section, "AASHTO M107" is revised to read "ASTM B22". 41 42 9-06.16 Roadside Sign Structures 43 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 44 45 9-28.AP9 46 Section 9-28, Signing Materials and Fabrication 47 April 3, 2017 48 9-28.14(3) Aluminum Structures 49 This section is revised to read: 50 51 Welding of aluminum shall be in accordance with AWS D1.2/D1.2M, latest edition, Structural 52 Welding Code — Aluminum. 53 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Aluminum alloy filler metals utilized on anodized structures shall result in color matching to base 2 metals. 3 4 9-29.AP9 5 Section 9-29, Illumination, Signal, Electrical 6 August 7, 2017 7 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 8 This section is supplemented with the following new subsections: 9 10 9-29.2(5) Testing Requirements 11 The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. Junction 12 boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, 13 and a test report issued documenting the results of the tests performed. 14 15 For each junction box, vault and pull box type, the independent testing laboratory shall meet the 16 requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall 17 be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of 18 Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional 19 Engineer's original signature, date of signature, original seal, and registration number. One copy 20 of the test report shall be furnished to the Contracting Agency certifying that the box and cover 21 meet or exceed the loading requirements for that box type, and shall include the following 22 information: 23 24 1. Product identification. 25 26 2. Date of testing. 27 28 3. Description of testing apparatus and procedure. 29 30 4. All load deflection and failure data. 31 32 5. Weight of box and cover tested. 33 34 6. Upon completion of the required test(s) the box shall be loaded to failure or to the 35 maximum load possible on the testing machine (70,000 pounds minimum). 36 37 7. A brief description of type and location of failure or statement that the testing machine 38 reached maximum load without failure of the box. 39 40 9-29.2(5)A Standard Duty Boxes and Vaults 41 Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested 42 to 22,500 pounds. The test load shall be applied uniformly through a 10 by 10 by 1 -inch 43 steel plate centered on the lid. The test load shall be applied and released ten times, and 44 the deflection at the test load and released state shall be recorded for each interval. At 45 each interval the junction box shall be inspected for lid deformation, failure of the lid/frame 46 welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling. 47 48 Concrete junction boxes will be considered to have withstood the test if none of the 49 following conditions are exhibited: 50 51 1. Permanent deformation of the lid or any impairment to the function of the lid. 52 53 2. Vertical or horizontal displacement of the lid frame. 54 55 3. Cracks wider than 0.012 inches that extend 12 inches or more. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 4. Fracture or cracks passing through the entire thickness of the concrete. 3 4 5. Spalling of the concrete. 5 6 9-29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes 7 Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall be 8 tested as follows: 9 10 1. The security lid shall be installed on any appropriately sized box that is currently 11 approved on the Qualified Products List. 12 13 2. The security lid and box assembly shall be load tested in accordance with 14 Section 9-29.2(5)A. After the ten load cycles but before loading to failure, the 15 security lid shall be fully opened and removed to verify operability. 16 17 3. The locking mechanism(s) shall be tested as follows: 18 19 a. The locking mechanism shall be cycled 250 times (locked, then unlocked 20 again) at room temperature (60-80°F). If there is more than one identical 21 locking mechanism, only one needs to be cycled in this manner. 22 23 b. Temperature changes should be limited to no more than 60°F per hour. 24 25 c. The security lid shall be cooled to and held at -30°F for 15 minutes. The 26 locking mechanism shall then be cycled once to verify operation at this 27 temperature. 28 29 d. The security lid shall be heated to and held at 120-122°F for 15 minutes. 30 The locking mechanism shall then be cycled once to verify operation at this 31 temperature. 32 33 e. The security lid shall be temperature adjusted to and held at 110°F and 34 95% humidity for 15 minutes. The locking mechanism shall then be cycled 35 once to verify operation at this temperature and humidity. 36 37 9-29.2(5)C Standard Duty Non-Concrete Junction Boxes 38 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77 Tier 15 test 39 method using the test load of 22,500 pounds (minimum) in place of the design load during 40 testing. In addition, the Contractor shall provide a Manufacturer Certificate of Compliance 41 for each non-concrete junction box installed. 42 43 9-29.2(5)D Heavy-Duty Boxes and Vaults 44 Heavy-Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 46,000 45 pounds. The test load shall be applied vertically through a 10 by 20 by 1-inch steel plate 46 centered on the lid with an orientation both on the long axis and the short axis of the 47 junction box. The test load shall be applied and released ten times on each axis. The 48 deflection at the test load and released state shall be recorded for each interval. At each 49 interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, 50 vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After 51 the twentieth loading interval the test shall be terminated with a 60,000 pound load being 52 applied vertically through the steel plate centered on the lid and with the long edge of steel 53 plate orientated parallel to the long axis of the box. 54 55 Heavy-Duty Junction Boxes will be considered to have withstood the 46,000 pound test if 56 none of the following conditions are exhibited: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1. Permanent deformation of the lid or any impairment to the function of the lid. 3 4 2. Vertical or horizontal displacement of the lid frame. 5 6 3. Cracks wider than 0.012 inches that extend 12 inches or more. 7 8 4. Fracture or cracks passing through the entire thickness of the concrete. 9 10 5. Spalling of the concrete. 11 12 Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 pound test if 13 all of the following conditions are exhibited: 14 15 1. The lid is operational. 16 17 2. The lid is securely fastened. 18 19 3. The welds have not failed. 20 21 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 22 23 5. No buckling or collapse of the box. 24 25 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 26 This section, including title, is revised to read: 27 28 9-29.2(1) Junction Boxes 29 For the purposes of this Specification concrete is defined as portland cement concrete and non - 30 concrete is all others. 31 32 The Contractor shall provide shop drawings for all components, hardware, lid, frame, 33 reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the 34 supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in 35 the branch of Civil or Structural. Each sheet shall carry the following: 36 37 1. Professional Engineer's original signature, date of signature, original seal, and 38 registration number. If a complete assembly drawing is included which references 39 additional drawing numbers, including revision numbers for those drawings, then only 40 the complete assembly drawing is required to be stamped. 41 42 2. The initials and dates of all participating design professionals. 43 44 3. Clear notation of all revisions including identification of who authorized the revision, 45 who made the revision, and the date of the revision. 46 47 Design calculations shall carry on the cover page, the Professional Engineer's original 48 signature, date of signature, original seal, and registration number. 49 50 For each type of junction box, or whenever there is a change to the junction box design, a proof 51 test, as defined in this Specification, shall be performed and new shop drawings submitted. 52 53 9-29.2(1)A Standard Duty Junction Boxes 54 This section is revised to read: 55 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall have a 2 minimum load rating of 22,500 pounds and be tested in accordance with Section 9-29.2(5). A 3 complete Type 8 Junction Box includes the spread footing shown in the Standard Plans. All 4 Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths shall have 5 slip resistant surfaces. Non -slip lids and frames shall be hot dip galvanized in accordance with 6 AASHTO M111. 7 8 9-29.2(1)A1 Concrete Junction Boxes 9 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted 10 with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc 11 primer in accordance with Section 6-07.3, or hot -dip galvanized in accordance with 12 AASHTO M 111. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C1116, Type III Lid ASTM A786 diamond plate steel Slip Resistant Lid ASTM A36 steel Frame ASTM A786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A36 steel Lid Support ASTM A36 steel, or ASTM A1011 SS Grade 36 (or higher) Handle & Handle support ASTM A36 steel, or ASTM A1011 CS (Any Grade) or SS (Any Grade) Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts, Washers ASTM F593 or A193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in accordance with approved shop drawing Locking and Latching Mechanism Hardware and Bolts In accordance with approved shop drawings 9-29.2(1)A2 Non -Concrete Junction Boxes Material for the non -concrete junction boxes shall be of a quality that will provide for a similar life expectancy as portland cement concrete in a direct burial application. 30 Type 1, 2, and 8 non -concrete junction boxes shall have a Design Load of 22,500 pounds 31 and shall be tested in accordance with Section 9-29.2(5). Non -concrete junction boxes 32 shall be gray in color and have an open bottom design with approximately the same inside 33 dimensions, and present a load to the bearing surface that is less than or equal to the 34 loading presented by the concrete junction boxes shown in the Standard Plans. Non - 35 concrete junction box lids shall include a pull slot and embedded 6 by 6 by 1/4 -inch steel 36 plate, and shall be secured with two 1/2 inch stainless steel Penta -head bolts recessed into AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the cover. The tapped holes for the securing bolts shall extend completely through the box 2 to prevent accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 3 4 9-29.2(1)B Heavy -Duty Junction Boxes 5 The first paragraph is revised to read: 6 7 Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be 8 concrete and have a minimum vertical load rating of 46,000 pounds without permanent 9 deformation and 60,000 pounds without failure when tested in accordance with Section 9- 10 29.2(5). 11 12 9-29.2(1)C Testing Requirements 13 This section is deleted in its entirety. 14 15 9-29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull Boxes, and 16 Heavy Duty Pull Boxes 17 This section, including title, is revised to read: 18 19 9-29.2(2) Cable Vaults and Pull Boxes 20 Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The 21 lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as 22 shown in the Standard Plans. 23 24 The Contractor shall provide shop drawings for all components, including concrete box, Cast 25 Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show 26 placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing 27 shall be prepared by or under the direct supervision of a Professional Engineer, licensed under 28 Title 18 RCW, State of Washington, in the branch of Civil or Structural. Each sheet shall carry 29 the following: 30 31 1. Professional Engineer's original signature, date of signature, original seal, and 32 registration number. If a complete assembly drawing is included which references 33 additional drawing numbers, including revision numbers for those drawings, then only 34 the complete assembly drawing is required to be stamped. 35 36 2. The initials and dates of all participating design professionals. 37 38 3. Clear notation of all revisions including identification of who authorized the revision, 39 who made the revision, and the date of the revision. 40 41 Design calculations shall carry on the cover page, the Professional Engineer's original 42 signature, date of signature, original seal, and registration number. 43 44 For each type of box or whenever there is a change to the Cable Vault or Pull box design, a 45 proof test, as defined in this Specification, shall be performed and new shop drawings 46 submitted. 47 48 9-29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes 49 This section's title is revised to read: 50 51 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 52 53 The first paragraph is revised to read: 54 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum load rating 2 of 22,500 pounds and be tested in accordance with Section 9-29.2(5). For the purposes of this 3 Section, Small Cable Vaults are considered a type of Standard Duty Cable Vault. 4 5 The first sentence of the second paragraph is revised to read: 6 7 Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum compressive 8 strength of 4,000 psi. 9 10 The first sentence of the third paragraph is revised to read: 11 12 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared -use 13 paths shall have slip -resistant surfaces. 14 15 The fourth paragraph (up until the colon) is revised to read: 16 17 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 18 19 9-29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes 20 The first paragraph is revised to read: 21 22 Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum 23 compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds 24 without permanent deformation and 60,000 pounds without failure when tested in accordance 25 with Section 9-29.2(5). 26 27 9-29.2(3) Structure Mounted Junction Boxes 28 The first and second paragraphs are revised to read: 29 30 Surface mounted junction boxes and concrete embedded junction boxes installed in cast -in - 31 place structures shall be stainless steel NEMA 4X. 32 33 Concrete embedded junction boxes installed in structures constructed by slip forming shall be 34 stainless steel NEMA 3R and shall be adjustable for depth, with depth adjustment bolts, which 35 are accessible from the front face of the junction box with the lid installed. 36 37 9-29.3(1) Fiber Optic Cable 38 This section is revised to read: 39 40 All fiber optic cables shall be single mode fiber optic cables unless otherwise specified in the 41 Contract. AH fiber optic cables shall meet the following requirements: 42 43 1. Compliance with the current version of ANSI/ICEA S-87-640. A product data 44 specification sheet clearly identifying compliance or a separate letter from 45 manufacturer to state compliance shall be provided. 46 47 2. Cables shall be gel free, loose tube, low water peak, and all dielectric with no metallic 48 component. 49 50 3. Cables shall not be armored unless specified in the Contract. 51 52 4. Cables shall be approved for mid -span entries and be rated by the manufacturer for 53 outside plant (OSP) use, placement in underground ducts, and aerial installations. 54 55 5. Fiber counts shall be as specified in the Contract. 56 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Fibers and buffer tubes shall be color coded in accordance with the current version of 2 EIA/TIA-598. 3 4 7. Fibers shall not have any factory splices. 5 6 8. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket shall be 7 free from holes, splits, blisters, or other imperfections and must be smooth and 8 concentric as is consistent with the best commercial practice. 9 10 9. A minimum of one (1) rip cord is required for each cable. 11 12 10. Cable markings shall meet the following additional requirements: 13 14 a. Color shall be white or silver. 15 16 b. Markings shall be approximately 3 millimeters (118 mils) in height, and 17 dimensioned and spaced to produce good legibility. 18 19 c. Markings shall include the manufacturer's name, year of manufacture, the 20 number of fibers, the words "OPTICAL CABLE", and sequential length marks. 21 22 d. Sequential length markings shall be in meters or feet, spaced at intervals not 23 more than 1 meter or 2 feet apart, respectively. 24 25 e. The actual cable length shall not be shorter than the cable length marking. The 26 actual cable length may be up to 1°/0 longer than the cable length marking. 27 28 f. Cables with initial markings that do not meet these requirements will not be 29 accepted and may not be re -marked. 30 31 11. Short term tensile strength shall be a minimum of 600 pounds (1 bs). Long term 32 tensile strength shall be a minimum of 180 pounds (lbs). Tensile strength shall be 33 achieved using a fiberglass reinforced plastic (FRP) central member and / or aramid 34 yarns. 35 36 12. All cables shall be new and free of material or manufacturing defects and dimensional 37 non-uniformity that would: 38 39 a. Interfere with the cable installation using accepted cable installation practices; 40 41 b. Degrade the transmission performance or environmental resistance after 42 installation; 43 44 c. Inhibit proper connection to interfacing elements; 45 46 d. Otherwise yield an inferior product. 47 48 13. The fiber optic cables shall be shipped on reels with a drum diameter at least 20 times 49 the diameter of the cable, in order to prevent damage to the cable. The reels shall be 50 substantial and constructed so as to prevent damage during shipment and handling. 51 Reels shall be labeled with the same information required for the cable markings, with 52 the exception that the total length of cable shall be marked instead of incremental 53 length marks. Reels shall also be labeled with the type of cable. 54 55 This section is supplemented with the following new subsection: 56 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 9-29.3(1)B Multimode Optical Fibers 2 Where multimode fiber optic cables are specified in the Contract, the optical fibers shall be one 3 of the following types, as specified in the Contract: 4 5 a. Type OM1, meeting the requirements of EIA/TIA 492 -AAAA -A or ISO/IEC 11801. The 6 fiber core diameter shall be 62.5 pm. 7 8 b. Type 0M2, meeting the requirements of EIA/TIA 492-AAAB-A or ISO/IEC 11801. The 9 fiber core diameter shall be 50 pm. 10 11 All multimode optical fibers shall have a maximum attenuation of 3.0 dB/km at 850nm and 1.0 12 dB/km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX Ethernet 13 communications. 14 15 9-29.3(1)A Singlemode Fiber Optic Cable 16 This section is revised to read: 17 18 Single -Mode optical fibers shall be EIA/TIA 492-CAAB or ISO/IEC 11801 Type 0S2, low water 19 peak zero dispersion fibers, meeting the requirements of ITU -T G.652.D. 20 21 9-29.6 Light and Signal Standards 22 The third paragraph is revised to read: 23 24 Light standard, signal standards, slip base hardware and foundation hardware shall be hot dip 25 galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where colored standards 26 are required, standards shall be powder -coated after galvanizing in accordance with Section 6- 27 07.3(11). The standard color shall be as specified in the Contract. 28 29 9-29.6(1) Steel Light and Signal Standards 30 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 31 32 9-29.6(2) Slip Base Hardware 33 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 34 35 9-29.7(2) Fused Quick -Disconnect Kits 36 The table is supplemented with the following new row: 37 LED* 10A 10A 20A 38 39 The following footnote is inserted after the table: 40 41 42 43 44 9-29.10 Luminaires 45 The first sentence of the third paragraph is revised to read: 46 47 All luminaires shall be provided with markers for positive identification of light source type and 48 wattage in accordance with ANSI C136.15-2011, with the exception that LED luminaires shall 49 be labeled with the wattage of their conventional luminaire equivalents — the text "LED" is 50 optional. 51 52 The table in the fourth paragraph is revised to read: 53 Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall be slow blow. Conventional Lamp Wattage Conventional Wattage Legend Equivalent LED Legend AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 70 7 7E 100 10 10E 150 15 15E 175 17 17E 200 20 20E 250 25 25E 310 31 31E 400 40 40E 700 70 70E 750 75 75E 1,000 X1 X1E 1 2 9-29.13(10)C NEMA Controller Cabinets 3 Item number 6 of the first paragraph is revised to read: 4 5 6. LED light strips shall be provided for cabinet lighting. Each LED light strip shall be 6 approximately 12 inches long, have a minimum output of 320 lumens, and have a color 7 temperature of 4100K (cool white) or higher. Two light strips shall be provided. One light 8 strip shall be ceiling mounted and oriented parallel to the door face. The second light strip 9 shall be mounted under the lower shelf, such that the output terminal landings are 10 illuminated. Lighting shall not interfere with the proper operation of any other ceiling or 11 shelf mounted equipment. All lighting fixtures shall energize automatically when any door is 12 opened. Each door switch shall be labeled "Light". 13 14 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers 15 Item number 6 of the first paragraph is revised to read: 16 17 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment breaker 18 on the Power Distribution Assembly. Each LED light strip shall be approximately 12 inches 19 long, have a minimum output of 320 lumens, and have a color temperature of 4100K (cool 20 white) or higher. There shall be two light strips for each rack within the cabinet. Lighting 21 shall be ceiling mounted — rack mounted lighting is not permitted. One light strip shall be 22 installed above the front of the rack, oriented parallel to the door face, and placed such that 23 the front of the rack and the rack mounted equipment is illuminated. The second light strip 24 shall be installed above the rear of the rack, oriented perpendicular to the door face, and 25 placed such that the interior of the rack is illuminated. Lighting shall not interfere with the 26 proper operation of any other ceiling mounted equipment. All lighting fixtures above a rack 27 shall energize automatically when either door to that respective rack is opened. Each door 28 switch shall be labeled "Light". 29 30 9-29.13(12) ITS Cabinet 31 Item number 6 of the first paragraph is revised to read: 32 33 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment breaker 34 on the Power Distribution Assembly. Each LED light strip shall be approximately 12 inches 35 long, have a minimum output of 320 lumens, and have a color temperature of 4100K (cool 36 white) or higher. There shall be two light strips for each rack within the cabinet. Lighting 37 shall be ceiling mounted — rack mounted lighting is not permitted. One light strip shall be 38 installed above the front of the rack, oriented parallel to the door face, and placed such that 39 the front of the rack and the rack mounted equipment is illuminated. The second light strip 40 shall be installed above the rear of the rack, oriented perpendicular to the door face, and 41 placed such that the interior of the rack is illuminated. Lighting shall not interfere with the 42 proper operation of any other ceiling mounted equipment. All lighting fixtures above a rack 43 shall energize automatically when either door to that respective rack is opened. Each door 44 switch shall be labeled "Light". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 1 2 9-29.25 Amplifier, Transformer, and Terminal Cabinets 3 Item 2C is revised to read: 4 5 c. Transformer up to 12.5 KVA 20" 48" 24" 6 Transformer 12.6 to 35 KVA 30" 60" 32" 7 8 The following new sentence is inserted before the last sentence of item number 10: 9 10 There shall be an isolation breaker on the input (line) side of the transformer, and a breaker 11 array on the output (load) side. 12 13 9-35.AP9 14 Section 9-35, Temporary Traffic Control Materials 15 August 7, 2017 16 9-35.12 Transportable Attenuator 17 The second sentence of the first paragraph is revised to read: 18 19 The transportable attenuator shall be mounted on, or attached to, a host vehicle that complies 20 with the manufacturer's recommended weight range. 21 22 9-35.14 Portable Temporary Traffic Control Signal 23 The last sentence of the eighth paragraph is revised to read: 24 25 A highly retroreflective yellow strip, 1 inch wide, shall be placed around the perimeter of the face 26 of all vehicle signal backplates to project a rectangular image at night toward oncoming traffic. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/7/17 , T -t1 , y-rT - 'rr2— LL -7.•F'-= -. H n` — -NOB:HILL-BLVD._—, -- ` I. .-ir I`j' 'gyp WASHINTON-AVE. PROJECT- LOCATION —� WAS_HINTO N ,I �L VICINITY MAP EXISTING FEATURES RIGHT-OF-WAY FENCE GAS LINE SANITARY SEWER DOMESTIC WATER STORM DRAIN OVERHEAD POWER IRRIGATION TREE UTILITY POLE MANHOLE DRYWELL CATCH BASIN FIRE HYDRANT WATER VALVE WATER BLOWOFF SPLICE BOX STREET LIGHT WATER METER ss _: UP 0 'wV OH= IR. NEW FEATURES NEW STANDARD HMA NEW CURB AND GUTTER NEW CEMENT CONCRETE SIDEWALK NEW HANDICAP RAMP NEW SEWER LINE NEW WATER LINE NEW ELECTRICAL LINE NEW AND/OR RELOCATED CHAINUNK FENCE JUNCTION BOX YARD LIGHT STREET LIGHT WATER METER V V • CITY OF YAKIMA YAKIMA COUNTY WASHINGTON RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY CITY OF YAKIMA PROJECT NO. PK 2414 HLA PROJECT NO. 15150 MARCH 2018 SHEET INDEX SHEET 1 SHEET 2 SHEETS 3-4 SHEET 5 SHEET 6 SHEET 7 SHEETS 8-10 SHEETS 11 - 17 SHEET 18 SHEET 19 SHEET 20 SHEETS 21-22 SHEET 23 COVER SHEET GENERAL NOTES TEMPORARY EROSION & SEDIMENT CONTROL PLAN OVERALL SITE PROJECT KEY PARKING LOT DEMO PLAN PARKING LOT GRADING SITE PLAN PATH SITE PLAN PATH GRADING SITE PLAN SITE DETAILS CITY OF YAKIMA DETAILS EAST PARKING LOT LIGHTING PATHWAY LIGHTING PATHWAY LIGHTING DETAILS DATUM ELEVATION SANITARY SEWER MANHOLE RIM AT THE NORTHWEST CORNER OF PARK, ELEV:1132.17 Know what's below. Call before you dig. LOCATION OF ALL UNDERGROUND UTILITIES SHOWN HEREON ARE APPROXIMATE AND ARE BASED ON FIELD LOCATIONS OF ALL VISIBLE STRUCTURES SUCH AS: CATCH BASINS, MANHOLES, WATER GATES, ETC. AND COMPILING INFORMATION FROM PLANS SUPPLIED BY VARIOUS UTILITY COMPANIES. ALL CONTRACTORS SHOULD CALL 509-248-0202 OR 1-800-424-5555 PRIOR TO ANY EXCAVATION WORK. HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY: BFP COVER SHEET SHEET 1 OF 23 GENERAL DEMOLITION NOTES 1. THE CONTRACTOR SHALL OBTAIN WRITTEN PERMISSION FROM ALL UTILITY COMPANIES PRIOR TO ANY DEMOLITION WORK OR DISCONNECTION OF ANY SERVICES THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND COMPLYING WITH ALL REQUIREMENTS OF THE RESPECTIVE UTILITY COMPANIES. 2. ALL VACATED UTILITIES INCLUDING STORM SEWER, SANITARY SEWER, AND WATER MAINS SHALL BE COMPLETELY REMOVED FROM THE GROUND UNLESS OTHERWISE SPECIFIED 3 THE CONTRACTOR IS RESPONSIBLE FOR PROTECTING ALL EXISTING UTILITIES WHICH ARE TO REMAIN IN SERVICE, INCLUDING BUT NOT LIMITED TO, GAS, ELECTRIC, AND TELEPHONE LINES, CABLE TV, AND WATER, SANITARY, AND STORM SEWER LINES. 4. ALL STRUCTURES, INCLUDING BASEMENT WALLS, SLABS, AND FOUNDATION, SHALL BE COMPLETELY REMOVED FROM THE SITE. ALL EXCAVATED AREAS SHALL BE BACKFILLED WITH STRUCTURAL FILL MATERIAL AND COMPACTED TO 95% OF MAXIMUM DENSITY 5. NO EXISTING UTILITY, STRUCTURES, OR UNDERGROUND IMPROVEMENTS SHALL BE ABANDONED IN PLACE WITHOUT THE WRITTEN PERMISSION OF THE ENGINEER, OWNER, AND GOVERNING AGENCY. 6 ALL DEMOLITION WORK SHALL BE PERFORMED IN ACCORDANCE WITH ALL STATE AND LOCAL CODES AND REQUIREMENTS. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR COMPLIANCE WITH ALL REQUIREMENTS INCLUDING, BUT NOT LIMITED TO, HAZARDOUS MATERIALS, DISPOSAL, AND HOURS OF OPERATION. 7. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL REQUIRED PERMITS FOR SITE DEMOLITION. COST OF ALL PERMITS IS THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE INCLUDED AS PART OF THE CONTRACT. 8. ALL EROSION CONTROL MEASURES DESIGNATED FOR THE SITE PERIMETER OR TO PROTECT EXISTING IMPROVEMENTS SHALL BE IN PLACE PRIOR TO THE START OF ANY DEMOLITION ACTIVITIES. 9 THE CONTRACTOR SHALL OBTAIN AND REVIEW ANY ENVIRONMENTAL STUDIES PROVIDED BY THE OWNER AND TAKE ALL NECESSARY PRECAUTIONS FOR ENVIRONMENTAL SAFETY DURING DEMOLITION ACTIVITIES. IT SHALL ALSO 8E THE CONTRACTOR'S RESPONSIBILITY TO INSPECT THE EXISTING STRUCTURES FOR ANY OTHER CONDITIONS WHICH MAY AFFECT THE DEMOLITION PROCEDURES CONFLICTS SHOULD BE NOTED TO THE ENGINEER. 10. ANY UNFORESEEN CONDITIONS WHICH MAY BE UNCOVERED DURING THE PROCESS OF DEMOLITION SHALL BE BROUGHT TO THE ATTENTION OF THE OWNER/ENGINEER IMMEDIATELY ADDITIONAL EXPENSES INCURRED BY UNFORESEEN CONDITIONS SHALL BE APPROVED BY THE OWNER/ENGINEER PRIOR TO THE ADDITIONAL WORK BEING PERFORMED 11. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO INSPECT THE PROPERTY FOR TYPE AND QUANTITY OF DEMOLITION REQUIRED, PRIOR TO SUBMISSION OF A BID. 12. THE CONTRACTOR SHALL HAVE WATER ON SITE FOR DUST ABATEMENT AT ALL TIMES DURING DEMOLITION ACTIVITIES. 13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE APPROPRIATE DISPOSAL OF ALL DEMOLITION DEBRIS. SEE GENERAL SITE NOTES FOR ADDITIONAL GUIDANCE. 14. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE DEMOLITION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY. 15. DURING THE COURSE OF DEMOLITION, CONTRACTOR SHALL PROVIDE SECURITY FENCING AND OTHER PRECAUTIONARY SAFETY MEASURES AS NECESSARY GRADING PLAN NOTES 1. CONTRACTOR TO COORDINATE LANDSCAPING, AND SEEDING WITH CITY OF YAKIMA FORCES. 2. ALL DISTURBED AREAS THAT ARE UNSURFACED OR ARE NOT DESIGNATED AS LANDSCAPE AREAS ARE TO BE SEEDED, FERTILIZED. AND WATERED UNTIL A HEALTHY STAND OF GRASS IS OBTAINED. 3. IF. DURING THE OVERLOT GRADING PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE AN UNIDENTIFIED SITUATION IS PRESENT, THE ENGINEER SHALL BE CONTACTED FOR RECOMMENDATIONS. 4 UNLESS OTHERWISE SHOWN. NO PROPOSED SLOPE SHALL EXCEED THREE (3) HORIZONTAL TO ONE (1) VERTICAL. ALL SLOPED AREAS MUST BE PROTECTED FROM EROSION. 5. SPOT ELEVATIONS SHALL TAKE PRECEDENCE OVER CONTOURS AND SLOPES SHOWN. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF SPOT ELEVATIONS THAT DO NOT APPEAR TO BE CONSISTENT WITH THE CONTOURS AND SLOPES. SPOT ELEVATIONS AND SPECIFIC PROFILE DESIGN SHALL BE USED FOR SETTING ELEVATIONS OF CURB, GUTTER, AND UTILITIES. 6. BENCHMARK VERIFICATION: CONTRACTOR SHALL USE BENCHMARKS AND DATUMS SHOWN, BY RUNNING A LEVEL LOOP BETWEEN AT LEAST TWO BENCHMARKS, AND SHALL PROVIDE SURVEY NOTES OF SUCH TO ENGINEER PRIOR TO COMMENCING CONSTRUCTION. 7. ALL UTILITIES (MANHOLES, VALVE COVERS, CLEANOUTS, VAULTS, BOXES, ETC.) SHALL BE ADJUSTED TO FINAL GRADE PRIOR TO THE FINAL LIFT OF ASPHALT. 8 ALL EARTHMOVING AND PLACEMENT OPERATIONS SHALL BE IN CONFORMANCE WITH THE RECOMMENDATIONS IDENTIFIED IN THE GEOTECHNICAL REPORT THE CONTRACTOR SHALL HAVE A SIGNED COPY OF THE GEOTECHNICAL REPORT ON THE SITE AT ALL TIMES. 9. SPOT ELEVATIONS REPRESENT FLOW LINE OR TOP OF ASPHALT UNLESS OTHERWISE NOTED 10. CONTRACTOR IS RESPONSIBLE FOR PROVIDING HIS OWN ESTIMATE OF EARTHWORK QUANTITIES. 11. CONTRACTOR SHALL ASSURE POSITIVE DRAINAGE AWAY FROM BUILDINGS FOR ALL NATURAL AND PAVED AREAS. GENERAL SITE NOTES THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES, AS SHOWN ON THESE PLANS, IS BASED ON RECORDS OF THE VARIOUS UTILITY COMPANIES AND, WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE FIELD. THE INFORMATION IS NOT TO BE RELIED UPON AS BEING EXACT OR COMPLETE THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION CENTER (811) AT LEAST 48 HOURS BEFORE ANY EXCAVATION TO REQUEST EXACT FIELD LOCATIONS OF THE UTILITIES. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS OF UTILITY CONNECTION POINTS AND UTILITY CROSSINGS. FIELD VERIFY DEPTHS BY POTHOLING PRIOR TO BEGINNING ANY NEW CONSTRUCTION TO ALLOW FOR ADJUSTMENT IN GRADE OR ALIGNMENT. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR ADJUSTMENT OF GRADES. NOTIFY THE ENGINEER IMMEDIATELY IF CONDITIONS ARE OTHER THAN DEPICTED. 2. THE CONTRACTOR SHALL COORDINATE AND COOPERATE WITH THE CITY OF YAKIMA AND ALL UTILITY COMPANIES INVOLVED WITH REGARD TO RELOCATIONS OR ADJUSTMENTS OF EXISTING UTILITIES DURING CONSTRUCTION AND TO ASSURE THAT THE WORK I5 ACCOMPLISHED IN A TIMELY FASHION AND WITH A MINIMUM DISRUPTION OF SERVICE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING ALL PARTIES AFFECTED BY ANY DISRUPTION OF ANY UTILITY SERVICE. 3. CONTRACTOR SHALL VERIFY WATER, SEWER, POWER, TELEPHONE, CABLE TV, AND GAS CONNECTION POINTS AND ELEVATIONS TO NEW BUILDING WITH ARCHITECTURAL PLANS AND SERVING UTILITY PRIOR TO BEGINNING FOUNDATION CONSTRUCTION TO ENSURE CORRECT LOCATION FOR ANY REQUIRED BLOCKOUTS IN FOUNDATION WALLS. NOTIFY THE ENGINEER IMMEDIATELY IF CONDITIONS ARE OTHER THAN DEPICTED 4. CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE NO BURNING WILL BE ALLOWED. THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. NO DEBRIS, INCLUDING CONCRETE OR ASPHALT, MAY BE PLACED IN ANY FILL AREAS UNLESS COORDINATION WITH, AND APPROVAL OF, THE GEOTECHNICAL ENGINEER IS OBTAINED PRIOR TO PLACEMENT. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461. 5. MAXIMUM CROSS SLOPE ON ALL SIDEWALKS SHALL BE 1.5%. 6. ALL STRUCTURAL EROSION CONTROL MEASURES SHALL BE INSTALLED, AT THE LIMITS OF CONSTRUCTION, PRIOR TO ANY OTHER GROUND -DISTURBING ACTIVITY. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREAS ARE STABILIZED WITH HARD SURFACE OR LANDSCAPING. 7. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLIANCE WITH THE REGULATIONS OF THE YAKIMA REGIONAL CLEAN AIR AGENCY A METHOD OF DUST CONTROL DURING CONSTRUCTION SHALL BE SUBMITTED TO AND APPROVED BY THE YAKIMA REGIONAL CLEAN AIR AGENCY A WRITTEN COPY OF THEIR APPROVAL SHALL BE PROVIDED TO THE DEVELOPER. THE CONTRACTOR SHALL DESIGNATE A PROJECT COORDINATOR FOR CONTACT DURING CONSTRUCTION REGARDING ALLEGED AIR QUALITY VIOLATIONS AND OTHER COMPLAINTS. GENERAL UTILITY NOTES 1. ALL NECESSARY INSPECTIONS AND/OR CERTIFICATIONS REQUIRED BY CODES AND/OR UTILITY SERVICE COMPANIES SHALL BE PERFORMED PRIOR TO ANNOUNCED BUILDING POSSESSION AND THE FINAL CONNECTION OF SERVICE 2. UNDERGROUND UTILITIES SHALL BE INSTALLED, INSPECTED, AND APPROVED BEFORE BACKFILLING. 3 CONTRACTOR SHALL NOTIFY THE CITY OF YAKIMA ENGINEERING INSPECTORS 72 HOURS BEFORE CONNECTING TO ANY EXISTING UTILITY. 4. ALL FILL MATERIAL IS TO BE IN PLACE, AND COMPACTED BEFORE INSTALLATION OF PROPOSED UTILITIES. 5. IN THE EVENT OF A VERTICAL CONFLICT BETWEEN WATER LINES, SANITARY LINES, STORM LINES AND GAS LINES (EXISTING AND PROPOSED), THE SANITARY LINE SHALL BE C900 PVC PIPE AT LEAST 10 FEET ON BOTH SIDES OF CROSSING THE WATER LINE SHALL HAVE MECHANICAL JOINTS WITH APPROPRIATE THRUST BLOCKING AS REQUIRED TO PROVIDE A MINIMUM OF 18 INCH CLEARANCE, MEETING REQUIREMENTS OF ANSI A21.10 OR ANSI 21 11 (AWWA C-151) (CLASS 50). 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 7. 8. 9 10 DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE ENGINEER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE AS -BUILT RECORD DRAWINGS. THE CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS. IN GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF WATER LINES AND DRY UTILITIES ALL WORK WITHIN THE PUBLIC RIGHT OF WAY IS SUBJECT TO THE JURISDICTION OF THE CITY OF YAKIMA ENGINEERING DEPARTMENT STANDARD DETAILS AND SPECIFICATIONS. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE ALL UTILITY RELOCATIONS CONSISTENT WITH THE CONTRACTOR'S SCHEDULE FOR THIS PROJECT, WHETHER SHOWN OR NOT SHOWN, AS IT RELATES TO THE CONSTRUCTION ACTIVITIES WIT -115 THESE PLANS. GENERAL PROJECT NOTES 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF SITE IMPROVEMENTS SHALL MEET OR EXCEED THE OWNER'S SITE WORK STANDARDS AND THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE CITY OF YAKIMA PUBLIC WORKS REGULATIONS AND APPLICABLE STATE AND FEDERAL REGULATION. ALL SITE AND UTILITY CONSTRUCTION SHALL CONFORM TO THE 2016 EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA FOR PRIVATE CONSTRUCTION OF PUBLIC FACILITIES. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE HIGHER QUALITY STANDARD SHALL APPLY. ALL WORK WTHIN PUBLIC RIGHT OF WAY OR EASEMENTS SHALL BE INSPECTED AND APPROVED BY THE CITY OF YAKIMA. ANY IMPROVEMENTS NOT COVERED BY THE CITY OF YAKIMA OR PROJECT SPECIFICATIONS SHALL USE THE 2016 EDITION OF THE WSDOT STANDARD SPECIFICATIONS. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FROM ALL APPLICABLE AGENCIES. THE CONTRACTOR SHALL NOTIFY THE CITY OF YAKIMA INSPECTOR AT LEAST 48 HOURS PRIOR TO THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. 3. A PRECONSTRUCTION MEETING WTH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48 -HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK 4. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON SITE AT ALL TIMES. 5 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER NEEDED ACTIONS TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT ALL SECTIONS OF THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 6. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE APPROPRIATE RIGHT OF WAY AUTHORITY (CITY, COUNTY, OR STATE) FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 7. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09 3(3)B, IT SHALL BE SHORED AND CRIBBED. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY. ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49.17 RCW. 8. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE OWNER, ENGINEER, OR ARCHITECT IMMEDIATELY. 9. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS SHOWN ON THESE DRAWINGS OR DESIGNATED TO BE PROVIDED, INSTALLED, CONSTRUCTED, REMOVED, AND RELOCATED UNLESS SPECIFICALLY NOTED OTHERWISE. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE 11. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN T 00 A.M. AND 7:00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY. STORM SEWER GENERAL NOTES 1. CONTRACTOR TO COORDINATE STORM WATER ACTIVITIES WITH CITY OF YAKIMA'S WDOE CONSTRUCTION STORMWATER PERMIT 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE FOLLOWING (A) OBTAINING ALL REQUIRED PERMITS FROM THE CITY OR ANY REGULATORY AUTHORITY AT THE CONTRACTOR'S COST INCLUDING PERMITS REQUIRED FOR WORK WITHIN THE PUBLIC RIGHT OF WAY. (8) RESTORATION OF ANY EXISTING IMPROVEMENTS INCLUDING (BUT NOT LIMITED TO) FENCES, SOD, LANDSCAPING, PAVEMENT, AND SPRINKLER SYSTEMS, COORDINATE W/ CITY -PROVIDED SERVICES. (C) ALL PERMITTING, DEVELOPMENT, CONNECTION, LOCATION INSPECTION, AND TESTING FEES REQUIRED FOR STORM SEWER CONSTRUCTION. (5) SCHEDULING ALL REQUIRED INSPECTIONS. 3. ALL STORM SEWER CONSTRUCTION SHALL BE IN CONFORMANCE WITH CITY OF YAKIMA PUBLIC WORKS STANDARDS AND SPECIFICATIONS AND DRAWINGS 4. COMPACTION OF ALL TRENCHES WITHIN THE PROJECT SITE MUST BE ATTAINED AND COMPACTION RESULTS SUBMITTED TO THE ENGINEER PRIOR TO FINAL ACCEPTANCE. 5. CONTRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATION OF ALL EXISTING STORM SEWER STRUCTURES, PIPES, AND ALL UTILITIES PRIOR TO CONSTRUCTION. •tT-TTA de Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED 8Y: BFP GENERAL NOTES SHEET 2 OF 23 HLA yEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 W•t••• E S 0 50 100 200 NOTE: CONTRACTOR TO COORDINATE EROSION CONTROL MEASURES AND STORM WATER ACTIVITIES WITH CITY OF YAKIMA'S WDOE CONSTRUCTION STORMWATER PERMIT AND SWPPP. EROSION CONTROL MEASURES TO BE INSTALLED AND REMOVED BY CITY OF YAKIMA FORCES. LEGEND TEMPORARY SILT FENCE PERMANENT SITE IMPROVEMENT ® NEW CATCH BASIN NEW STORM PIPE TESC NOTES: O1 INSTALL SILT FENCE AS SHOWN PER DETAIL 1 ON SHEET 4. O2 INSTALL STABILIZED CONSTRUCTION ENTRANCE PER DETAIL 2 ON SHEET 4 JOB NUMBER: 15150 DATE. 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg TEMPORARY EROSION/SEDIMENTATION CONTROL (TESC) NOTES 1. OWNER OR CONTRACTOR SHALL BE RESPONSIBLE FOR PROPER INSTALLATION AND MAINTENANCE OF ALL EROSION AND SEDIMENT CONTROL MEASURES, IN ACCORDANCE WITH LOCAL, STATE, AND FEDERAL REGULATIONS. 2 THE IMPLEMENTATION OF THESE TESC PLANS AND CONSTRUCTION, MAINTENANCE, REPLACEMENT, AND UPGRADING OF THESE TESC FACILITIES IS THE RESPONSIBILITY OF THE CONTRACTOR UNTIL ALL CONSTRUCTION IS COMPLETED, VEGETATION/LANDSCAPING IS ESTABLISHED, AND APPROVED BY THE LOCAL JURISDICTION. THE OWNER/DEVELOPER SHALL BE RESPONSIBLE FOR EROSION CONTROL MAINTENANCE AFTER THE PROJECT IS APPROVED UNTIL THE LOTS ARE DEVELOPED OR SOLD. 3. THE CONTRACTOR SHALL USE PROPER EROSION AND SEDIMENT CONTROL PRACTICES ON THE CONSTRUCTION SITE AND ADJACENT CONSTRUCTION STAGING AREAS TO PREVENT EROSION IN AND DOWNHILL OF DISTURBED AREAS, AND TO PREVENT DISCHARGE OF UPLAND SEDIMENTS OR SEDIMENT—LADEN WATER INTO LOCAL DRAINAGE SYSTEMS. 4. THE MEASURES SHOWN ON THESE PLANS ARE THE MINIMUM THAT ARE REQUIRED FOR THE ANTICIPATED SITE CONDITIONS. THE CONTRACTOR SHALL PROVIDE ADDITIONAL MEASURES AS REQUIRED DUE TO UNEXPECTED STORM EVENTS OR CONSTRUCTION PROCEDURES USED BY THE CONTRACTOR. 5. THE CONTRACTOR SHALL NOT DISCHARGE TURBID WATER GENERATED FROM CONSTRUCTION ACTIVITIES DIRECTLY TO ANY STORM WATER SYSTEM INLETS, OR DRAINAGE DITCHES BEFORE THE SOLIDS HAVE SETTLED OUT OF THE WATER. 6. THE CONTRACTOR SHALL PROTECT AND PRESERVE ALL EXISTING VEGETATION BEYOND THE CLEARING LIMITS. 7. DUST CONTROL SHALL BE PROVIDED BY THE CONTRACTOR BY APPLYING WATER AS REQUIRED. 8. SEDIMENT BARRIERS SHALL BE PLACED IMMEDIATELY DOWNSLOPE OF ALL STOCKPILES. 9 STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION, AND MAINTAINED FOR THE DURATION OF THE PROJECT, ON ALL UNSURFACED CONSTRUCTION ROADS WHERE THE CONSTRUCTION ROAD EXITS ONTO PAVED ROADS. ADDITIONAL MEASURES MAY BE REQUIRED TO INSURE THAT ALL PAVED AREAS ARE KEPT CLEAN FOR THE DURATION OF THE PROJECT. 10. THE TESC FACILITIES SHOWN ON THIS PLAN AND ANY CHANGES REQUIRED 85 THE CONTRACTOR'S OPERATIONS, MUST BE CONSTRUCTED PRIOR TO ALL CLEARING AND GRADING ACTIVITIES, AND IN SUCH A MANNER AS TO INSURE THAT SEDIMENT AND SEDIMENT LADEN WATER DOES NOT ENTER THE DRAINAGE SYSTEM, ROADWAYS, OR VIOLATE APPLICABLE WATER STANDARDS. 11. THE TESC MEASURES SHALL REMAIN IN PLACE UNTIL FINAL STABILIZATION HAS BEEN OBTAINED. INSTALLED EROSION AND SEDIMENT CONTROL MEASURES SHALL ONLY BE REMOVED WITH THE APPROVAL OF THE ENGINEER. 12. THE CONTRACTOR SHALL PROVIDE DAILY INSPECTION AND MAINTENANCE OF ALL TESC MEASURES. TESC MEASURES SHALL BE IN WORKING CONDITION AT ALL TIMES. THE CONTRACTOR SHALL IMMEDIATELY REPAIR, REPLACE, AND INSTALL ADDITIONAL MEASURES SO THAT THEY ARE EFFECTIVE. 13. AFTER ANY 24—HOUR RAINFALL GREATER THAN 0.5 INCH, THE CONTRACTOR SHALL INSPECT TESC MEASURES FOR INTEGRITY. ANY DAMAGED TESC MEASURES SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER AND REPAIRED IMMEDIATELY. 14. AT NO TIME SHALL SEDIMENT BE ALLOWED TO ACCUMULATE MORE THEN 1/3 THE BARRIER HEIGHT ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING OPERATIONS SHALL NOT FLUSH SEDIMENT—LADEN WATER INTO THE DOWNSTREAM SYSTEM 15. THE CONTRACTOR SHALL SET ASIDE A SEPARATE AREA, WHICH DOES NOT HAVE ANY POSSIBILITY OF DRAINING TO SURFACE WATERS, FOR THE WASH—OUT OF CONSTRUCTION EOUIPMENT AND TOOLS 16. THE CONTRACTOR SHALL NOT DISCHARGE ANY CLEANING SOLVENTS OR CHEMICALS UTILIZED FOR TOOL OR EQUIPMENT CLEANING TO THE GROUND. REFUELING OF EQUIPMENT SHALL BE CONDUCTED AWAY FROM THE DRAINAGE FACILITIES AND DONE IN SUCH A MANNER AS TO PREVENT SPILLS FROM ENTERING THE GROUNDWATER OR DRAINAGE WAYS. 17. THE CONTRACTOR SHALL TAKE EXTREME CARE TO PREVENT ANY PETROLEUM PRODUCTS, CHEMICALS, OR OTHER TOXIC OR DELETERIOUS MATERIALS FROM ENTERING THE GROUNDWATER OR DRAINAGE WAYS. 18. THE ENGINEER HAS THE AUTHORITY TO HALT CONSTRUCTION IF EROSION CONTROLS ARE NOT MAINTAINED PROPERLY OR IF A VIOLATION HAS NOT BEEN CORRECTED. THE CONTRACTOR SHALL BEAR ALL RISK AND ALL COSTS OF ANY WORK DELAYS CAUSED BY THESE ACTIONS. 19. ALL AREAS TO BE SEEDED SHALL BE CULTIVATED TO THE SATISFACTION OF THE CITY INSPECTOR THIS MAY BE ACCOMPLISHED BY DISC, RAKING, HARROWING OR OTHER ACCEPTABLE MEANS. PERFORM ALL CULTURAL OPERATIONS ACROSS OR AT RIGHT ANGLES TO THE SLOPE. IF NECESSARY, SURFACE RUNOFF CONTROL MEASURES SUCH AS GRADIENT TERRACES, INTERCEPTOR DIKE/SWALES, LEVEL SPREADERS, AND SEDIMENT BASINS SHALL BE INSTALLED PRIOR TO SEEDING. 20. ALL DISTURBED AREAS UNLESS SPECIFICALLY INDICATED OTHERWISE IN THE ARCHITECURAL/LANDSCAPE PLANS, SUCH AS RETENTION FACILITIES. ROADWAY BACK—SLOPES, ETC. SHALL BE SEEDED WITH A PERENNIAL GROUND COVER GRASS TO MINIMIZE EROSION. GRASS SEEDING WILL BE DONE USING A HYDROSEEDER OR AS OTHERWISE APPROVED BY THE CITY OF YAKIMA. 21 CONTRACTOR SHALL ADJUST ALL TESC MEASURES AS NECESSARY TO ALLOW FOR PROGRESSION OF CONSTRUCTION AT NO ADDITIONAL EXPENSE TO THE OWNER. 22. PUBLIC STREETS ARE TO BE KEPT CLEAR OF DIRT AND DEBRIS DURING EXCAVATION AND FILL OPERATIONS. 23. STORM DRAIN INLETS, BASINS, AND AREA DRAINS SHALL BE PROTECTED UNTIL PAVEMENT SURFACES ARE COMPLETED AND/OR VEGETATION IS RE—ESTABLISHED. 24. CONSTRUCTION ACCEPTANCE WILL BE SUBJECT TO A WELL ESTABLISHED GROUND COVER THAT FULFILLS THE REQUIREMENT OF THE APPROVED CONSTRUCTION PLANS 25 TESC MEASURES SHALL BE IN WORKING CONDITION AT ALL TIMES THE CONTRACTOR SHALL IMMEDIATELY REPAIR, REPLACE, AND INSTALL ADDITIONAL MEASURES SO THAT THEY ARE EFFECTIVE. 26. WITHIN 14 DAYS AFTER CONSTRUCTION ACTIVITY TEMPORARILY OR PERMANENTLY CEASES ON ANY PARTICULAR AREA, ALL DISTURBED GROUND WHERE THERE W1LL NOT BE CONSTRUCTION FOR LONGER THAN 21 DAYS MUST BE TEMPORARILY OR PERMANENTLY SEEDED AND MULCHED. CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY. MRH ENTERED BY: BFP TEMPORARY EROSION & SEDIMENT CONTROL PLAN SHEET 3 OF 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONSTRUCTION ENTRANCES: 1. CONSTRUCTION VEHICLE ACCESS AND EXIT SHALL BE LIMITED TO ONLY NECESSARY LOCATIONS. ACCESS POINTS SHALL BE STABILIZED WITH 4" TO 6' QUARRY SPALLS AND MAY BE TOP -DRESSED WITH 1' TO 3" ROCK, CRUSHED ROCK OR 2" MINUS GRAVEL TO MINIMIZE THE TRACKING OF SEDIMENT ONTO PUBLIC ROADS. 2. THE ROCK PAD SHALL BE AT LEAST 12 INCHES THICK AND 50 FEET LONG. 41DTH SHALL BE THE FULL WIDTH OF THE VEHICLE INGRESS AND EGRESS AREA. SMALLER PADS MAY BE APPROVED FOR SINGLE-FAMILY RESIDENTIAL AND SMALL COMMERCIAL SITES 3. ADDITIONAL ROCK SHALL BE ADDED PERIODICALLY TO MAINTAIN PROPER FUNCTION OF THE PAD. 4. IF THE PAD DOES NOT ADEQUATELY REMOVE THE MUD FROM THE VEHICLE WHEELS, THE WHEELS SHALL BE HOSED OFF BEFORE THE VEHICLE ENTERS A PAVED STREET. THE WASHING SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK AND WASH WATER SHALL DRAIN TO A SEDIMENT RETENTION FACILITY OR THROUGH SILT FENCE. WHEEL WASH OR TIRE BATHS SHOULD BE LOCATED ON-SITE, IF NEEDED, TO PREVENT EXCESSIVE TRACKING OF SEDIMENT ON ROADS. 5. PUBLIC ROADS SHALL BE CLEANED THOROUGHLY AT THE END OF EACH DAY. SEDIMENT SHALL BE REMOVED FROM ROADS BY SHOVELING OR PICKUP SWEEPING AND SHALL BE TRANSPORTED TO A CONTROLLED SEDIMENT DISPOSAL AREA. STREET WASHING WALL 8E ALLOWED ONLY AFTER SEDIMENT IS REMOVED IN THIS MANNER. 6. ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD, W1 -1I04 END UP ON THE ROADWAY, SHALL BE REMOVED IMMEDIATELY 7. STREET WASH WASTEWATER SHALL BE CONTROLLED BY PUMPING BACK ON-SITE, OR OTHERWISE BE PREVENTED FROM DISCHARGING INTO SYSTEMS TRIBUTARY TO STATE SURFACE WATERS. 8. A SUBGRADE REINFORCEMENT AND SEPARATION GEOTEXTILE SHALL 8E PLACED UNDER THE FIRST 25' OF SPALLS, OR FURTHER AS DIRECTED BY THE ENGINEER, TO PREVENT FINE SEDIMENT FROM PUMPING UP INTO THE ROCK PAD. THE GEOTEXTILE SHALL BE MIRAFI 500X OR EQUAL. SILT FENCES: 1. FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE BARRIER TO AVOID USE OF JOINTS. WHEN JOINTS ARE NECESSARY, FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT A SUPPORT POST, WITH A MINIMUM 6- INCH OVERLAP, AND SECURELY FASTENED AT BOTH ENDS TO POST 2. POSTS SHALL BE SPACED A MAXIMUM OF 6 FEET APART AND DRIVEN SECURELY INTO THE GROUND. (MINIMUM OF 30 INCHES). 3 A TRENCH SHALL BE EXCAVATED APPROXIMATELY 8 INCHES WIDE AND 12 INCHES DEEP ALONG THE LINE OF POSTS AND UPSLOPE FROM THE BARRIER. 4. WHEN STANDARD STRENGTH FILTER FABRIC IS USED, A AIRE MESH SUPPORT FENCE -SHALL BE- FASTENED SECURELY TO THE UPSLOPE SIDE OF THE POSTS USING HEAVY-DUTY WIRE STAPLES AT LEAST 1 INCH LONG, TIE WIRES OR HOG RINGS THE WIRE SHALL EXTEND INTO THE TRENCH A MINIMUM OF 4 INCHES AND SHALL NOT EXTEND MORE THAN 36 INCHES ABOVE THE ORIGINAL GROUND SURFACE. 5. THE STANDARD STRENGTH FILTER FABRIC SHALL BE STAPLED OR HARED TO THE FENCE, AND 20 INCHES OF THE FABRIC SHALL BE EXTENDED INTO THE TRENCH. THE FABRIC SHALL NOT EXTEND MORE THAN 36 INCHES ABOVE THE ORIGINAL GROUND SURFACE. FILTER FABRIC SHALL NOT BE STAPLED TO EXISTING TREES. 6. WHEN EXTRA -STRENGTH FILTER FABRIC AND CLOSER POST SPACING IS USED, THE WIRE MESH SUPPORT FENCE MAY BE ELIMINATED. IN SUCH A CASE, THE FILTER FABRIC IS STAPLED OR HIRED DIRECTLY TO THE POSTS WITH ALL OTHER PROVISIONS OF ABOVE NOTES APPLYING. 7. FILTER FABRIC FENCES SHALL NOT BE REMOVED BEFORE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. 8 FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY DURING PROLONGED RAINFALL. ANY REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY. DUST CONTROL BMP 1. WATER APPLIED TO CONSTRUCTION SITES FOR DUST CONTROL MUST NOT LEAVE THE SITE AS SURFACE RUNOFF. 2. LIMIT DUST GENERATION BY CLEARING ONLY THOSE AREAS WHERE IMMEDIATE ACTIVITY HILL TAKE PLACE, LEAVING THE REMAINING AREAS IN THE ORIGINAL CONDITIONS, IF STABLE. MAINTAIN THE ORIGINAL GROUND COVER A5 LONG AS PRACTICAL. 3. PROJECT MUST COMPLY WITH THE LOCAL CLEAN AIR AUTHORITY AND CITY OF YAKIMA REQUIREMENTS. TEMPORARY AND PERMANENT SEEDING 1. UNLESS ARCHITECT/LANDSCAPE PROVIDE OTHER INFORMATION, AT FINAL SITE STABILIZATION, ALL DISTURBED AREAS NOT OTHERWISE VEGETATED OR STABILIZED SHALL BE SEEDED AND MULCHED. FINAL STABILIZATION MEANS THE COMPLETION OF ALL SOIL DISTURBING AC -MARES AT THE SITE AND ESTABLISHMENT OF A PERMANENT VEGETATIVE COVER. OR EOUIVALENT PERMANENT STABILIZATION WHICH WILL PREVENT EROSION. ONE OF THE FOLLOWING SEED MIXES SHALL 8E USED FOR PERMANENT EROSION CONTROL THE BELOW SEED MIXES (A, B, AND 0) DO NOT REPLACE ANY LANDSCAPING REQUIREMENTS. COMMON NAME MIXTURES (LBS/AC)' A B C CRESTED OR SIBERIAN WHEATGRASS' 7 BLUEBUNCH WHEATGRASS 7 INDIAN RICEGRASS 2 THICKSPIKE WHEATGRASS 8 SHEEP FESCUE 1 1 BIG BLUEGRASS OR THREAD GRASS 1 1 TOTAL 10 9 9 SEEDS/SQ FT/MIXTURE 63 56 64 'EXPRESSED AS PURE LIVE SEED AND SHOULD BE DOUBLED IF BROADCAST OR HYDROSFFDING IS USED. HYDROSEEDING: 1. SEED MIXTURE SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL AND SHALL BE APPLIED AT THE RATE RECOMMENDED BY THE MANUFACTURER. 2 FOR SEEDBEDS PLANTED BETWEEN OCTOBER 31 AND APRIL 30, ARMORING OF THE SEEDBED WILL BE NECESSARY. (E.G.. GEOTEXTILE, JUTE MAT, CLEAR PLASTIC COVERING). 3 SEEDBEDS PLANTED BETWEEN MAY 1 AND OCTOBER 31 WILL REQUIRE IRRIGATION AND OTHER MAINTENANCE NECESSARY TO FOSTER AND PROTECT THE ROOT STRUCTURE. 4. BEFORE SEEDING, INSTALL NEEDED RUNOFF CONTROL MEASURES SUCH AS GRADIENT TERRACES, INTERCEPTOR DIKES, SWALES, LEVEL SPREADERS AND SEDIMENT BASINS. 5. THE SEEDBED SHALL BE FIRM WITH A FAIRLY FINE SURFACE. FOLLOWING SURFACE ROUGHENING. PERFORM ALL CULTURAL OPERATIONS ACROSS OR AT RIGHT ANGLES TO 11-10 SLOPE. 6. FERTILIZERS ARE TO 8E USED ACCORDING TO SUPPLIER'S RECOMMENDATIONS AMOUNTS USED SHOULD BE MINIMIZED, ESPECIALLY ADJACENT TO WATER BODIES AND WETLANDS. SOD PLACEMENT: 1. SOD SHALL BE MACHINE CUT AT A UNIFORM SOIL THICKNESS OF 3/4- INCH AT THE TIME OF CURING._ MEASUREMENTS OF THICKNESS SHALL EXCLUDE TOP GROWTH AND THATCH. 2 STANDARD SIZE SECTIONS OF SOD SHALL BE STRONG ENOUGH TO SUPPORT THEIR OWN WEIGHT AND RETAIN THEIR SIZE AND SHAPE WHEN SUSPENDED BY THE END OF A 3 -FOOT SECTION 3. SOD SHALL NOT BE HARVESTED OR TRANSPLANTED WHEN MOISTURE CONTENT (EXCESSIVELY DRY OR WET) MAY ADVERSELY AFFECT ITS SURVIVAL. 4 SOD SHALL BE HARVESTED, DELIVERED AND INSTALLED WITHIN A PERIOD OF 36 HOURS BIO -INFILTRATION SWALES: 1 EXCAVATE SWALE TO WITHIN 1 FOOT OF FINAL ELEVATION OF THE FLOOR OF THE INFILTRATION FACILITY. 2 EXCAVATION TO FINAL GRADE SHOULD BE DEFERRED UNTIL ALL DISTURBED UP GRADIENT AREAS HAVE BEEN STABILIZED OR PROTECTED. 3. AFTER CONSTRUCTION IS COMPLETE. REMOVE ANY SILT AND DEBRIS ACCUMULATED IN SWALE, THEN EXCAVATE TO FINAL GRADE. SOD AND PUT INTO SERVICE. TOPSOIL STOCKPILES: 1. STOCKPILES SHALL 8E STABILIZED (WITH PLASTIC COVERING OR OTHER APPROVED DEVICE) DAILY BETWEEN NOVEMBER 1 AND MARCH 31 2. IN ANY SEASON, SEDIMENT LEACHING FROM STOCKPILES MUST BE POSITIVELY PREVENTED. 3 TOPSOIL SHALL NOT BE PLACED WHILE IN A FROZEN OR MUDDY CONDITION. WHEN THE SUBGRADE IS EXCESSIVELY WET, OR WHEN CONDITIONS EXIST THAT MAY OTHERWISE BE DETRIMENTAL TO PROPER GRADING OR PROPOSED SODDING OR SEEDING. 4 PREVIOUSLY ESTABLISHED GRADES ON THE AREAS TO BE TOPSOILED SHALL BE MAINTAINED ACCORDING TO THE APPROVAL PLAN. STEEL OR WOOD POST AT 10' OC (MAX.) WOVEN WIRE FENCE HARE MAY BE 2"x4", 14 GAGE SEDIMENT FENCING ANCHOR FABRIC IN 6" X 6" TRENCH. BACKFILL & COMPACT FLOW GROUND LINE 5 ti 3 DETAIL NOTES: 1 INSTALLATION TO BE PER MANUFACTURER'S RECOMMENDATION 2.' TO BE USED FOR TERMINAL ENDS & PERIMETER SIDES. 3 THE TWO POST OPTIONS ARE (1) WOOD = 1" X 2" OR 3" MIN DIA. AND (2) STEEL = 1.33 LBS/FT.MIN SILT FENCE OBMP 233 4 NOT TO SCALE ROPa p6�,E1 25'-0" R MIN. (TYP ) (10 ABUTTING PAVEMENT) 3" - 6" CLEAN ROCK OR QUARRY SPALLS PROVIDE FULL WIDTH OF INGRESS / EGRESS AREA 20'-0" MIN, NOTES A STABILIZED CONSTRUCTION ENTRANCE SHALL BE INSTALLED AT POINTS OF CONSTRUCTION EGRESS WHERE SEDIMENT MAY BE TRACKED OFF THE CONSTRUCTION SITE. 2. A STABILIZED CONSTRUCTION ENTRANCE MUST BE CONSTRUCTED TO A MINIMUM LENGTH OF 50 FEET WHERE THE SOILS ARE SANDS OR GRAVEL OR 100 FEET MINIMUM WHERE SOILS ARE CLAYS OR SILT. THESE LENGTHS SHALL BE INCREASED WHERE E FI ELD CONDITIONS DICTATE. 3. PLACE CONSTRUCTION GEOTEXT1LE FOR SOIL STABILIZATION AND A MINIMUM OF 0.15' CRUSHED ROCK UNDER THE CLEAN ROCK OR SPALLS FOR THE LENGTH OF THE ENTRANCE, OR AS DIRECTED BY THE ENGINEER. 4. ALL SURFACE WATER FLOWING OR DIVERTED TOWARD CONSTRUCTION ENTRANCES SHALL BE PIPED UNDER THE ENTRANCE 5. WHEN REQUIRED DUE TO CONSTRUCTION, TIRES SHALL BE CLEANED WITH WATER BEFORE LEAVING THE CONSTRUCTION SITE TO AVOID TRANSPORTING SEDIMENT OFF OF THE SITE (ALTERNATE BMP 0106, WHEEL WASH). 0 STABILIZED CONSTRUCTION ENTRANCE NOT TO SCALE ♦�e HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY: BFP TEMPORARY EROSION & SEDIMENT CONTROL PLAN SHEET 4 OF 23 Sheet 10 1 WE 0 50 100 200 MOM CONSTRUCTION SEQUENCING 1. THE CONTRACTOR IS RECOMMENDED TO SEQUENCE CONSTRUCTION 50 NOT HAULING CONSTRUCTION MATERIALS AND EQUIPMENT ACROSS NEWLY CONSTRUCTED PARKING LOT 2. CONTRACTOR SHALL COORDINATE CONSTRUCTION ACTIVITIES WITH CITY OF YAKIMA FORCES. HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE. 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: ENTERED BY: MRH BFP OVERALL SITE PROJECT KEY SHEET 5 OF 23 W �E 0 10 20 40 LEGEND TO SREMAINSPHALT%jam /'; EXISTING ASPHALT PAVEMENT ANO BASE TO BE REMOVED EXISTING CONCRETE TO BE REMOVED EXISTING CURB, AND GUTTER TO BE REMOVED NEW IMPROVEMENTS (FOR REFERENCE ONLY) DEMOLITION NOTES Ni SAWCUT AT MATCHUNE. AT APPROXIMATE UNITS SHOWN, 1 FOOT MINIMUM FROM PROPOSED NEW CURBING N2 REMOVE EXISTING ASPHALT PAVEMENT AND BASE MATERIAL NECESSARY TO CONSTRUCT NEW IMPROVEMENTS SAWCUT ALL ASPHALT MATCHUNES. 0 REMOVE EXISTING CONCRETE CURB. 0 REMOVE EXISTING SIDEWALK AS NECESSARY NOTE DEMO TO BE PROVIDED BY CITY OF YAKIMA. HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY. MRH ENTERED BY: BFP PARKING LOT DEMO PLAN SHEET 6 OF 23 f 0' / rEW HANDICAP (PARKING SIGNS 4 0,4*. HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com ,yW COY -PR NO. PK 2414 / N SITE CONSTRUCTION NOTES • 0 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF W E YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 0 10 20 40 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED 8Y CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. M It JOB NUMBER: 15150 W•1•.E DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg APPROACH AND HANDICAP RAMP 0 5 10 20 NEM CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY. MRH ENTERED BY: BFP PARKING LOT GRADING SITE PLAN SHEET 7 OF 23 I I, h I j I' / I /� .P I./ I - I,: I I I MATCHLINE SEE SHEET 10 i 717. I l' �o Sao .`_.'-_"+>>-��-,. -.. --1129-1120 - ms CREEK WIDEN _f( / SEE SHEET 9 z 2 W��E 0 20 40 E= * NOTE SEE SHEET 13 FOR LARGER SCALE VIEW OF PARKING LOT AND RAMP AREA. SITE CONSTRUCTION NOTES N1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED 8Y CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND 50D. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 80 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. ® REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18, PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. .SHLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY. BFP PATH SITE PLAN SHEET 8 OF 23 SEE SHEET 8 w z CONNECT TO EXISTING GRAVEL PATHWAY R EXISTING c CONCRETE PAD I \PICNIC AREA MATCHLINE W 4, E •S 0 20 40 SITE CONSTRUCTION NOTES N1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 80 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. N \ r EXISTING �l OBSERVATION AREA 1 t' EXISTING / '1A"GRJLAC 'ON: e., EXISTING _`' CONCRETE PAD--- PICNIC,AREA _LISTING P LAY G ROU ND r778 �, \ r, ♦�e HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 * NOTE SEE SHEETS 14 AND 15 FOR LARGER SCALE MEW OF PARKING LOT AND RAMP AREA. SEE SHEET 16 FOR LARGER SCALE NEW OF THE PICNIC AREA ASPHALT PATHWAY. SEE SHEET 17 FOR LARGER SCALE VIEW OF EXISTING PLAY GROUND AREA ASPHALT PATHWAY. JOB NUMBER' 15150 DATE 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg Q m CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO 8E CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY. MRH ENTERED BY: BFP PATH SITE PLAN SHEET 9 OF 23 * NOTE SEE SHEET 11 FOR LARGER SCALE VIEW OF PATH AREA. SEE SHEET 18 FOR LARGER SCALE VIEW OF ASPHALT PATHWAY TO BRIDGE. \\ \• ` ry7,q� ---J Rw. f�_ —,7a fir II?.,._ --,, ...---._:- .'11 22. 11 �. 7j/ ��—ti` it25.0� NARROW PATH_AS NECESSARY TO �._ MATCH CROSSING ryJe- \ \ EXISTING GRAVEL \� NATURE PATHWAY N SITE CONSTRUCTION NOTES ON1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON W E SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH S GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 0 20 40 80 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. N- \_ _ 1I II VII I I /� • , ( i l I I I a 4i 1 I i / % n i MATCHLINE SEE SHEET 8 AND 9 • 0 CONSTRUCT 4! CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10 ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8! ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT I0' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 4 HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE 3-8-18 FILE NAMES: DRAWING: Sheets E PK dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY. MRH ENTERED BY: BFP PATH SITE PLAN SHEET 10 OF 23 'I / g g \ \ „&—T, 0 °REEk WE 0 10 20 40 11 1132.00 1122.0 1123.0= 1124.0 1125.0 l�J\ .026'° 1126. ClJz `1129 `---1132,-- NARROW -PATH AS NECESSARY TOS, MATCH CROSSING MATCHLINE SEE SHEET 12 SITE CONSTRUCTION NOTES N1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. HLA vEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER' 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY BFP PATH GRADING SITE PLAN SHEET 11 OF 23 1790 N WeE 10 20 40 MATCHLINE SEE SHEET 11 ti Ex -SS RIM 1145 1.90 M2 / MATCHLINE SEE SHEET 13 SITE CONSTRUCTION NOTES N1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. Q CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. HL A Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER. 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY. BFP PATH GRADING SITE PLAN SHEET 12 OF 23 MATCHLINE SEE SHEET 12 S E 0 10 20 40 /1 / 7 PRP UNE SEE SHEET 14 W z U 1120.0 \ 1150 726 tt25, 1121. --� `9 0 0 ,ry0 .SHLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg SITE CONSTRUCTION NOTES N1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND 50D. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. CD 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. 0 CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10 ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18 PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: ENTERED BY: MRH BFP PATH GRADING SITE PLAN SHEET 13 OF 23 • W\� E 0 10 20 11 426 EXISTING PLAYGROUND EQUIPMENT MATCH EXISTING _GROUND -ELEVATION SEE SHEET 1 DRIP LINE N FOR CONTINUATION SEE SHEET 15 SITE CONSTRUCTION NOTES N1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CIN OF YAKIMA FORCES. 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. Q 0 CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. ♦•� HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER• 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED 8Y: MRH ENTERED 8Y: BFP PATH GRADING SITE PLAN SHEET 14 OF 23 FOR CONTINUATION SEE SHEET 14 WE 10 20 40 SITE CONSTRUCTION NOTES N1 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO 8E CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND 0-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED 8Y CITY OF YAKIMA FORCES. ♦�� HLA • Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY: BFP PATH GRADING SITE PLAN SHEET 15 OF 23 ( EXISTING GRAVEL NATURE PATHWAY 11 MATCH EXISTING GRAVEL ELEVATION 'B\ EXISTING r CONCRETE PAD PICNIC AREA EXISTING CONCRETE PAD PICNIC AREA N\ EXISTING OBSERVATION AREA \ POND i W• •AlkE 0 10 20 •-- SITE CONSTRUCTION NOTES 0 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 40 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. 0 CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10 ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. .SHLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY. MRH ENTERED BY: BFP PATH GRADING SITE PLAN SHEET 16 OF 23 N SITE CONSTRUCTION NOTES 0 CONSTRUCT STANDARD ASPHALT SECTION PARKING AREA PER DETAIL 1 ON SHEET 18. ASPHALT AND BASE COURSE TO BE CONSTRUCTED BY CITY OF W . E YAKIMA FORCES. ,.! 0 REMOVE EXISTING ASPHALT PATHWAY AND BASE TO 6" BELOW EXISTING FINISH GRADE. PLACE 4" OF TOPSOIL AND SOD. PATHWAY TO BE REMOVED BY CITY OF YAKIMA FORCES. 2.5 5 10 0 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 0 CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 18. 0 CONSTRUCT CONCRETE BARRIER CURB AND ASPHALT SIDEWALK PER DETAIL 2 SHEET 18. ASPHALT SIDEWALK TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. 0 CONSTRUCT PERPENDICULAR HANDICAP RAMP PER WSDOT STANDARD PLAN F-40.12-02 AND F-45.10-01, DETAIL 3 ON SHEET 18 AND DETAIL ON SHEET 7. INCLUDING PEDESTRIAN CURB. 0 MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. Q 0 CONSTRUCT 4' CURB CUT AND CONCRETE APRON PER DETAIL 6 ON SHEET 18. CONSTRUCT DRAINAGE SWALE PER DETAIL 7 ON SHEET 18. SWALE TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 4" CONCRETE SIDEWALK PER DETAIL 10 ON SHEET 18. MATCH SIDEWALK TO EXISTING BACK OF CURB ELEVATION. REMOVE EXISTING ASPHALT PATHWAY, AND CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. MATCH NEW PATHWAY FINISH GRADE TO PATHWAY GRADE. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. REMOVE EXISTING BOLLARDS. BOLLARDS TO BE REMOVED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' ASPHALT PATHWAY PER DETAIL 5 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 8' ASPHALT PATHWAY PER DETAIL 8 ON SHEET 18. PATHWAY TO BE CONSTRUCTED BY CITY OF YAKIMA FORCES. CONSTRUCT 10' GRAVEL PATHWAY. 4" MIN. CRUSHED SURFACING BASE COURSE. PATHWAY TO BE CONSTRUCTED BY Cf TY OF YAKIMA FORCES. MATCH NEW ASPHALT PATH TO EXISTING CONCRETE ELEVATION. CONSTRUCT BOLLARD PER DETAIL 9 ON SHEET 18. TO 8E CONSTRUCTED 8Y CITY OF YAKIMA FORCES. HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY. MRH ENTERED BY. BFP PATH GRADING SITE PLAN SHEET 17 OF 23 3" COMP. DEPTH HMA CL 1/2" +++ + + + + + + + +++ + + + + 6" COMP. DEPTH BASE COURSE (WSDOT 9-03.9(3)) COMPACTED SUBGRADE PER GEOTECHNICAL RECOMMENDATIONS STANDARD ASPHALT SECTION NOT TO SCALE 3/8" EXPANSION JOINT TYPICAL EACH SIDE PLANTER CURB BEYOND 6" 4'-6" MIN. SEE PLANS FOR WIDTH COLD JOINT 2" COMP. DEPTH HMA CLASS )4" SIDEWALK 2% SLOPE 4"COMP. DEPTH CRUSHED SURFACING BASE COURSE COMPACTED SUBGRADE CEMENT CONCRETE BARRIER CURB & SIDEWALK NOT TO SCALE 4" THICK CONCRETE APRON SLOPE FROM GUTTER TO SWALE, MATCH SWALE SLOPE. NEW PLANTER CURB NEW ASPHALT GRADE FINISH ASPHALT LEVEL CONCRETE BARRIER CURB CURB CUT & CONCRETE APRON DETAIL NO TO SCALE EXISTING PLANTER CURB BEYOND 6" 4'-6" MIN SEE PLANS FOR WIDTH COLD JOINT 4" CEMENT CONC. SIDEWALK f 2% SLOPE 2" COMPACTED CRUSHED SURFACING TOP COURSE COMPACTED SUBGRADE CURB CUT TRUNCATED DOME "ARMOUR—TILE" CAST—IN—PLACE OR APPROVED EQUAL TRUNCATED DOME DETECTABLE WARNING PATTERN NOTES: CURB RAMPS WILL NOT BE POURED INTEGRAL WITH SIDEWALK OR CURB & GUTTER, AND SHALL BE ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES BUT NOT AT THE END OF RAMP ADJACENT TO THE CURB. NO LI 3/8" EXPANSION JOINT HANDICAP RAMP DETAIL NOT TO SCALE SODDED DROUGHT RESISTANT NATIVE GRASSES GRASS MIXTURE: 40% FINE FISCUE & 60% PERENNIAL RYE GRASS OR SUBMIT TO ENGINEER FOR APPROVAL VARIES (SEE PLAN) FREEBOARD //1 EXIST. GROUND SWALE BOTTOM EL. SEE PLAN CEMENT CONCRETE SIDEWALK BARRIER CURB WITH EXISTING CURB NOT TO SCALE z 6" TOPSOIL CONFORMING TO WSDOT STANDARD SPECIFICATION 9-14.6(8). SEASONAL HIGH WATER TABLE S' MIN. BELOW BOTTOM OF SWALE TYPICAL SECTION @ SWALE NOT TO SCALE mI 8 o9 m8 8 "L I iESERVED THIS SIGN TYPICAL AT PARKING r EACH HANDICAPPED PARKING SPACE (R7-8, PER MUTCD) )1 1 1 1 —r- 11 ! l 1 1 1 1 1 1 1 1 I i I I i I /-CONCRETE , (WALL MOUNTED) RESERVED PARKING 6 4 8 THIS SIGN TYPICAL AT EACH HANDICAPPED PARKING SPACE (R7-8, PER MUTCD) ADDITIONAL 'VAN ACCESSIBLE' FOR DESIGNATED VAN PARKING STALLS (R7 -RP, PER MUTCD) 2' TELSPAR SOUARE SIGN POST WITH ACCESSORIES GROUND (POST MOUNTED) HANDICAP SIGN DETAIL NOT TO SCALE 1" R HMA SURFACING, TYPICAL. 6" os 0. PLANTER CURB NOT TO SCALE 2" CSTC 3 MAX 3'1 MAX COMPACTED SUBGRADE 10' ASPHALT PATHWAY COMPACTED SUBGRADE 8' ASPHALT PATHWAY NOT TO SCALE NOT TO SCALE 4"COMP. DEPTH CRUSHED SURFACING BASE COURSE 3.1 MAX 3:1 MAX 4"COMP. DEPTH CRUSHED SURFACING BASE COURSE FILL PIPE WITH CONCRETE. ROUND TOP TO DRAIN. 4" DIA. K 6' LONG SCHEDULE 40 STEEL PIPE. PAINT SAFETY YELLOW. CROWN CONCRETE TO DRAIN EXISTING GROUND 8" DI // / \\ / CLASS 3000 CONCRETE. BOLLARD SECTION NOT TO SCALE HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE' 3-8-18 FILE NAMES: DRAWING Sheets E PK dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY: BFP SITE DETAILS SHEET 18 OF 23 STEEL BASE PLATE \ GEMENT CONCRETE ANCHOR 3, DIA .8 DEPT, FORM 2.4. SOVARE A' DEPTH AT TOP —a_ cc BASE ICHAMFER EDGES) GROUT BETWEEN ANCHOR BASE AND BASERLATE ' AFTER POLE IS PLUMB AND SECURED w1(S(EXTENDS 'ABOVE BASE AND ANGLE END1 TOWARD HANDHOLF IN ROLF 4N ND POLE FOUNDATION 4 GALVANIZED STEEL ANCHOR BOLTS WITH DOUBLE NUTS AND, JOU. F WASHERS ANCHOR BOLTS SHALL ErFEND 4 Pr ABOVE CONCRETE BASE BOLT OIRC,E DIMENSIONS AND ANCHOR BOLT SZE No AROUND PERIMETER 8 NO A MOORS AT r City Of Yakima Engineering Division City of Yakima - Standard Detail SIGNAL POLE FOUNDATION E3 NOT TO SCALE Rev 5.4 7 2011 Engineering and Land Surveying, Inc, 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com PLAN VIEW SECTION A NOTE 1 NI WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC) 2 JUNCTION BO%, CONDUIT ANO CONSTRUCTION METHODS SHALL BE PER WSDOT • TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER 3 ALL ELECTRICAL CONDUIT SHALL BE A MINIMUM OF Y DIA AND MAINTAIN 24' MINIMUM COVER SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE 5 SERVICE PEDESTALS SHALL BE METERED City Of Yakima Engineering Diivision City of Yakima - Standard Detail SERVICE LAYOUT NOT TO SCALE Reviaum 2011 COY -PR NO. PK 2414 E4 ,— SEE DETAIL R7 FOR TRENCH PATCHING DRP ID xCNCNEGDCNDER NATIVE MATERIAL SHALL BE USED (OR BAC ;ILL UNLESS OTHERWISE DIRECTED Ere Y THE ENGINEER vgtrt SUITABLE EART OFO NDATION (SEE USED FOR BEDDING MATERIAL COURSECRUSHED SURFACING TOP L BE UNLESS OTLIERWISE DIRECTED BY TNE ENGINEER UNSUITABLE FOUNDATION MATERIAL WITH GRAVEL BACKFILL HE L FOR REPLACED City Of Yakima City of Yakima - Standard Detail Engineering Division TYPICAL TRENCH SECTION ;2, Narn SH*P0 SPe41 NOT TO SCALE Walmnotor Repsmn 07,017 S4 BE /—COMPACTED CRUSHED SURFACING TOP COURSE , SCHEDUlE SO CONDUIT n— SHOWN oN THE PLANS CONDUIT TRENCH SECTION NOTE 1 All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC) 2 JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT -TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER 3 ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 2101A AND MAINTAIN 24' MINIMUM COVER SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL 4 ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY, 5 SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE City Of Yakima City of Yakima - Standard Detail Engineering Division CONDUIT TRENCH SECTION E5 Yakima Wa✓wpion NOT TOSCALE RevIsan T 2011 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg /-0011ti \�.:.. a. RESIDENTIAL 44,1 AUTO.. SERIEE LED ARE ET UGH, n0[0;414 TH. TH4E01 wW• AIN DRIVER. MSED ARO UMINAIRE AU Ea IAL LUMINAIRE M 0 STREET D,R GHIORI20NTALTENDN TME III „HJ AD,DRr,ER ART ALL AUTOBAHN SERIES IEDSTEEI UGH/, HCRZGVIAI IO,DN • AAE 111 115•v AN DMER a•.,sso. Ao 24,44.00 ,.R>, weORAS SPF /PED r tr �LtIt11 =ce Vi— I `O *4 A .•ea .KKle•1\� \ • 1 RTE AIL WORK AND MATERIALS SEAL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC) OA CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSOOT • TYPE I UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER ALL ELECTRICAL CONDUIT SHAH BEA MINIMUM OF T DRAM AND MAINTAIN DT -MINIMUM COVER SWEEPS AND PUN LOCATION LL BE PER POWER COMPANY AND SMALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL P CONNECTIONS WHETHER INDIVIDUAL OP MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLR SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO DE ATTACHED TO THE POLE 5 SERvICE PEDESTALS SHALL BE METERED DIRECTIONS AFTER POLE IS PLUMBED PHOTOCELL REQUIRED ON ALFIXTURES UNLESS PART OF A PHOTOCELL CONTROLLED CIRCUIT B EACH FIATURE TO HAVE ONBOARD ADJUSTABLE OUTPUT MODULE City Of Yakima Engineering Division City of Yakima - Standard Detail STREET LIGHT NOT TO SCALE El �EM P o raE;E>:;G S I /OSLO ARP, C55-1 6 SANDSURFACE OF CONCRETE, EDGES SURFACE II LL ALTERNATE =NO ADDI SLOPE CTORS ITO THE IMEDTHOFE STiNG ASPHALT 0 25 (COMPACTED DEPTH, ASPHALT CONCRETE SURFACING SURF.ACE. EPTHVAPIE, ILG RAVELSFSCE M 1EXCAVATION URIB� aN. ry / 105) J-OALODDPEITAIOTNCAOL COST TORS TO THE IPA ED DEPTH/ or YAKIMA IT GRAVEL SURFACING NOTES 1 CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCII SIDES 2 CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE.FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS 4cM1oTION ..10 1 EXISTING GROUND IMR I SALTERNATE BACK SLOPE AT CONTRACTORS OPrA,DLNO ADDITIONAL COSTO THE 1 tl MIN (COMPACTED DEPTH/ NATIVE MATERIAL FREE FROM POCKS OVER 2 INCH STORE IN STOCKPILE WHEN REMOVED wR1NG TBENGIIING UNSURFACED AREAS City Of Yakima Engineering Division City of Yakima - Standard Detail TYPICAL SURFACING R7 NOT TO SCALE Rev* 11 NOB CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: ENTERED BY. MRH BFP CITY OF YAKIMA DETAILS SHEET 19 OF 23 0 a 7 CONNECT TO BUILDING PANEL 1 W404E 0 10 20 40 STREET LIGHT NOTES: 01 INSTALL 2" CONDUIT WITH 2#8 AND 1#8G PER DETAILS 1/20. RIGID ELECTRICAL PVC CONDUIT MAY BE USED FOR ALL CONDUIT. 01 CONSTRUCT PARKING LOT LIGHT AND JUNCTION BOX PER CITY OF YAKIMA STANDARD DETAIL E1, E3, AND E4. POLE AND FIXTURE HEAD TO BE SUPPLIED 8Y CITY OF YAKIMA. Fl ISH GRA 8' NIDE 15 MIL THICK YELLOW PLASTIC INDICATOR TAPE MARKED 'ELECTRICAL' COMPACTED BACKFILL SAND BEDDING MATERIAL ELECTRICAL CONDUIT (SEE ONE UNE DIAGRAM FOR OUANT111ES AND SIZES) CONDUIT TRENCH SECTION NOT TO SCALE HLA wEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY: BFP PATHWAY LIGHTING SHEET 20 OF 23 MATCHLINE SEE SHEET E-2 SEE SHEET E-4 NOTE ONLY INSTALL ELECTRICAL CONDUIT AT THIS TIME. CONDUIT TO BE INSTALLED BY CITY OF YAKIMA FORCES. STREET LIGHT NOTES: L-1 FUTURE ORNAMENTAL PATHWAY LIGHT AND JUNCTION BOX PER CITY OF YAKIMA STANDARD DETAIL E3, AND 54, AND DETAIL 3/23. 01 INSTALL 2' CONDUIT CONTINUOUS PER DETAILS 1/23. RIGID ELECTRICAL PVC CONDUIT MAY BE USED FOR ALL CONDUIT. DO NOT BREAK CONDUIT FOR JUNCTION BOX JUNCTION BOX TO BE CUT IN AT TIME OF FUTURE INSTALLATION. Q FUTURE CONNECTION TO 100 AMP SERVICE CABINET. STOP CONDUIT AT FIRST JUNCTION BOX. SILA wEngineering and Land Surveying, Inc, 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: MRH ENTERED BY: BFP PATHWAY LIGHTING SHEET 21 Of 23 SEE SHEET E-3 MATCHLINE N W 0 10 20 =IM 40 EXISTING PLAYGROUND EOUIPMENT DRIP UNE 253° ' -----". - •--.-.. ;:„,, 7 --- -- - - -- ' -1,', }.,-. ,•‘-.-",„,-1"c .,...:: DRIP UNE -----,4,.------ I ------ / • /1,T --- -- 7 / /_/-- EXISTING BASKETBALL COURT N NO ONLY INSTALL ELECTRICAL CONDUIT AT THIS TIME CONDUIT TO BE INSTALLED BY CITY OF YAKIMA FORCES, STREET LIGHT NOTES: = FUTURE ORNAMENTAL PATHWAY LIGHT AND JUNCTION BOX PER CITY OF YAKIMA STANDARD DETAIL E3, AND E4, AND DETAIL 3/23. INSTALL 2" CONDUIT CONTINUOUS PER DETAILS 1/23. RIGID ELECTRICAL PVC CONDUIT MAY BE USED FOR ALL CONDUIT. DO NOT BREAK CONDUIT FOR JUNCTION BOX. JUNCTION 805 TO BE CUT IN AT TIME OF FUTURE INSTALLATION. FUTURE CONNECTION TO 100 AMP SERVICE CABINET. STOP CONDUIT AT FIRST JUNCTION BOX. HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION _ DATE DESIGNED BY: MRH ENTERED BY: BFP PATHWAY LIGHTING SHEET 22 OF 23 FINISH GRADE 6' NIDE 15 MIL THICK YELLOW PLASTIC INDICATOR TAPE MARKED 'ELECTRICAL' COMPACTED BACKFILL SAND BEDDING MATERIAL ELECTRICAL CONDUIT (SEE ONE UNE DIAGRAM FOR QUANTITIES AND SIZES) CONDUIT TRENCH SECTION NOT TO SCALE INSTALL 2' CRS OR PVC CONDUIT (SEE SPECIAL NOTE). NO. 8 GROUND AND 2 EA N0. B UGHTING CONDUCTOR (TYPICAL) INSTALL 2' RCS CONDUIT, NO. 8 GROUND AND 2 EA N0. 8 LIGHTING CONDUCTOR. (TYPICAL) JUNCTION BOX, LOCATION SPFCIAL NOTE' RIGID ELECTRICAL PVC CONDUIT MAY BE USED FCR ALL CONDUIT. PATH LIGHT PLAN NOT TO SCALE EDGE OF PATH 1/2' NC GROUND STUD & FUSE BRACKET (INSIDE) 4'x6 1/Y OVAL HANDHOIE \ WITH REMOVABLE COVER I1 REMOVABLE BASE COVER (2) PIECE FORM 18' SQUARE BY 2' DEPTH AT TOP OF BASE. /� E (CHAMFER EDGES) `R111111 [ _ _ (4) 1 1 ANCHOR B HOOK GALVANIZEDAD , II I STEEL ANCHOR BOLTS WITH 6' THREA000 ENDS. DOUBLE NUTS AND 00461E POLE MANUFACTURERS DRAWINGS. WASHERS. ANCHOR BOLTS SMALL EXTEND y 4 1/2' ABOVE CONCRETE BASE BOLT 1919 �+ CONDUIT EXTEND 5' ABOVE BASE 1, CIRCLE DEMINSIONS SHALL BE A5 PER L■. !III rillIII 30'ilA POLE. DECORATIVE ROUND STEEL POLE 17 FOOT LENGTH, BRONZE FINISH, DECORATIVE BASE COVER, CREE P55R17C-1-B2 OR EQUAL. 1 UMINAIRF CREE EDGE LED AREA LUMINAIRE AREA -EDG-2MB-DL-06-E- UL -BZ -700-404 REINFORCING STEEL BARS - REQUIRED (5) N0. 5 BARS VERTICAL - EVENLY SPACED AROUND PERIMETER. (5) N0. 4 HOOPS AT 10' ON CENTERS. 3' MINIMUM CONCRETE COVER REBAR SHALL NOT BE WELDED. GROUT BETWEEN ANCHOR BASE & BASEPLATE WITH SIUCONE CAULK 0 EDGE TO BE FLUSH WITH GROUND CEMENT CONCRETE ANCHOR BASE 6' 5/8' x 12' COPPER -HELD GROUND ROD TYPICAL PEDESTRIAN LIGHT NOT TO SCALE • Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com COY -PR NO. PK 2414 JOB NUMBER: 15150 DATE: 3-8-18 FILE NAMES: DRAWING: Sheets E PK.dwg CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT EAST PARKING LOT AND PATHWAY REVISION DATE DESIGNED BY: ENTERED BY: MRH BFP PATHWAY LIGHTING DETAILS SHEET 23 OF 23